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

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: U. S. Environmental Protection Agency, Contracts Management
  Division (MD-33), Research Triangle Park, NC  27711
SUBJECT: A--VERIFICATION TESTING OF ADVANCED MONITORING SYSTEMS
  BY A NON/NOT-FOR-PROFIT ORGANIZATION
SOL NERL-AMRD-001
DUE 030797
POC Shari L. Pricer, (919)541-2198
DESC: The United States Environmental Protection Agency's (US
  EPA) National Exposure Research Laboratory located at Research
  Triangle Park, NC, (NERL/RTP) is issuing a "Request for Assistance"
  (RFA) for a nonprofit or not-for-profit research organization
  or consortium of research organizations to organize, develop,
  implement, and coordinate a pilot public/private-sector program
  for verifying the performance of advanced monitoring systems.
   The advanced monitoring systems proposed for verification
  under this program are those commercially-available environmental
  monitoring systems employed to characterize the extent of environmental
  contamination in air, water, and soil.  The proposed collaborator
  should have demonstrated experience in planning and conducting
  air, water, and soil environmental research and technical support
  activities commensurate with the overall goals of program.
   The verification program outlined in this RFA will include
  the active involvement of  EPA and other appropriate stakeholder
  groups (e.g., technology manufacturers/vendors; consulting
  engineers; scientific service organizations; federal and state
  regulatory agencies; and potential monitoring technology buyers).
   EPA and the stakeholders will provide overall guidance to
  this program and assist in the design of the verification protocols
  and the establishment of verification priorities.  The awardee
  will be responsible for resourcing, scheduling, coordinating,
  conducting, validating, and reporting the results of the verification
  activities.  The stakeholders are anticipated to provide critical
  input from various perspectives on implementing the verification
  program.  Through this collaborative program performance verification
  protocols will be developed, efficient procedures for conducting
  objective and quality-assured verification programs for advanced
  monitoring systems will be designed, and opportunities for
  manufacturers to have their advanced environmental monitoring
  instruments tested and verified will be provided.  The EPA-sponsored
  program addressed in this RFA is intended to be a three-year
  pilot program designed to demonstrate it's value to the stakeholders
  and environmental community.  If warranted, the advanced monitoring
  systems verification program will be continued beyond the pilot
  period with no or minimal US EPA funding.  The statutory authority
  under which this program is conducted does not allow the US
  EPA to enter into Cooperative Agreements with "for-profit"
  organizations. Pursuant to 40 CFR 30.23, cost sharing is not
  mandatory.  However cost sharing is strongly encouraged both
  as a means of leveraging resources and to aid in bringing the
  program to self-sufficiency.  A minimum of 5% cost sharing
  is recommended, and greater amounts are encouraged  A rigorous
  review and evaluation will be conducted based on the selection
  factors and criteria described in the RFA.  Contingent upon
  the availability of funds, and sufficient progress to warrant
  continuation, funding in the amount of approximately $1,600,000
  is anticipated to support a three-year pilot verification program.
   The EPA resources are intended to support the day-to-day operation
  of the verification activities with minimal funding available
  for the procurement of instrumentation and/or facilities to
  conduct these activities. In response to letters of interest,
  NERL will mail out the solication package on or after January
  7, 1997, which will describe the requirments of the RFA.  All
  requests for the RFA must be in writing, telephone requests
  will not be honored.  Requests may be mailed to the U. S. Environmental
  Protection Agency, National Exposure Research Laboratory, MD-78A,
  79 T. W. Alexander Drive, Research Triangle Park, NC 27711,
  Attn: Shari L. Pricer.  Responses to the RFA are due to the
  NERL by Close of Business, Eastern Standard Time (5:00P.M.)
  March 7, 1997.  
CITE: (W-352 SN012593)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Aviation Applied Technology Dir., ATTN: AMSAT-R-TC, Fort
  Eustis, VA 23604-5577
SUBJECT: A--R&D BROAD AGENCY ANNOUNCEMENT
SOL DAAJ02-97-2-0001
DUE 011497
POC Lauren L Sebring, Contracting Officer, 757-878-4828.
DESC: (AMENDMENT 2) As a result of requests from industry, the
  purpose of this amendment is to extend the closing date of
  solicitation DAAJ02-97-2-0001. The closing date of subject
  solicitation is hereby changed to "14 January 1997". Additionally,
  this amendment serves to clarify the cost sharing formula.
  Cost share will be calculated as follows: contractor cash plus
  in-kind contribution divided by project value. Any resulting
  agreement value will exclude recipient's "sunk" costs of prior
  research as cost match. Only additional resources that will
  be provided by the recipient to carry out the current project
  will be counted. In the case of intellectual property (IP),
  value of the statutorily protected IP will be based on reasonable
  use (e.g. license, royalties) charges. These reasonable use
  costs will be included as cost contribution to the project.
CITE: (I-352 SN012809)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: NCCOSC RDTE Division, Code D214B, 53570 Silvergate Avenue,
  Bldg. A33, San Diego, CA 92152-5113
SUBJECT: A--SETA SUPPORT FOR THE TACTICAL TECHNOLOGY INSERTIONS
  PROGRAM
SOL N66001-97-R-8000
POC POC Ms. Trelli Davis, Code D212, Contract Specialist, (619)553-7503.
  Eddie Brown, Contracting Officer. POC for copy, Mr. J.C. Norris,
  (619)553-4331.
DESC: Scientific, Engineering, Technical Assistance (SETA) Support
  for the Tactical Technology Insertion Program. Engineering,
  technical support, management and administrative support services
  related to demonstration and insertion of advanced technology.
  These services are necessary to provide Engineering and Technical
  Integration and Coordination; Technical Studies and Assessments;
  Technical Documentation; Program Planning and Control; Facilities
  and Logistics Support; Document Management and Control; Administrative
  Program Support. The contract will be for a total of five (5)
  years, including a two (2) year base period with three (3)
  option years. This will be an Indefinite-Delivery Order Type
  Contract with a preference for multiple awards. Offerors are
  on notice that the Government anticipates that contractors
  (or their employees) performing systems engineering and technical
  assistance (SETA) contracting for Defense Advanced Research
  Projects Agency (DARPA, formerly ARPA) may be tecnically qualified
  and interested in performining this procurement effort. FAR
  Parts 9.4 and 9.5 require that the Contracting Officer make
  a determination that an offeror in line for award is a responsible
  contractor, over and above technical competence. Accordingly,
  all SETA contractors providing support to DARPA, the Joint
  Program Office or the Defense Information Systems Agency (DISA)
  must indentify any organizational conflicts of interest relating
  to this procurement and existing contracts. Those offerors
  must submit a list of effective, existent contracts, by number;
  government points of contact by name, title, organization and
  phone number,; and these offerors must provide a copy of the
  relevant organizational conflict of interest clauses. Failure
  to identify existing and/or likely conflicts of interest and/or
  provide the required documentation may result in a Contracting
  Officer finding of non-responsibility without further recourse
  through discussions and/or written opinions. Solicitation Document
  to be issued on or about 01/14/97. Facsimile letters are acceptable
  at (619)553-6976. For copies of solicitation(s) only written
  requests will be honored.
CITE: (I-352 SN012926)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development--Potential Sources Sought
OFFADD: Contracts Management Branch, National Institute of Child
  Health and Human Development, NIH, Executive Building, Suite
  7A07, 6100 Executive Blvd. MSC 7510, Bethesda, Maryland 20892-7510
SUBJECT: A--DATA COORDINATING CENTER FOR THE NICHD TRIAL OF CALCIUM
  SUPPLEMENTATION IN PREGNANCY FOR THE PREVENTION OF PREECLAMPSIA
  AND PRETERM BIRTH (CPEP)
SOL SS NICHD-DESPR-97-01
POC Contact Mrs. Lynn Salo, 301-496-4611/Contract Specialist,
  Harvey Shifrin, 301-496-4611/Contracting Officer
DESC: The National Institute of Child Health and Human Development
  (NICHD) is planning to extend the period of performance of
  the Data Coordinating Center for the NICHD Trial of Calcium
  Supplementation in Pregnancy for the Prevention of Preeclampsia
  and Preterm Birth (CPEP).  The EMMES Corporation, Potomac,
  Maryland, has developed the database procedures and data quality
  control measures, which are unique to the CPEP study.  The
  proposed extension will permit them to integrate laboratory
  data from analyses of CPEP specimens and perform analyses of
  computerized data which require intimate knowledge of complex
  study procedures and databases. Anyone who believes that they
  can perform the duties just described should submit a short
  Capability Statement to Mrs. Lynn Salo, NIH, NICHD, CMB, Executive
  Building, Room 7A07, 6100 Executive Blvd., MSC 7510, Bethesda,
  Maryland 20892-7510 OR if by OVERNIGHT mail 6100 Executive
  Blvd., Rockville, Maryland 20852.  (See Numbered Note 22)
EMAILADD: SaloL@HD01.nichd.nih.gov
EMAILDESC: 
CITE: (I-352 SN012616)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development--Potential Sources Sought
OFFADD: R&D Contracting Directorate, Bldg 7, 2530 C Street, WPAFB,
  OH 45433-7607
SUBJECT: A--ADVANCED INTEGRATED FUEL/COMBUSTION SYSTEMS
SOL POK-97-01
POC Dr. W.M. Roquemore, Project Engineer, WL/POSC, (513) 255-6813
DESC: Notice of Contract Action, Advanced Integrated Fuel/Combustion
  Systems. The Wright Laboratory, Aero Propulsion and Power Directorate,
  Fuels and Lubrication Division is contemplating release of
  a competitive Request for Proposal (RFP) and award of a 60-month
  program for an experimental and computational program that
  will continue the development and application of high-heat
  sink jet fuels, advanced combustor concepts, and next generation
  fire suppression systems for air breathing propulsion systems.
   This will be an on-site contract that utilizes the unique
  fuel chemistry laboratories, laboratory scale thermal stability
  test devices, fuel system simulators, combustion facilities,
  and  advanced laser diagnostic techniques developed at Wright
  Laboratory.  The program will directly support Department of
  Defense (DoD) Integrated High Performance Turbine Engine Technology
  (IHPTET), Hypersonic Technology (HyTech), and Next Generation
  Fire Suppression programs.  The on-site contractor will interact
  directly with the Air Force, other government laboratories,
  universities, and engine companies in designing experiments
  that will be of value in developing engine and fuel system
  components for current and future Air Force aircraft and missile
  systems. This interaction provides the means of directly transitioning
  the results obtained on this program to the companies that
  are developing Air Force weapon systems.  JP-8+100 and endothermic
  fuels are an enabling thermal management technology for gas
  turbine and scramjet powered air vehicles because of the increased
  heat sink and temperature capability.  The research encompasses
  methods of thermal stability enhancement, e.g. additives, fuel
  deoxygenating, fuel processing, and fuel system surface treatments.
   Maximum fuel temperature, heat sink, and heat flux capabilities
  will be determined.  Fuel/material compatibility will be determined
  under realistic conditions for fuel/air heat exchangers and
  fuel-cooled structures.  Methods for achieving other fuel characteristics,
  such as, anti-icing, anti-static, reduced fire susceptibility,
  improved low temperature capability, water separation, and
  increased energy density, are also relevant.  Advanced gas
  turbine combustor concepts utilizing these fuels will also
  be studied.  Flame stabilization studies will be conducted.
   These studies will include fires and suppression of fires
  in ducts with air flow and blockages.  Emissions from gas turbine
  combustors are of special concern.  Appropriate combustion
  and fuel system modeling will be undertaken.  Control and combustion
  instability issues will be addressed.  One cost type contract
  for approximately $14M is anticipated.  This program will be
  conducted on-site in the facilities of the Aero Propulsion
  and Power Directorate using specialized government facilities
  and laser diagnostic techniques.  Thus, the contractor for
  this program must have the appropriate technical personnel
  available to be assigned full time at these facilities and
  personnel and the capabilities to support and manage the on-site
  personnel both technically and administratively.  The contractor's
  personnel must be experienced in developing and operating large
  fuel and combustion system simulators.  Personnel experienced
  in direct numerical simulations of combustion and liquid fuel
  flows are required.  A standard RFP will be issued.  Adequate
  price competition is anticipated.  Respondents to this notice
  must include complete address information to the office indicated
  below in order to receive any supplemental packages/amendments.
  Firms responding should indicate whether they are or are not
  a small business, a socially and economically disadvantaged
  business, a woman-owned business, a historically black college
  or university, or minority institution.  For this item, the
  general definition to be used to determine whether your firm
  is small is as follows:  "A small business concern is a concern
  that is independently owned and operated, is not dominant in
  the field of operation in which it is bidding on government
  contract and with its affiliates, the number of employees does
  not exceed 1000 persons."  SIC Code 8731 applies.  "Concern"
  means any business entity organization for profit with a place
  of business in the United States, its possessions, Puerto Rico,
  or the Trust Territory of the Pacific Islands, including but
  not limited to an individual, partnership, corporation, joint
  venture, association or corporation.  The Air Force reserves
  the right to consider a small business set-aside based upon
  responses hereto.  Small business respondents should provide
  a statement of capabilities to assist the Air Force in making
  a set-aside decision.  Large businesses are only required to
  submit a statement of interest to receive a copy of the RFP.
   All respondents shall include in any request their assigned
  Commercial and Government Entity (CAGE) Code.  Respondents
  are further requested to indicate their status as a Foreign-owned/Foreign-controlled
  firm and any contemplated use of foreign national employees
  on this effort.  Foreign contractors should be aware that restrictions
  may apply which could preclude their participation in this
  acquisition.  Air Force point of contact is Dr. W. M. Roquemore,
  WL/POSC (513) 255-6813.  Responses should be sent to:  ATTN:
  Barbara Riley, WL/POKA, Bldg 7, 2530 C St, Wright-Patterson
  AFB OH 45433-7607.  Non-technical assistance may be secured
  by calling the above individual at (513) 255-5310 or Aundair
  Kinney at (513) 255-2730.  An Ombudsman has been established
  for this acquisition.   The only purpose of the Ombudsman is
  to receive and communicate serious concerns from potential
  offerors when an offeror prefers not to use established channels
  to communicate his concern during the proposal development
  phase of this acquisition.  Potential offerors should use established
  channels to request information, pose questions, and voice
  concerns before resorting to use of the Ombudsman.  Potential
  offerors are invited to contact ASC's Ombudsman, Mr. Daniel
  L. Kugel, ASC/SY, at 513-255-3855, with serious concerns only.
   Direct all requests for solicitation and routine communication
  concerning this acquisition to contracting office point of
  contact.  Closing date for submission of responses is thirty
  (30) calendar days from the publication of this notice.  Firms
  should reference (POK-97-01) in their responses.  RFP release
  of this program is projected in February 1997.  This program
  will not be republicized prior to solicitation.  See Numbered
  Note(s): 25.   
CITE: (W-352 SN012953)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: Acquisitions Management Operations Branch, National Institute
  of Allergy       and  Infectious Diseases, Solar Building,
  Room 1C38, 6003 Executive Blvd., Bethesda, MD 20892-7605
SUBJECT: B--TECHNICAL SUPPORT SERVICES FOR THE CLINICAL AND MOLECULAR
  RETROVIROLOGY SECTION
SOL 97-52
POC Mario Checchia/301-496-3878/Rebecca A. Guenthner/301-402-2284
DESC: RFP Available Announcement ELECTRONIC RFP PROPOSED ANNOUNCEMENT
  RFP AVAILABLE: NIH-NIAID-DIR-97-52. "Technical Support Services
  for the Clinical and Molecular Retrovirology Section."---REVISION
  TO PREVIOUS SYNOPSIS OF 12/11/96---The previous synopsis for
  this Request for Proposal is to advise and inform offerors
  that the Government has determined this procurement to be a
  100% small business set-aside. Also, for those interested offerors
  without electronic RFP access capabilities, hard copies of
  the RFP will be made available . Written requests for the hard
  copy RFP should be directed to Mario Checchia, Contract Specialist,
  Acquisitions Management Operations Branch (AMOB), National
  Institute of Allergy and Infectious Diseases, Solar Building,
  Rm. 1C38, 6003 Executive Boulevard, Bethesda, MD 20892-7605.
  THIS ADVERTISEMENT DOES NOT COMMIT THE GOVERNMENT TO AWARD
  A CONTRACT. No Telephone requests for RFPs will be accepted
CITE: (I-352 SN012887)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: U.S. Dept. of Commerce, NOAA, WASC, Acquisition Management
  Division WC31 Contracts Branch A, 7600 Sand Point Way NE, BIN
  C15700, Seattle, WA  98115
SUBJECT: B--DEVELOP AND BUILD A PULSE-POWERED SYSTEM
SOL 52ABNF-7-00039
DUE 020797
POC For a copy of the solicitation, call Klint Demetrio at 206-526-4499.
   For further information, call Contract Specialist Sharon Kent
  at 206-526-6035.  Request for the package may be sent by fax
  to 206-526-6025.
DESC: Develop and build a practical pulsed-power system similar
  to Pulse Powered Technologies Inc. Model 400B, but downsized,
  and test the system's potential effectiveness at deterring
  sea lions in the Commercial Passenger Fishing Vessel (CPFV)
  fleet in California. Phase I - Develop two prototype units.
   Phase II - Establish safety zones to minimize the potential
  that marine mammals will be seriously injured.  Phase III -
  Gather empirical data to evaluate the appropriateness of safety
  zones in Phase II.  Phase IV - Design a rigorous experiment
  protocol to evaluate the effectiveness of the system on deterring
  California sea lions from interacting with CPFV operations.
   Phase V - Implement the experimental protocols designed in
  Phase IV on CPFVs in the waters of California.  Period of performance
  may be approximately 3 months after date of contract award.
   All responsible sources may submit a proposal which shall
  be considered by the agency.
CITE: (I-352 SN012890)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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 Housing And Urban Development, Office
  Of Procurement And Contracts, Program Support Division (arcs),
  451 7th Street, Sw, Room 5256, Washington, Dc  20410
SUBJECT: B--RANDOM DIGIT DIALING SURVEYS TO DETERMINE HUD FAIR
  MARKET RENTS (CORRECTION)
DUE 011097
POC Alan Fox, HUD/PD&R, 202-708-9426 x328 or E-mail to alan_fox@hud.gov
DESC: This is a correction to the announcement appearing in the
  CBD on December 17, 1996.  In the third sentence of the description,
  a line was inadvertently omitted.  The sentence should read
  as follows:   In brief, these are computer-assisted telephone
  interview (CATI) random digit dialing (RDD) surveys, using
  either a list-assisted or Mitofsky-Waksberg design.  There
  are no other changes to the synopsis.
LINK http://www.hud.gov/cts/ctsoprty.html
LINKDESC: 
  contracting Web page
EMAIL alan_fox@hud.gov
EMAILDESC: 
CITE: (W-352 SN012879)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: GSA PhilAtlantic Realty Svcs Div (3PP), The Wanamaker
  Building Rm 613, 100 Penn Square East, Philadelphia, PA 19107-3396
SUBJECT: C--TERM CONTRACT FOR PROJECT COST MANAGEMENT AND ESTIMATING
SOL GS03P97CDD0002
DUE 123096
POC Contract Specialist, Claudia Ramspacher, (215) 656-6154
DESC: Correction: This action originally published in the CBD
  dated 11/25/96 is issued to change all references throughout
  the original CBD notice from " Total Cost Management Estimating"
  to "Project Cost Management." Estimating is a separate discipline
  reuired under this contract.
CITE: (I-352 SN012845)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: VA Medical Center, Attn: Contracting (93), P.O. Box 1034,
  Portland, OR 97207
SUBJECT: C--ADD CRITICAL FUNCTIONS TO EMERGENCY POWER SYSTEM
SOL N/A
DUE 011797
POC Rich Hague, 503-273-5210
DESC: The following A/E Design Project 648-97-102 , "Add Critical
  Functions to Emergency Power System" at the Portland Division
  of the VA Medical Center, Portland, Oregon. This project is
  set aside for small emerging business concerns only. An emerging
  small business is one whose average annual receipts for the
  past 3 years did not exceed 1.25 million dollars. SIC 8711.
  Provide design services including detailed cost estimates,
  design development, contract documents and construction period
  services for the installation of certain energy conservation
  measures. Drawings are to be done on CAD compatible with AutoCad
  version 13. A copy of the drawings are to be submitted to the
  VA on disc at the end of the project and considered property
  of the VA. Provide Electrical Engineering design service including
  Load Studies, investigative survey, preliminary & subsequent
  detailed cost estimates, design development, contract documents
  and construction period services for the connection of critical
  patient care functions to our existing emergency power system.
  Includes life safety circuits and the reconfiguration/reconnection
  of existing generator sets to handle these new loads. Final
  design will enable this Medical Center to function more effectively
  by having more patient care areas and essential care loads
  on emergency power. Coordination with other related projects
  is required. The Construction Cost Range is estimated between
  $250,000 and $500,000. Selection and award is subject to the
  availability of funds in fiscal year 1997. Firms within the
  Portland, Oregon/Vancouver, Washington are desiring consideration
  should submit SF-254 and SF-255 before Close of Business (4:00
  p.m.), January 17, 1997. THIS IS NOT A REQUEST FOR PROPOSALS.
CITE: (I-352 SN012935)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: VA Medical Center, Attn: Contracting (93), P.O. Box 1034,
  Portland, OR 97207
SUBJECT: C--ENERGY CONSERVATION PHASE 3
SOL N/A
DUE 011797
POC Rich Hague, 503-273-5210
DESC: The following A/E Design Project 648-97-130 , "Energy Conservation,
  Phase III", at the Portland and Vancouver Divisions of the
  VA Medical Center, Portland, Oregon. This project is set aside
  for small emerging business concerns only. An emerging small
  business is one whose average annual receipts for the past
  3 years did not exceed 1.25 million dollars. SIC 8711. Provide
  design services including detailed cost estimates, design development,
  contract documents and construction period services for the
  installation of certain energy conservation measures. Drawings
  are to be done on CAD compatible with AutoCad version 13. A
  copy of the drawings are to be submitted to the VA on disc
  at the end of the project and considered property of the VA.
  Measures include the installation of speed drives, retrofit
  of lighting systems, replacement of standard oversized motors
  with correctly seized energy efficient motors. Design includes
  investigative services to determine most cost effective measures
  and anticipated paybacks or rebates. Certain other measures,
  as identified by on-going audits, may also be included. The
  Construction Cost Range is estimated between $250,000 and $500,000.
  Selection and award is subject to the availability of funds
  in fiscal year 1997. Firms within the Portland, Oregon/Vancouver,
  Washington desiring consideration should submit SF-254 and
  SF-255 before Close of Business (4:00 p.m.), January 17, 1997.
  THIS IS NOT A REQUEST FOR PROPOSALS.
CITE: (I-352 SN012936)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction--Potential
  Sources Sought
OFFADD: VA Medical Center 1601 Brenner Ave. Salisbury, NC 28144
SUBJECT: C--A/E SERVICES
SOL N/A
DUE 012497
POC Jolette M. Cole
DESC: Provide Architect-Engineer services to thoroughly examine
  the entire perimeter cemetery wall at National Cemeteries in
  Salisbury and Raleigh, NC and Danville, VA and prepare a report
  of recommendations of all required restoration work (consisting
  of, but not totally inclusive, listing of the following items
  of work: tuckpointing, cleaning, replacing missing and/or damaged
  stones, rebuilding foundation, etc and respective breakdown
  of estimated costs. This report and breakdown of estimated
  costs shall be submitted to NCAO Atlanta prior to the preparation
  of final 100% bid documents. Upon approval of NCAO-Atlanta
  of the A/E's recommendations, the A/E shall prepare 100% final
  bid documents which due to funding constraints may require
  breaking the restoration work into several bid alternatives.
  The final approved documents then must be submitted by the
  A/E to the applicable state officials for approval under Section
  106 as described above. This solicitation is unrestricted;
  SIC code is 8712. A/E firms should submit SF 254 and 255's
  to Contracting Officer named herein no later than 1/24/97.
  A/E firms with experience in historic renovation is desirable.
  This solicitation is restricted to firms in North Carolina
  and Virginia.
CITE: (I-352 SN012781)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: Administrative Office of the U.S. Courts (AOUSC), Contracting
  & Acquisition, 1 Columbus Circle, NE, Room 3-170, Washington,
  DC 20544
SUBJECT: D--BANKRUPTCY NOTICING CENTER SERVICES
SOL USCA-97-R-002
POC Howard Grandier, Contracting Officer, (202) 273-3555.
DESC: The Administrative Office of the U.S. Courts has a requirement
  for contractor facilities, equipment, management, services,
  and support for the production and service of Bankruptcy notices
  and other materials for the Federal Bankruptcy Courts. The
  contractor shall be required to receive Bankruptcy case data
  in multiple formats using different media from each participating
  (approximately 300 nationwide) court location; produce Bankruptcy
  notices, letters, reports, and distribute Bankruptcy notices
  via U.S. Postal Service (USPS) Regulations and/or electronic
  transmission, in the cost efficient and timely manner. The
  contractor shall be responsible for the accuracy, readability,
  and quality of all Bankruptcy notices and other   materials.
  The contractor shall comply with a 48-hour production cycle.
  The production cycle will begin at the time of retrieval of
  the Government output (from each court location), by the contractor,
  to the time of delivery of the completed notices to the USPS
  or the electronic transmission to the entity. The contractor
  will also be required to maintain historical data relating
  to notices processed for the life of the contract and periodically
  produce reports relating to the data. Award may be made to
  up to two contractors. The resultant contract(s) will be awarded
  for a base year, with potential for nine (9) one-year options
  to extend. The resultant contract(s) will be a fixed-price
  Indefinite Delivery Indefinite Quantity (IDIQ) contract(s).
  There is currently an incumbent contractor who is not prohibited
  from completing under   this solicitation. All responsible
  sources may submit a proposal which shall be considered. Requests
  for the solicitation may be made via facsimile transmission
  to (202) 273-2720, but must be followed up by hard copy signed
  letter. Requests to be included on the Bidders Mailing List
  should be received no later than 30 days from date of this
  synopsis and must reference Solicitation No. USCA-97-R-002.
  Telephone inquiries will not be accepted.
CITE: (M-352 SN012759)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: National Imagery and Mapping Agency, 4600 Sangamore Road,
  MS PCC-E/D-6, Bethesda, MD 20816-5003
SUBJECT: D--SPACE PLANNING AND COMPUTER AIDED FACILITIES MANAGEMENT
SOL NMA401-97-R-2710
POC Contact Point: Ms. Sandra L. Townsend, Contract Specialist,
  301/227-5130
DESC: Correction: This action originally publicized in the CBD
  dated 10/25/96. This acquisition is being offered for competition
  limited to eligible 8(a) concerns only. Interested 8(a) firms
  are encouraged to request a copy of the solicitation as expeditiously
  as possible since the solicitation will be issued without further
  notice upon SBA acceptance of the requirement for the section
  8(a) program. Written or faxed requests for solicitation shall
  be sent to National Imagery and Mapping Agency, (NIMA), ATTN:
  PCC-E/D-6 (Ms. Sandra L. Townsend), 4600 Sangamore Road, Bethesda,
  MD 20816-5003. Faxed requests shall be sent to (301) 227-3504.
  No telephone request will be accepted.
CITE: (I-352 SN012895)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: Commander, Naval Air Warfare Center Weapons Division,
  Code 230000D, 1 Administration Circle, China Lake, CA 93555-6100
SUBJECT: D--MODIFICATION OF SYNOPSIS PUBLISHED 10 DEC 96 FOR
  FULL-SPECTRUM BANYAN VINES NETWORK ADMINISTRATION, COMMUNICATIONS,
  ENGINEERING AND MANAGEMENT
SOL N68936-97-R-0065
POC James McCormick, Contract Specialist, (619)939-7953, FAX
  (619)927- 3488.
DESC: This procurement is a 100% Small Business Set-aside. Federal
  Supply Class (FSC) is D301; Standard Industry Code (SIC) is
  7379; Size Standard is $18 million. Submit requests for the
  solicitation in writing to the above address or FAX to (619)927-3488,
  Attn: Jim McCormick. See Numbered Note(s): 1.
CITE: (I-352 SN012898)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services--Potential Sources Sought
OFFADD: 38lS/LGCX, 4022 Hilltop Rd Ste 211, Tinker AFB OK 73145-2713
SUBJECT: D--LOCAL EXCHANGE SERVICE FOR POPE AFB NC 28308-6346
DUE 012097
POC Debbie Speir, Contract Specialist, (405) 734-9297
DESC: This is a sources sought market survey synopsis for vendors
  certified by the North Carolina Public Utility Commission to
  provide local telephone exchange services.  The primary service
  requirement is local access trunking, commercial business lines,
  transport channel services, and related functions at Pope AFB,
  located in Cumberland County, North Carolina.  These exchange
  services do not include residential or business services for
  non-government entities or customers such as residential service
  for service members and their families or non-government contractors
  co-located with Pope AFB. Pope AFB is presently serviced by
  exchange (910)-394 provided by Sprint Carolina.  The current
  quantity of direct in-dial, direct out-dial and two way exchange
  access trunks serving the Pope AFB is 204.  These quantities
  may expand due to additional service requirements.  Pope AFB
  currently uses 10,000 direct in dial station numbers within
  (910)-394-XXXX.  Local calling access for Pope AFB is needed
  to the exchange located in Fayetteville, NC, and its metropolitan
  areas.  Local exchange services are required to enable Government
  users to access the following:  local and intra-LATA exchange
  areas, and interconnection with inter-LATA exchange carriers.
   The local exchange service shall include direct in-dial trunking
  to the Government telephone digital switching systems (Nortel
  MSL-100, Nortel SL1, and an AT&T SYS75 all equipped with business
  centrex software and features).  This also shall include call
  forwarding.  The vendor shall provide number portability for
  the current exchange DID numbers.  Requirements for new hundred
  levels shall be within the existing NXX until exhausted.  The
  vendor shall have the ability to acquire additional DID station
  numbers.  Access to the local exchange shall include Emergency
  911 services and functions.  The vendor shall provide access
  to directory number information; e.g., NPA-555-1212 and/or
  411.  The vendor shall provide access to operator services
  for subscriber line verification or barge-in, extend to long
  distance providers, and assistance with other exchange access
  functions.  Interconnection of the local exchange service shall
  be provided by analog and digital trunks.  Trunking connectons
  for 4-wire E&M Type 1 or 2-wire dial repeating, digital (1.544
  Mbps) to provide E&M, and foreign exchange/local exchange loop
  and/or ground start are needed.  The vendor shall provide analog
  business lines and ISDN BRI digital line terminations.  The
  vendor shall provide transport services within the local exchange
  area at data rates expected to range from low speed analog
  voice bandwidth to conditioned data channels supporting 56
  Kbps and digital stream ranging from DS1, DS3 to SONET OC-3/OC-12
  rates.  Migration of SONET to next higher transmission rates
  is an expected growth plan.  Transport services may be provided
  to the designated demarcation point or may be extended to the
  end users.  Dynamic allocation of bandwidth is expected to
  be a future use of the local exchange connection facilities.
   Termination of lines and trunks (analog and digital facilities)
  shall meet via network loss constraints to maintain an acceptable
  engineered transmission level to the user.  Reliability of
  facilities and equipment are concerns of the vendor.  The Government
  may require periodic traffic study data.  Expected channel
  availability rate of 99.98% or greater is needed.  The quality
  of these channels shall meet or exceed industry standards for
  maximum noise levels, loss and echo.  Demarcation of exchange
  access lines, private line channels, and trunks shall be at
  the switching system room.  Termination of digital circuits
  shall permit craft personnel to access by patch cords.  Demarcation
  of business lines shall be on the distribution frame (including
  BRI(ISDN) U-Loop).  The vendor shall provide and arrange billing
  in monthly increments itemized by pilot directory number, by
  service type and area codes.  Billing shall be provided in
  paper format and magnetic media formatted for sorting and printing
  by the Government to distribute to tenants for verification
  and certification.  The billing shall be separable by grouping
  of directory numbers or by individual directory numbers for
  distribution by these users. Firms interested in providing
  local exchange services for Pope AFB, NC are requested to provide
  a summary of technical and financial information concerning
  their certifications (by type; i.e., facility or non-facility
  based by service area), applicable tariffs, capabilities, experience
  (current services or contracts to include points of contact),
  hardware assets and access to switched services and corporate
  background in the telecommunications industry.  Offerors must
  provide specific information as to how the services listed
  in this synopsis would or could be satisfied.  Only firms submitting
  acceptable technical and financial statements or resumes will
  be solicited or considered for competitive proposals or evaluation
  and selection under multiple tariffed services.  Responses
  should be limited to approximately 25 pages or less.  All replies
  should be forwarded to the contracting officer.  Sources
  Sought announcements are placed on the 38EIW Homepage,  https://www.eiw38.af.mil/contracting/lgcx/lgcx.htm
  under the Specialized Contracting Section, CSA Branch.  All
  questions and replies should be forwarded to the contracting
  officer 38LS/LGCX, Attn:  Ms Cathy Summers, 4022 Hilltop Road,
  Suite 204, Tinker AFB, OK  73145-2713, Telephone:  (405) 734-9297,
  Fax:  (405) 734-9537, or e-mail:  Cathy.Summers@mailgate.eiw38.af.mil.
   Responses to the synopsis are due by 20 Jan 97.      

CITE: (W-352 SN012826)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: E--Purchase of Structures and Facilities
OFFADD: USACFSC NAF Contracting Directorate, 2760 Eisenhower
  Avenue, Suite 402, Alexandria, VA 22314-4569
SUBJECT: E--PRE-ENGINEERED SWIMMING POOL AND ENCLOSURE
DUE 011597
POC Mr. James H. Featherer, Chief, Major Projects Division at
  (703) 325-8047 or Mr. Gary Benca, Contract Specialist, NAF
  Contracting Directorate at (703) 325-8028.
DESC: The U.S. Army Community and Family Support Center (USACFSC)
  NAF Contracting Directorate is soliciting sources to provide
  required engineering and architectural services to design,
  fabricate, deliver and install two pre-engineered swimming
  pools and enclosures. The project will include design drawings
  and construction documents for the installation and construction
  of all foundations and structural components, piping, filtration
  systems, water heating systems, utilities, drainage, mechanical
  space and equipment. Project is for the replacement of one
  existing outdoor swimming pool located at Camp Stanley, Korea
  and the other pool and enclosure are new facilities adjacent
  to   a gymnasium at Camp Carroll, Korea.
CITE: (M-352 SN012757)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: USDA, Forest Service, SW Idaho/Nevada Acquisition Office,
  1750 Front Street, Boise, Idaho 83702
SUBJECT: F--COUNCIL MULTI PROJECTS ON THE PAYETTE NATIONAL FOREST
SOL IFB R4-12-97-02
DUE 021897
POC Contracting Officer, Cheryl R. Molis, 208-364-4131; Request
  for Solicitation, Ethel Hill, 208-364-4128; FAX 208-364-4197
DESC: Planting with site preparation on 350 acres of the west
  zone and approx. 14.8 miles of plantation protection fence
  on the Council Ranger District, Payette National Forest. Est.
  start date for the planting portion is 4/17/97 with 25 calendar
  days for completion. Est. start date for the fence portion
  is 6/17/97 with 40 calendar days for completion. See Note(s):
  1, 3.
CITE: (I-352 SN012800)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: U.S. Army Construction Engineering Research Lab. (USACERL),
  Attn: Contracts Office, P. O. Box 9005, Champaign, IL 61826-9005
SUBJECT: F--BIODEGRADATION OF DIAMINOTOLUENE UNDER AEROBIC CONDITIONS
SOL DACA88-97-Q-0042
DUE 010397
POC Ms. Diane Biggs, Purchasing Agent, 217-352-6511, ext. 7575;
  or Mr. Wayne Kurokawa, Contracting Officer, 217-373-6748
DESC: The CBD Announcement for DACA88-97-Q-0042 issued 12/09/96
  is cancelled in its entirety.  The service is no longer required.
LINK http://www.cecer.army.mil/contracting.html
LINKDESC: 
EMAIL w-kurokawa@cecer.army.mil
EMAILDESC: 
  e-mail
CITE: (W-352 SN012817)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: U. S. ARMY CORPS OF ENGINEERS, CONTRACTING DIVISION,
  P. O. BOX 1229, GALVESTON TX 77553-1229
SUBJECT: F--DEMOLITION AND REMOVAL OF ASBESTOS AND LEAD-BASED
  PAINT MATERIALS AND PCB TRANSFORMERS AND UNDERGROUND STORAGE
  TANKS, REGINAL AIRPORT, FORMER FOSTER AIR FORCE BASE IN VICTORIA
  COUNTY TX
SOL DACA64-97-B-0006
DUE 021897
POC Contract Specialist Lucy Smith (409) 766-3845 CONTRACTING
  OFFICER MARY A. MONNELL 9409) 766-3851 (Site Code DACW64)
DESC: The plans and specifications will provide for the removal
  and disposal of building debris, asbestos, PCB materials, underground
  storage tanks, and contaminated soil. The cost for one set
  of plans and specifications: Full Size - $55.00; Half Size
  - $3.50 (Non-Refundable). Subcontracting goals for the Galveston
  District are: 52.5% Small Business; 8.8% Small Disadvantaged
  Business; and 3.0% Woman-Owned Business. Price range for this
  work is between $500,000.00 and $1,000,000.00
CITE: (I-352 SN012849)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: ARMY ATLANTA CONTRACTING CENTER, ATTN AFLG PRC, 1301
  ANDERSON WAY SW, FORT MCPHERSON GA 30330-1096
SUBJECT: F--RANGE DECONTAMINATION SUPPORT SERVICES AT FORT IRWIN,
  CA
SOL DAKF11-97-R-0005
DUE 022097
POC Contract Specialist LYNDA S SEARCY (404) 752-4105 (Site Code
  DAKF11)
DESC: Contractor shall provide qualified explosive ordnance disposal
  personnel and equipment as necessary to surface clear designated
  live fire areas at Fort Irwin, CA. Types of ammunition to be
  encountered but not exclusive will range from 5.56 to 155mm
  atillery rounds and MK82 bombs. Management personnel and first
  line supervisors shall be graduates of the Naval School of
  Explosive Ordnance Disposal. The project manager shall demonstrate
  successful management of range clearing operations with at
  least thre (3) years of experience in this field. This is a
  firm fixed price require- ments type contract with a base year
  and four (4) one year option periods. The Standard Industrial
  Classification (SIC) Code is 8744. This project is 100% set-aside
  8(a) competitive national buy. All eligible and responsible
  sources may submit an offer which will be considered. Written
  or faxed (404-752-4194) requests for the solicitation wil be
  accepted. Telephone requests will not be honored.
CITE: (I-352 SN012850)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: USDI, Bureau of Land Management, Oregon State Office
  (952), P. O. Box 2965, Portland, Oregon 97208-2965
SUBJECT: F--TREE PLANTING AND MAINTENANCE, LEVEL OF DIFFICULTY/INDEFINITE
  QUANTITIES REFORESTATION
SOL 1422H952-B97-2012
DUE 021297
POC Pierre Mathies, (503)   952-6218
DESC:  The work consists of planting tree seedlings on an estimated
  1,500 acres with concurrent fertilization of planted tree seedlings
  on an estimated 1,500 acres; installing protective netting
  on an estimated 500 acres; perform radius scalp and mulch installation
  on an estimated 600 acres; perform 3-foot radius scalping grubbing
  on an estimated 300 acres and installing tree shades on an
  estimated 50 acres.  Projects sites are located in the Grants
  Pass Resource Area, Curry and Josephine Counties, Medford District,
  Oregon.  All responsible sources may submit an offer which
  will be considered.  See Numbered Note(s): 1.
EMAIL or952mb@or.blm.gov
EMAILDESC: 
CITE: (W-352 SN012875)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: G--Social Services
OFFADD: Federal Bureau of Prisons, Mid-Atlantic Regional Contracting
  Office, 3600 Spurr Road, Qtrs #14, Lexington, Ky 40511
SUBJECT: G--FUNERAL SERVICES
SOL IFB123-0458
DUE 012997
POC Norman Ward, Regional Contract Specialist, (606)253-8894.
DESC: The Federal Bureau of Prisons, Federal Medical Center,
  Lexington, KY intends to award a service contract to the qualified
  contractor capable of providing complete funeral services within
  the Lexington, KY area. The contractor must be licensed to
  perform these services within the State of Kentucky. The contractor
  shall provide for the embalming, preparation and associated
  local transportation of the remains. The Bureau of Prisons
  anticipates a firm fixed price requirements type contract with
  a single 12 month base period and four (4) one year option
  periods. This procurment is a 100% small business set-aside.
  The anticipated issue date of the solicitation is January 3,
  1997, closing January 29, 1997. All requests for the solicitation
  package shall be submitted in writing to the Federal Bureau
  of Prisons, Regional Contract Office, 3600 Spurr Road, Qtrs
  #14, Lexington, KY 40511, Attn: Norman Ward, Contract Specialist,
  Requests may be faxed to (606)253-8882.
CITE: (I-352 SN012907)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc
  Clellan  Air  Force Base Ca 95652-1060
SUBJECT: J--MAINTENANCE ON SOFTWARE
SOL F04699-97-Q-0298
POC For copy, contact the info office indicated., For additional
    information contact Nambiar.K8v/Pkocc/[916]643-4524
DESC: SM-ALC proposes to acquire on an other than full and open
   competition  basis the labor and services to accomplish software
  maintenance supporting  the insertion of electro-optic technology
  used in the nuclear threat  environment and in space applicat
   ions. The equipment the software is used on is the Electro-Optics
  Technology  Group (EOTG). This is an individual type contract
  and the period of  performance is 12 months. The specific maintenance
  required under each line  item are as follows: 01) Saber Si
   mulation Maintenance (inc. 2 floating), Spectral Analysis
  Maintenance (inc.  2 floating), Digital Simulation Maintenance
  (inc. 2 floating), Monte Carlo  Maintenance, InSpec Maintenance,
  X-Net Graphics Access Maintenance, Frameway  for Mentor Graphics
  Mainte  nance (for 3 HP 755 Workstations), Analogy Model Syn.
  for AF03 Maintenance,  Template Library Maintenance Fee, DesignStar
  Maintenance Fee AE01MS (inc.1  floating). The proposed procurement
  is intended for Analogy, Inc. All  respon! sible sources may
  submit a proposa l in writing which shall be considered by
  the agency. Faxed submissions are  acceptable at 916-643-4157,
  ATTN: Vinesh Nambiar. Item 0002 No telephone  requests. Only
  written or faxed requests received directly from the  requestor
  are acceptable. All respons  ible sources solicited may submit
  a bid, proposal, or quotation which shall  be considered.
CITE: (I-351 SN012511)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: FISC Norfolk Kings Bay Det, 930 USS Hunley Ave Rm 211,
  NAVSUBASE Kings Bay GA 31547-
SUBJECT: J--CHROME ELECTROPLATING OF HYDRAULIC SYSTEM COMPONENTS
SOL N46450-97-R-0008
DUE 012297
POC Contact Calvin Howard, Contract Specialist, 912/673-2560,
  Facsimile Machine Number 912/673-2454.
DESC: Change period of performance from "one year" to "one year
  plus one option year." Requests for solicitation must be in
  writing and cite the RFP/RFQ number. Requests via facsimile
  machine will be honored.
CITE: (I-352 SN012785)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: VA Western New York Health Care System, 3495 Bailey Avenue,
  Buffalo, NY, 14215
SUBJECT: J--MAINTENANCE G.E. ADVANTX AFM ANGIOGRAPHIC SYSTEM
SOL 528
DUE 010297
POC Nancy Holdaway, Contract Specialist, 716-862-3444.
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 constitutes the only solicitation. Proposals are
  being requested and a "written solicitation" will not be issued.
  Solicitation RFP 528-15-97 is issued as a request for proposal
  and incorporates provisions and clauses that re in effect through
  Federal Acquisition Circular 37. Contractor shall provide full
  maintenance on one Government-owned G.E. Advantx AFM Angiographic
  System with 16" Image Intersifier. Other associated quipment
  includes: Integrated Puck Filchanger, 20" GE TV monitor with
  EDR circuitry, AFM Angio Options Package, Power Tech, Spare
  Frontal c-Tru Magazine, 1-load, 1-receive, Advantx DX LaserCam
  Adaptor Kit,Model 100 XLP, OLP Digital Input Package, XLP 8
  Megapixel Memory Board, XLP 35 cm x 43 cm Film Supply Magazine,
  XLP Film Receive Magazine, mounting stand for M5B, XLP docking
  option to M7B, 14 gallon Dev. Replenisher Tank, 14 gallon Fixer
  Replenisher Tank, Mark V Plus Control Room Console Rack Mount
  system without Integral Keyboard. Maintenance consists of full
  service, labor, parts (including x-ray tubes and image intensifiers,)
  travel, remote access of service diagnostics around the clock,
  OEM trained service engineers, guaranted 2 hour response time,
  and 90% uptime. Period of performance will be one year from
  date of award. SIC is 7699. The following FAR provisions apply
  to this solicitation: 52.212-1 Instructions to Offerors - Commercial;
  52.212-2, Evaluation - Commercial Items, the following factors
  shall be used to evaluate offers: (1) Support to in-house Biomedical
  program, (2) Experience & Ability & Resources, (3) Price. All
  offerors are to include, with their offer, a completed copy
  of provision 52.212-3, Offeror Representations and Certifications
  - Commercial items; 52.212-4 Contract Terms and Conditions;
  52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for
  Special Disabled and Vietnam ERa Veterans; 52.222-36 Affirmative
  Action for the Handicapped Workers; 52.222-37 Emplyment reports
  on Special Disabled Veterans and Veterans of the Tietnam Era.
  The following FAR clauses and provisions are added by addendum:
  52.228-5, Insurance - Work on a Government Installation. Please
  submit proposals, in writing,including qualifications/capabilities,
  in the maintenance of this critical equipment, to the Contracting
  Officer (90C) by 2:30 PM., January 2, 1997. Responses received
  without the required information may be considered non-responsive
  to this synopsis/solicitation.
CITE: (I-352 SN012787)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Contracting Officer (90C), VA Medical Center, 830 Chalkstone
  Avenue, Providence, RI 02908-4799
SUBJECT: J--MAINTENANCE OF ATL ULTRASOUND SYSTEM
SOL RFQ 650-17-97
DUE 123096
POC Sam L. Gardiner (401) 457-3032 Fax (401) 457-3079
DESC: Contractor must have service technicians certified to work
  on this equipment. Contract will include preventive maintenance,
  emergency service, modifications to equipment and staff training.
  Period of contract is from January 1, 1997 through September
  30, 1997, with options to extend the contract three additional
  years. All requests for this solicitation must be in writing
  (faxed requests acceptable). See Note(s): 1.
CITE: (I-352 SN012789)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: U.S. Department of Transportation, Maritime Administration,
  7737 Hampton Boulevard, Building 4D, Room 211, Norfolk, VA
  23505
SUBJECT: J--PRE-CRUISE REPAIRS ON T.S. EMPIRE STATE
SOL DTMA92-97-B-00001
DUE 020397
POC Contact Point, Ms. Susan P. Barba, (804) 441-3268
DESC: Accomplish pre-cruise repairs, regulatory inspections USCG/ABS,
  and miscellaneous repairs. All work shall be performed at State
  University of New York (SUNY), Maritime College, Fort Schuyler,
  NY. The Maritime Administration requires that to be eligible
  for award under this solicitation offerors must: Be holders
  of the MARAD Master Lump Sum Repair Agreement (MLSRA) or shall
  apply for and agree to the terms and conditions of the MLSRA.
  Delivery schedule is 45 calendar days, after effective date
  of a written Notice to Proceed. All requests must be in writing;
  may be telefaxed to (804) 441-6080. All responsible sources
  may submit an offer which will be considered. This notice is
  for information purposes for Minority, Women-Owned and Disadvantaged
  Business Enterprises: The Department of Transportation (DOT),
  Office of Small and Disadvantaged Business Utilization (OSDBU),
  has a program to assist minority, women-owned and disadvantaged
  business enterprises to acquire short-term working capital
  assistance for transportation-related contracts. Loans are
  available under the DOT Short Term Lending Program (STLP) at
  prime interest rates to provide accounts receivable financing.
  The maximum line of credit is $500,000. For further information
  and application forms concerning the STLP, call the OSDBU at
  (800) 532-1169. For information concerning the acquisition,
  contact the contracting official listed above.
CITE: (I-352 SN012790)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Farrell Lines Inc., One Whitehall Street, New York, NY
  10004-2109
SUBJECT: J--S.S. LAKE, DRYDOCKING AND PERIOD SURVEY HULL
SOL DTMA92-97-B-62502
DUE 020397
POC Ms. Claire Zock, (212) 440-4987, FAX: (212) 440-4871
DESC: S.S. CAPE CATAWBA's work package includes: drydocking for
  American Bureau of Shipping (ABS) and U.S. Coast Guard (USCG)
  with typical related work and inspections; preservation of
  hull, disassembly and reassembly of components and associated
  repairs, special periodic examination of hull for ABS, including
  hull internals. Work to be accomplished at the successful bidders
  facility. Any interested firm may request a copy of the solicitation
  and all responsible offerors may submit bids which shall be
  considered by the Agency. A charge of twenty-five ($25.00)
  is required for the specification and attachments. Checks are
  to be made payable to "Farrell Lines, Inc." and indicate the
  solicitation number "DTMA92-97-B-62502." The Maritime Administration
  requires that to be eligible for award under this solicitation
  offerors must: Be holders of the MARAD Master Lump Sum Repair
  Agreement (MLSRA) or shall apply for and agree to the terms
  and conditions of the MLSRA. Offerors may accept the MLSRA
  with their bid; nonholders shall provide annual representations
  and certifications as required by the MLSRA. Delivery schedule
  is 70 calendar days, after effective date of a written Notice
  to Proceed. No telephone requests, only written and facsimile
  requests are acceptable. For Minority, Women-Owned and Disadvantaged
  Business Enterprises: The Department of Transportation (DOT)
  Office of Small and Disadvantaged Business Utilization (OSDBU)
  has a program to assist minority, women-owned and disadvantaged
  business enterprises to acquire short-term working capital
  assistance for transportation-related contracts. Loans are
  available under the DOT Short Term Lending Program (STLP) at
  prime interest rates to provide accounts receivable financing.
  The maximum line of credit is $500,000. For further information
  and applicable forms concerning the STLP, please call the OSDBU
  at (800) 532-1169.
CITE: (I-352 SN012808)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Commander, Naval Sea Systems Command, SEA 0252,  2531
  Jefferson Davis Hwy,  Arlington, VA  22242-5160
SUBJECT: J--MK 74 MISSILE FIRE CONTROL SYSTEM
SOL N00024-97-C-5222
POC Contact Point, Contracting Officer, G. Michael Dodd, Code
  SEA02522, (703)602-7900 ext 568
DESC: The Naval Sea Systems Command intends to extend the ordering
  period under Basic Ordering Agreement N00024-94-G-5603 from
  14 December 1996 through 14 December 1998.   During this extended
  period, orders will be issued for field engineering services
  to be performed on U.S. and Foreign Military Sale customer
  ships to support the MK 74 Missile Fire Control System including
  the OT-17C, 134 Continuous Wave Illuminator Module and the
  MK 72 Signal Data Converter.  Orders will be issued pursuant
  to 10 U.S.C. 2304 (c)(1) to Raytheon Company, Equipment Division,
  430 Boston Post Road, Wayland, MA 01778.  Raytheon is the original
  equipment manufacturer and design agent for the MK 74, and
  possesses the unique experience and necessary knowledge to
  perform the required work.  See Numbered Note(s): 22.
CITE: (I-352 SN012827)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Commander, Naval Sea Systems Command, SEA 0252,  2531
  Jefferson Davis Hwy,  Arlington, VA  22242-5160
SUBJECT: J--MK 74 MISSILE FIRE CONTROL SYSTEM
SOL N00024-97-C-5222
POC Contact Point, Contracting Officer, G. Michael Dodd, Code
  SEA02522, (703)602-7900 ext 568
DESC: The Naval Sea Systems Command intends to extend the ordering
  period under Basic Ordering Agreement N00024-94-G-5603 from
  14 December 1996 through 14 December 1998.   During this extended
  period, orders will be issued for field engineering services
  to be performed on U.S. and Foreign Military Sale customer
  ships to support the MK 74 Missile Fire Control System including
  the OT-17C, 134 Continuous Wave Illuminator Module and the
  MK 72 Signal Data Converter.  Orders will be issued pursuant
  to 10 U.S.C. 2304 (c)(1) to Raytheon Company, Equipment Division,
  430 Boston Post Road, Wayland, MA 01778.  Raytheon is the original
  equipment manufacturer and design agent for the MK 74, and
  possesses the unique experience and necessary knowledge to
  perform the required work.  See Numbered Note(s): 22.
CITE: (I-352 SN012828)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Commander, Naval Sea Systems Command, SEA 0252,  2531
  Jefferson Davis Hwy,  Arlington, VA  22242-5160
SUBJECT: J--MK 74 MISSILE FIRE CONTROL SYSTEM
SOL N00024-97-C-5222
POC Contact Point, Contracting Officer, G. Michael Dodd, Code
  SEA02522, (703)602-7900 ext 568
DESC: The Naval Sea Systems Command intends to extend the ordering
  period under Basic Ordering Agreement N00024-94-G-5603 from
  14 December 1996 through 14 December 1998.   During this extended
  period, orders will be issued for field engineering services
  to be performed on U.S. and Foreign Military Sale customer
  ships to support the MK 74 Missile Fire Control System including
  the OT-17C, 134 Continuous Wave Illuminator Module and the
  MK 72 Signal Data Converter.  Orders will be issued pursuant
  to 10 U.S.C. 2304 (c)(1) to Raytheon Company, Equipment Division,
  430 Boston Post Road, Wayland, MA 01778.  Raytheon is the original
  equipment manufacturer and design agent for the MK 74, and
  possesses the unique experience and necessary knowledge to
  perform the required work.  See Numbered Note(s): 22.
CITE: (I-352 SN012830)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Commander, Naval Sea Systems Command, SEA 0252,  2531
  Jefferson Davis Hwy,  Arlington, VA  22242-5160
SUBJECT: J--MK 74 MISSILE FIRE CONTROL SYSTEM
SOL N00024-97-C-5222
POC Contact Point, Contracting Officer, G. Michael Dodd, Code
  SEA02522, (703)602-7900 ext 568
DESC: The Naval Sea Systems Command intends to extend the ordering
  period under Basic Ordering Agreement N00024-94-G-5603 from
  14 December 1996 through 14 December 1998.   During this extended
  period, orders will be issued for depot repair, emergency repair,
  alteration, overhaul and open and inspection of MK 74 Missile
  Fire control Systems including the OT-17C, 134 Continuous Wave
  Illuminator Module and the MK 72 Signal Data Converter. Orders
  will be issued pursuant to 10 U.S.C. 2304 (c)(1) to  Raytheon
  Company, Equipment Division, 430 Boston Post Road, Wayland,
  MA 01788. Raytheon is the original equipment manufacturer and
  design agent for the MK 74, and possesses the unique experience
  and necessary knowledge to perform the required work.  See
  Numbered Note(s):  22.
CITE: (I-352 SN012831)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Commander, Naval Sea Systems Command, SEA 0252,  2531
  Jefferson Davis Hwy,  Arlington, VA  22242-5160
SUBJECT: J--MK 74 MISSILE FIRE CONTROL SYSTEM
SOL N00024-97-C-5222
POC Contact Point, Contracting Officer, G. Michael Dodd, Code
  SEA02522, (703)602-7900 ext 568
DESC: The Naval Sea Systems Command intends to extend the ordering
  period under Basic Ordering Agreement N00024-94-G-5603 from
  14 December 1996 through 14 December 1998.   During this extended
  period, orders will be issued for the fabrication, materials,
  testing and installation of equipment changes and Ordnance
  Alteration Kits for the MK 74 Missile Fire Control System including
  the OT-17C, 134 Continuous Wave Illuminator Module and the
  MK 72 Signal Data Converter.   Orders will be issued pursuant
  to 10 U.S.C. 2304 (c)(1) to Raytheon Company, Equipment Division,
  430 Boston Post Road, Wayland, MA 01778.  Raytheon is the original
  equipment manufacturer and design agent for the MK 74, and
  possesses the unique experience and necessary knowledge to
  perform the required work.  See Numbered Note(s): 22.
CITE: (I-352 SN012832)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Commander, Naval Sea Systems Command, SEA 0252,  2531
  Jefferson Davis Hwy,  Arlington, VA  22242-5160
SUBJECT: J--MK 74 MISSILE FIRE CONTROL SYSTEM
SOL N00024-97-C-5222
POC Contact Point, Contracting Officer, G. Michael Dodd, Code
  SEA02522, (703)602-7900 ext 568
DESC: The Naval Sea Systems Command intends to extend the ordering
  period under Basic Ordering Agreement N00024-94-G-5603 from
  14 December 1996 through 14 December 1998.   During this extended
  period, orders will be issued for spare and repair parts plus
  provisioning technical documentation to support Ordnance Alteration
  Kits for the MK 74 Missile Fire Control System including the
  OT-17C, 134 Continuous Wave Illuminator Module and the MK 72
  Signal Data Converter.  Orders will be issued pursuant to 10
  U.S.C. 2304 (c)(1) to Raytheon Company, Equipment Division,
  430 Boston Post Road, Wayland, MA 01778.  Raytheon is the original
  equipment manufacturer and design agent for the MK 74, and
  possesses the unique experience and necessary knowledge to
  perform the required work.  See Numbered Note(s): 22.
CITE: (I-352 SN012833)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: VA Medical Center, Contracting (93), Attn: (Contracting
  Officer'sName), P.O. Box 1034, Portland, OR 97207
SUBJECT: J--ROUTINE MAINTENANCE AND EMERGENCY SERVICE OF SIEMEN'S
  ANGIOSTAR/POLYTRON VR
SOL 648-08-97
DUE 123197
POC Julie Files, 503-220-8262, x7107
DESC: The VA Medical Center Portland Oregon intends to award
  a contract for the routine maintenance and emergency service
  of our current Siemen's Angiostar/Polytron VR. This is a combined
  synopsis/solicitation for the commercial service prepared in
  accordance with the format in FAR Subpart 12.6, as supplemented
  with additional information included in this notice. This announcement
  constitutes the only solicitation. Request for Quotes (RFQ)
  are being requested and a written solicitation will not be
  issued. Solicitation documents and incorporated provisions
  and clauses those in effect through Federal Acquisition Circular
  90-42. This procurement is Unrestricted. SIC Code: 7629. Contractor
  shall provide all required maintenance and emergency service
  to the VA Medical Center, 3710 U.S. Vets Hospital Rd., Portland,
  OR 97207. Offerors are requested to provide their most current
  price list and/or commercial quote for the monthly costs for
  services. This will be a firm fixed price contract. FOB is
  Destination. System is located in Building 100, 2nd floor,
  Imaging Service. The following incorporated clauses and provisions
  and are applicable to this acquisition. 52.212-01 Instructions
  to Offerors-- Commercial Items; 52.212-2, Evaluation -- Commercial
  Items, 52-212-4, Contract Terms and Conditions--Commercial
  Items; 52.212-5, Contract Terms and Conditions Required to
  Implement Statues or Executive Orders-- Commercial Items. Offerors
  must include a completed copy of the Provision at 52.212-3,
  Offeror Representations and Certification - --Commercial Items,
  with its offer. Original proposals shall be submitted on company
  letterhead to Contracting Officer; Julie Files (93), VAMC,
  3710 SW US Vets. Hospital Road, PO Box 1034, Portland, OR 97201
  (Facsimile is acceptable 503-220-3496) by COB 12/31/96, 11:30
  a.m. Point of Contact Julie Files, 503-220-8262 X7107.
CITE: (I-352 SN012937)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment--Potential
  Sources Sought
OFFADD: OC-ALC/PKC, Attn: Ken Thomason, 3001 Staff Dr., Ste.
  2AH81A, Tinker, AFB, OK 73145-3064
SUBJECT: J--MAINTENANCE AND/OR REPAIR OF EQUIPMENT--POTENTIAL
  SOURCES SOUGHT
POC Tony Veal, (405) 739-5402, or Jeff Krauss, (405) 736-5015.
DESC: Potential sources sought--The purpose of this notice is
  to schedule a meeting to meet with potential sources for the
  sustainment support system requirement and obtain industry
  input that would enhance the proposed program. The meeting
  will be held 28 Jan 97 at the Tom Steed Center at Rose State
  College in Midwest City, OK. The Tom Steed Center is located
  off Interstate 40 at exit 156B. Additionally, the scope of
  the proposal may be extended to include Army and Navy vehicles
  of various types. A number of motels are conveniently located
  in the area. A large number and variety of dining sources are
  readily available. Sustainment Support System--The objective
  of this  program is to supply the government with a quick response
  capability for the manufacture and/or development of technical
  data for low quantity critical part requirements. In the development
  of technical data, it may be necessary to redesign a part in
  conjunction with reengineering of the part to improve reliability
  and maintainability. The program would also provide for the
  provision of parts with excessive lead times under routine
  acquisitions. The program is designed to manufacture and supply
  parts; reverse engineer specific parts; provide improved parts;
  obtain and deliver data as pertains to specific parts; obtain
  and provide supplies and materials; share/supplement organic
  capabilities; and provide engineering evaluation of obsolete
  or hard to obtain  materials specified in an existing data
  package to develop recommendations for alternate materials
  which are available an will serve the purpose for which the
  original materials were intended and which will successfully
  operate in the intended environment. Contractors receiving
  task orders under this contemplated program would respond to
  the government within seven working days and as a minimum provide
  a cost estimate and planned delivery schedule for parts and
  engineering data. The contractor would be allowed to use best
  commercial practices and processes based upon the guidelines
  provided by the government in the tasking order. If the government
  accepts the estimate, the contractor will respond to the delivery
  order, develop an action plan, and  subcontract with suppliers
  and manufacturers. All efforts will be coordinated, all deliveries
  will be consolidated, and parts, supplies and services will
  be inspected and certified. Any company interested in this
  requirement should do so in writing  to OCALC/PKC; Attn: Ken
  Thomason; 3001 Staff Drive; Tinker AFB, OK 73145-3064; FAX
  (405) 739-2699. Additional information can be obtained from
  Tony Veal, (405) 739-5402, or Jeff Krauss, (405) 736-5015.
CITE: (M-352 SN012815)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: K--Modification of Equipment
OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421
  Jefferson Davis Hwy, Arlington, Va 22243-5120
SUBJECT: K--SEA DYE MARKER ECP FOR THE PIONEER UAV
SOL N00019-95-G-0203
POC Contact, Hector Jimenez, Phone (703)604-0757
DESC: The Naval Air Systems Command intends to issue a delivery
  order under Basic Ordering Agreement N00019-95-C-0203 with
  Pioneer UAV,Inc. (PUI), Hunt Valley, MD, for the supplies and
  services necessary to incorporate an engineering change for
  sea dye markers into the Pioneer Air System. PUI is a joint
  venture between AAI Corporation, Hunt Valley, MD and Israeli
  Aircraft Industries (IAI), Tel Aviv, Israel. AAI and IAI are
  the sole designers, developers and suppliers of the Pioneer
  UAV system. Therefore, PUI is the only firm possesing the requisite
  technical expertise and data to satisfy this requirement. This
  synopsis is issued for information purposes only. See note
  No. 22 - NAVAIR Synopsis No. 40120-96.
CITE: (I-352 SN012801)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: M--Operation of Government-Owned Facilities
OFFADD: USAF/AFMC, ASC/EMK Bldg 8, 1801 Tenth St Ste 2, Wright-Patterson
  AFB OH
SUBJECT: M--MODIFICATIONS (PROJECTS) TO LEASE CONTRACT F33657-93-L-2257
SOL F33657-93-L-2257
POC Contact George Ann Thompson, Buyer, or Thomas S. Rickey,
  Contracting Officer, (937) 476-4395, extensions 428 and 266.
DESC: An ongoing lease, awarded in 1994 to Hughes Missile Systems
  Co by USAF/AFMC Aeronautical Systems Center (ASC), is the sole
  source follow on contractual action to provide for the operation
  and maintenance, environmental compliance, pollution prevention
  and limited environmental restoration projects on a cost reimbursable
  basis. Work is performed at Air Force Plant 44 which is a government
  owned contractor operated (GOCO) plant. Fiscal Year 97 project
  awards are anticipated to Hughes Missile Systems Co., subcontracting
  opportunities are anticipated to be available. Interested parties
  should contact Walter E. Kauz, Hughes Missile Systems Co.,
  PO Box 11337, Bldg M 30, M/S R20, Tucson, AZ 85734-1337 - Phone
  number (520) 663-7760. An Ombudsman has been appointed for
  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. Daniel L. Kugel
  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. Routine communication concerning this
  acquisition should be directed to George Ann Thompson or Thomas
  S. Rickey ASC/EMK Bldg 8, 1801 Tenth St Ste 2, Wright-Patterson
  AFB OH 45433 Telephone (937) 476-4395 ext. 428 or ext. 266.
  (see Note 22 and 27).
CITE: (I-352 SN012933)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: M--Operation of Government-Owned Facilities--Potential
  Sources Sought
OFFADD: US ARMY CONTRACTING COMMAND KOREA, ATTN: SERVICES BRANCH,
  UNIT # 15289, APO AP 96205-0062
SUBJECT: M--2ND NOTICE, CONTRACTORS NEEDED: MANAGEMENT AND OPERATION
  OF BATTLE SIMULATION CENTER TO SUPPORT TACTICAL SIMULATION
  TRAINING FOR US FORCES KOREA. START DATE: 01 OCT 1997
SOL 204&&&-9612-0002
POC Jackie Robinson-Burnette, US Army Contracting Command, Korea,
  Unit #15289 APO AP 96205, Ph: 011-822-7914-7628 or Fax: 011-822-7914-7067
  Email: eakc-burnett@emh4.korea.army.mil Please send your email
  address, for quick and immediate answers to quesions regarding
  this solicitation. (Site Code DAJB03)
DESC: N/A
CITE: (I-352 SN012851)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: Commander (fcp), U.S. Coast Guard, Maintenance and Logistics
  Command Atlantic, 300 East Main Street, Suite 965, Norfolk,
  VA 23510-9113
SUBJECT: Q--ORTHOPEDIC SERVICES
SOL DTCG84-97-R-3KB880
DUE 012297
POC Contact Xiomarys Vargas, Contract Specialist/Marie A. Gilliam,
  Contracting Officer at (757) 628-4118.
DESC: Correction: This action originally publicized in the CBD
  dated 12/9/96 for non-personal Orthopedic services is hereby
  corrected to add the following location: U. S. Coast Guard
  Kaehler Memorial Clinic, Air Station Cape Cod, Massachusetts.
  For information concerning the acquistion, contact the contracting
  official listed above. Any correspondence concerning this acquistion
  shall reference Request For Proposal (RFP) Number DTCG84-97-R-3KB880.
  NOTE: Prospective offerors may make an offer for one or both
  of the stated locations. This solicitation may result in multiple
  awards.
CITE: (I-352 SN012810)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services--Potential Sources Sought
OFFADD: HSC/PKO, 8005 9th St, Bldg 625, Brooks AFB, TX 78235-5353
SUBJECT: Q--MARKET SURVEY
SOL n/a
POC John King (210)536-6576
DESC: The USAF is considering contracting collection, shipping,
  and medical review officer (MRO) functions for both civilian
  and military urine drug testing.  The estimated scope is 62
  U.S. bases with 143,400 military samples and 18,000 civilian
  samples to be collected per year. Collection includes random
  selection program, communication with squadron commanders,
  chain of custody, documentation of demographics, direct observation
  of collection, packing and shipping to the testing laboratory.
   The MRO functions include review of all positive military
   results and all positive and negative results for civilians.
   Interested sources are requested to submit capabilities statements
  to John King, 8005 9th Street,  Brooks AFB TX 78235-5353.
  This is a market survey which is for informational  purposes
  only.   
EMAIL John_King@pkccmail.brooks.af.mil
EMAILDESC: 
CITE: (W-352 SN012617)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services--Potential Sources Sought
OFFADD: HSC/PKO, 8005 9th St, Bldg 625, Brooks AFB, TX 78235-5353
SUBJECT: Q--MARKET SURVEY
SOL n/a
POC John King (210)536-6576
DESC: The USAF is considering contracting collection, shipping,
  and medical review officer (MRO) functions for both civilian
  and military urine drug testing.  The estimated scope is 62
  U.S. bases with 143,400 military samples and 18,000 civilian
  samples to be collected per year. Collection includes random
  selection program, communication with squadron commanders,
  chain of custody, documentation of demographics, direct observation
  of collection, packing and shipping to the testing laboratory.
   The MRO functions include review of all positive military
   results and all positive and negative results for civilians.
   Interested sources are requested to submit capabilities statements
  to John King, 8005 9th Street,  Brooks AFB TX 78235-5353.
  This is a market survey which is for informational  purposes
  only.   
EMAIL John_King@pkccmail.brooks.af.mil
EMAILDESC: 
CITE: (W-352 SN012618)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: BIA, Navajo Area Office, Branch of Contracts and Property
  Management, P.O. Box 1060, Gallup, New Mexico 87305-1060
SUBJECT: R--SPECIAL EDUCATION SERVICES
SOL N/A
DUE 122796
POC Contact Yolanda Coriz-Yazzie, Contract Specialist (505) 863-8401
DESC: This is a total Sole Source Solicitation. Negotiations
  are currently being conducted for fiscal year 1997 Special
  Education Service with Desert Vista Hospital, Mesa, Arizona.
CITE: (I-351 SN012521)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Health Resources and Services Administration, 5600 Fishers
  Lane, Parklawn Building, Room 13A-19, Rockville, MD 20857
SUBJECT: R--NATIONAL MANAGED CARE RESOURCE CENTER
SOL HRSA-OA-97-B34203
DUE 013197
POC POC: Alexandra B. Garcia (301) 443-5672; Contracting Officer:
  Steven L. Zangwill, (301) 443-5672
DESC: The Health Resources and Services Administration is soliciting
  proposals according to the Simplified Acquisition Procedures
  in Part 13 of The Federal Acquisition Regulations(FAR). According
  to Part 13, this procurement has been classified as a small
  business set aside (Firm Fixed-Price). Although the current
  threshold within our agency for simplified acquisitions is
  $50,000, please do not assume that this procurement is for
  the threshold amount. Quotes that exceed the threshold will
  not be considered. The purpose of this procurement is to analyze
  and prepare recommendations and requirements for a HRSA sponsored
  national managed care resource center for providers to vulnerable,
  at risk populations. The contractor shall: meet with project
  officer to discuss scope of work and clarify issues of the
  project; develop goals and time frames for completing each
  phase of the contract; assess the potential value and demand
  for technical assistance; collect data and prepare a draft
  analysis; meet with representatives from the Bureaus and offices;
  research other existing clearing houses; prepare interim report;
  prepare a final design of a HRSA technical assistance "switching
  station". The period of performance is 26 weeks. All responsible
  sources may submit an original and three copies of a technical
  proposal and the Request for Quotation. The solicitation will
  be issued on or about 01/02/97. The closing date will be on
  01/31/97. All request must be in writing or by Fax to (301)
  443-5462, cite solicitation #HRSA-OA-97-B34203. Telephone requests
  will not be honored. See Note(s): 1.
CITE: (I-352 SN012799)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd, St. Louis, MO 63120-1798
SUBJECT: R--FUTURE PRODUCTION AND RECURRING COSTS FOR CH-47D
  AND MH-47E CHINOOK HELICOPTERS RETROFIT KITS FOR ECP D220
SOL DAAJ09-95-G-0018
DUE 013197
POC Eddie M. Whitfield, Contract Specialist, AMSAT-A-PLAA, (314)263-0550,
  Detra Battle-Blue, Contracting Officer, (314)263-0565
DESC: Effort is sole source to Boeing Defense & Space Group,
  Helicopters Division, P.O. Box 16858, Philidelphia, PA 19142-0858
  -- Authority for other than full and open competition is 10
  U.S.C. 2304(c)(1) -- The proposed contract 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, 26.
CITE: (W-352 SN012835)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: CENTRAL CONTRACTING OFC MEDCOM, ATTN MCAA C BLDG 2015,
  1105 BEEBE LOOP, FT SAM HOUSTON TX 78234-6000
SUBJECT: R--R-COLLEGE OF AMERICAN PATHOLOGISTS (CAP) PROFICIENCY
  TESTING AND ACCREDITATION OF DEPT. OF THE ARMY LABORATORIES
  LOCATED AT VARIOUS MEDICAL TREATMENT FACILITIES (MTFS)
SOL DADA10-97-R-0012
DUE 123096
POC Contract Specialist CPT Kevin Smith (210) 916-9064 (Site
  Code DADA10)
DESC: The government intends to solicit and negotiate a contract
  with the College of American Pathologists (CAP), 325 Waukegan
  Road, Northfield, IL 60093- 8800 for proficiency testing and
  accreditation of Department of the Army laboratories located
  at varius medical treatment facilities (MTFs) in the United
  States, Europe, Korea and Japan. Services are for calendar
  year 1997 with potential 4 one-year options. Other than full
  and open competition (FAR Subpart 6.3) is appropriate since
  the CAP is the only orgnization known that can provide BOTH
  proficiency testing and accreditation. All responsible sources
  may submit a proposal which shall
CITE: (I-352 SN012841)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: DEPARTMENT OF DEFENSE, OCHAMPUS/CM, BLDG 225, AURORA
  CO 80045-6900
SUBJECT: R--POLICY AND STATISTICAL ANALYSIS SERVICES
SOL MDA90697R0002
DUE 032897
POC Contact LAURA SELLS, Contracting Officer, 303/361-1020, CYNTHIA
  DAHLSTROM, Contract Specialist, 303/361-1116
DESC: OCHAMPUS intends to issue a solicitation for advisory and
  assistance services to perform policy and statistical analysis.
  Performance will include independent analyses, policy development,
  evaluation studies, and expert advice associated with the finncing
  and delivery of health care services under the Civilian Health
  and Medical Program of the Uniformed Services (CHAMPUS) and
  the Direct Care Program provided in Department of Defense Medical
  Treatment Facilities. Tasks and subtasks will include actuaril
  support, coordinated care program evaluation, benefits design
  support, DRG maintenance/physician pay reform support, and
  national claims processing support. The proposed contract will
  be for a period of 12 months with four one-year option periods.
  All responsible sources may submit a proposal which will be
  considered for award. All requests for solicitation MDA906-97-R-0002
  must be in writing. The RFP will onl be sent to those firms
  which request it in writing and those contractors who have
  previously submitted proposals. Telephone requests will not
  be honored. Request for solicitations may be faxed to (303)
  361-1154. This requirement is unrestricted. Please adress all
  requests for solicitation to: Ms. Cindy Dahlstrom, OCHAMPUS/CMP,
  Aurora, CO 80045-6900.
CITE: (I-352 SN012843)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Ballistic Missile Defense Organization BMDO (DCT), 1725
  Jefferson Davis Hwy, Suite 809, Arlington, VA 22202
SUBJECT: R--SYSTEM ENGINEERING AND TECHNOLOGY ASSISTANCE SERVICES
  FOR THE SCIENCE AND TECHNOLOGY DIRECTORATE
SOL HQ0006-97-R-0008
DUE 033197
POC POC: Karen Byrd, (703) 604-4458, CBD Reference Number: BMDO
  97-06.
DESC: The Ballistic Missile Defense Organization (BMDO), Science
  and Technology Directorate (BMDO/TRI) intends to issue a Request
  for Proposals to obtain experienced technical advisory and
  assistance services supporting a number of research and development
  (R&D) technology areas relevant to Ballistic Missile Defense
  (BMD). The offeror will provide technical advisory and assistance
  services to support BMDO/TRI program and/or project management
  and administration as well as R&D activities. In rendering
  these support services, the contractor will provide information,
  advice, opinions, alternatives, analyses, evaluations, and/or
  recommendations in the form of studies, reports and outlines.
  Examples of support services include: (1) performing literature
  search of recent publications or pertinent government project
  files regarding technical areas specifically identified by
  the BMDO Project Integrator (PI) for that topical area, (2)
  providing analyses, evaluations, technical opinions, and recommendations
  to the PI, enabling the PI to determine the technical and financial
  implications/risks associated with planning, scheduling and
  setting performance goals for advancing the state-of-the-art
  in areas serving BMDO's mission. Periodic travel within and
  outside the continental United States is anticipated. Experienced
  personnel with an advanced degree and a minimum of five years
  technical experience in disciplines identified below are required.
  BMDO/TRI's technologies are packaged in two broad-based fields:
  (1) Electronics, Optics, Communications, Nonlinear Optical
  Materials and Processes, and Intercept Enhancement Technologies,
  and (2) Power Systems, Power Conditioning, Ground-Based Radar,
  Propulsion, and Propellants. Particular areas in which the
  offeror must show technical expertise include: (1) electronics
  and optics in signal processing for laser communications, material
  sciences, including organic, polymeric, and solid-state chemistry
  related to nonlinear processes and integrated circuit packaging,
  spectroscopy related to laser technology, neural network architectures,
  sensor information processing for detection, discrimination,
  target recognition, tracking, and intercept enhancement, (2)
  space power and power conditioning technology, propulsion concepts
  and advanced propellant technologies, radar technology and
  engineering for command, control, communication, and computers
  to conduct space experiments, technology for data collection
  from remote platforms, and phenomenology studies. The evaluation
  factors for award will include: Understanding and Approach,
  Personnel, Corporate Experience and Past Performance. The contract
  is anticipated as an ID/IQ, Task Order, Cost-Plus- Fixed-Fee
  type, with an eighteen-month base period and three 1- year
  options having an annual level of effort of approximately five
  to eight man-years. Contracts split between the two broad-
  based areas may be awarded dependent upon availability of offerors'
  functional expertise and best-value assessment of single versus
  split contracts. Planned contract award is during the first
  half of calendar year, 1997. The Government intends to post
  to the BMDO Acquisition Reporting Bulletin Board (BARBB) the
  draft Statement of Work and future RFP information. Interested
  parties may gain access to the BARBB by dialing (703) 769-8394.
  Callers should be prepared to provide the following information
  in order to log on to the BARBB for the first time: Full name,
  Company name, Company address, Phone number, FAX number, CAGE
  code, Type of business (large, small, SDB, woman-owned, etc).
  For technical assistance in gaining access to or using BARBB,
  call the System Operator, Mr. Jim Helm, at (703) 486-3266,
  extension 358. Small businesses/small disadvantaged businesses
  as defined in Standard Industrial Classification Code 8731,
  Commercial Physical and Biological Research - Space Vehicles
  & Guided Missiles, Their Propulsion Units, Their Propulsion
  Unit Parts, & Their Auxiliary Equipment and Parts (1,000 employees),
  are invited to submit to the contracting office as early as
  possible, but not later than 20 calendar days after this notice,
  evidence of their capability to perform the contract, in order
  to assist in a set-aside determination in accordance with FAR
  19.5. The capability statements should specifically address
  the contractor's demonstrated capabilities in the areas identified
  above. It is requested that the statements also include the
  capabilities of proposed teaming partners and major subcontractors.
  Send written capability statements, limited to 10 pages or
  less, and RFP requests, referencing solicitation HQ0006-97-R-0008,
  Reference Number BMDO 97-06, to Karen Byrd, Ballistic Missile
  Defense Organization (BMDO),1725 Jefferson Davis Highway, Suite
  809, Arlington, VA 22202. If adequate response is not received
  from responsible small business concerns offering the best
  scientific and technological source capabilities, as discussed
  in FAR 19.502-2(b), the solicitation will be issued, without
  further notice, for full-and-open competition. Therefore, all
  large and small businesses interested should indicate their
  status and send RFP requests.
CITE: (I-352 SN012896)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: NCCOSC RDTE Division, Code D214B, 53570 Silvergate Avenue,
  Bldg. A33, San Diego, CA 92152-5113
SUBJECT: R--VETERINARY SERVICE
SOL N66001-97-Q-1318
POC POC Ms. Sylvia Proffit, Code D221, Purchasing Agent, (619)524-3381.
  Ms. Pat Brown, Contracting Officer.
DESC: The Government intends to procure on a sole source basis
  with Upstream Associates. The scope of this contract is to
  provide professional presence and clinical expertise in Marine
  Mammal Veterinary care for U.S. Navy Marine Mammals. "No RFQ
  will be prepared or made available for distribution. Award
  will be based on evaluation of responsive, resonsible quotations
  received in response to this CBD advertisement. Competitive
  awards may be based on the evaluation criteria stipulated in
  NRaD Blue Ribbon Vender Program (BRVP) provisions of the Red,
  Yellow, Green (RYG) Contractor Evaluation System. The evaluation
  criteria is available upon request. Questions may be directed
  to Sylvia Profit at (619) 524-3381. 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)524-3407." Note 22 applies, however, all offers received
  within 15 days (in lieu of 45 days) after date of publication
  of oringinal synopsis will be considered by the Government.
  The applicable Standard Industrial Code (SIC) and size standard
  is 0742-0.5 employees. See Note(s): 22.
CITE: (I-352 SN012927)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Department of the Navy, NAWCAD Contracts Competency Division,
  MS32, 22541 Millstone Road, Patuxent River, MD 20670-5304
SUBJECT: R--SERVICES FOR STRUCTUAL CYBERNETICS
SOL N00421-97-Q-1023
DUE 010897
POC Greg Rankin, Contract Specialist, (301) 342-1832,X-105, Doris
  Browder, Contracting Officer.
DESC: This activity anticipates awarding a Sole Source Purchase
  Order to N. Dean Meyer and Associates Inc., of Tridgefield,
  CT. Services are for Structural Cybernetics which will provide
  diagnostic process of an organizational structure, which will
  include Workshops for Organizationwide Assessment. Structural
  Cybernetics is a proprietary model which was designed and developed
  solely by N. Dean Meyer. All questions on this procurement
  can be directed to Greg Rankin. See Note 26.
CITE: (I-352 SN012945)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services--Potential Sources Sought
OFFADD: National Cancer Institute, Research Contracts Branch,
  OC 6120 Executive Blvd., EPS/608 Bethesda, Maryland 20892-7222
SUBJECT: R--EXECUTIVE PLACEMENT SERVICE
SOL RFQ-70020-NE
DUE 010897
POC David M. Keefer, Contracting Officer 301/496-8628.
DESC: The National Cancer Institute anticipates issuing a Request
  for Quotation for an Executive Placement Service and is primarily
  interested in organizations which have worked with the Federal
  Government and in particular, organizations which have experience
  in filling positions in the Equal Employment Opportunity (EEO)
  arena. The position is the NCI Equal Employment Opportunity
  Manager and a brief summary of the duties are: responsible
  for the management, direction, and coordination of all matters
  relating to EEO, targeting both systemic and individual problems,
  provides expert advice and guidance to Institute managers at
  all levels on such issues such as affirmative action, complaints
  of discrimination, outreach/recruitment efforts, special emphasis
  programs, and programs designed to increase workforce diversity
  in all functional areas of the National Cancer Institute. The
  RFQ will be issued as a simplified acquisition mechanism and
  possibly may not be advertised but rather posted on the Institute's
  Board. Since the Institute is not familiar with this market,
  this announcement is an attempt to identify specific sources
  for the RFQ. The firm will be expected to meet with NCI senior
  management on two or three occasions, conduct a national screening
  and search, recommend 3-5 potential candidates and provide
  associated documentation and support. Firms who believe they
  are qualified for this effort should submit a qualifications
  package which identify, at a minimum, previous Federal Government
  clients, position filled and Federal Agency representative
  (name, position and telephone number) who is familiar with
  the work performed. Special attention should be given to EEO
  positions. Responses should not exceed 10 pages and should
  be received no later than 3:00 PM EST, Wednesday, January 8,
  1997. David M. Keefer, Contracting Officer, NCI, Executive
  Plaza South, Room 608K, 9000 Rockville Pike, Bethesda, MD,
  20892-7222, telephone (301) 496-8628, fax (301) 480-0309, Email
  address - http://www.keeferd@rcb.nci.nih.gov
CITE: (I-352 SN012798)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services--Potential Sources Sought
OFFADD: Ballistic Missile Defense Organization BMDO (DCT), 1725
  Jefferson Davis Highway, Suite 1200, Arlington, VA 22202
SUBJECT: R--BALLISTIC MISSILE DEFENSE ORGANIZATION COST ESTIMATING
  AND ANALYSIS SERVICES
SOL N/A
POC POC: Anne Terry, (703) 604-4459, CBD Reference Number 97-07.
DESC: The Ballistic Missile Defense Organization (BMDO) Cost
  Estimating and Analysis Directorate (POE) requires technical,
  programmatic, and administrative services in performing cost
  estimating functions necessary to carry out BMDO plans and
  programs in an efficient and effective manner. Required services
  shall include the following: 1) development and maintenance
  of current cost, technical, performance, and economic databases,
  2) development and maintenance of a library of cost and cost
  performance trade methodologies and approaches, and 3) development
  and maintenance of cost estimating, cost risk, and program
  budget models. A Cost-Plus- Fixed-Fee, Level of Effort (Task
  Order) contract is contemplated with a 2-year base period and
  two 1-year options. Planned contract award is May 1997. The
  acquisition is a total small business set-a-side under the
  SIC Code 8731, Commercial Physical and Biological Research
  (Space Vehicles and Guided Missiles, their Propulsion Units,
  their Propulsion Unit Parts, and their Auxiliary Equipment
  and Parts, 1000 - employees). The Government intends to post
  information related to this procurement on the BMDO Acquisition
  Reporting Bulletin Board (BARBB). Interested parties may gain
  access to the BARBB through the World Wide Web (http://www.acq.osd.mil/bmdo/barbb/barbb.htm).
  Interested firms may send requests to be placed on the Bidder's
  List within 30 days of this notice citing Reference Number
  BMDO 97-07 to Ms. Anne Terry, Ballistic Missile Defense Organization
  (BMDO) BMDO/DCT, 1725 Jefferson Davis Highway, Suite 1200,
  Arlington, VA 22202. For questions regarding this announcement,
  contact Ms. Terry @ (703) 604- 4459.
CITE: (I-352 SN012950)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: 50 CONS/LGCV, 66 Falcon Parkway, Ste 49, Falcon AFB,
  CO 80912-6649
SUBJECT: S--REFUSE COLLECTION AND DISPOSAL
SOL FA255097Q0120
DUE 012397
POC Eunice Fletcher, (719) 567-3899 (Contract Specialist) or
  Vincent J. Benavente, (719) 567-3847 (Contracting Officer).
DESC: REFUSE Collection and Disposal at Falcon AFB CO--Nonpersonal
  services to provide all resources (to include dumpsters) necessary
  to perform refuse collection and disposal for Falcon AFB CO
  for the period of 1 Mar 97 thru 30 Sep 97. The Government contemplates
  award of a firm-fixed price Purchase Order as a result of this
  synopsis. A National Agency Check (NAC) will be required for
  all contractor employees. This proposed acquisition is unrestricted.
  Solicitation No. FA 2550-97Q0120 is to be issued on or about
  23 Dec 96 with bids due on or about 23 Jan 97. All requests
  for subject solicitation must be submitted in writing.
CITE: (M-352 SN012719)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: GSA Property Mgmt. Center Contracts Br.,Atrium West,
  Suite 121,7771 West Oak land Pk Blvd,Sunrise,FL 33351
SUBJECT: S--JANITORIAL SERVICES
SOL GS-04P-97-LCC-0002
DUE 021997
POC Contact,Bill Murray,954/356-7640,Contracting Officer,Pamela
  D. Kelley,954/3 56-7685
DESC: The General Services Administration is issuing a Solicitation
  Packages for Janitorial Services at the U.S. Federal Building/
  Courthouse, Tampa, Florida, fo r a base year period and three
  (3) one year option periods. Services start on or about July
  1, 1997. This procurement is 100% Set-Aside for Small Business
  Conce rns. Bid issue date on or about February 15, 1997 and
  Bid Opening date on or abo ut March 20, 1997. To receive a
  Bid Package please request in writing or Fax (95 4)356-7800.
  No phone requests for bid packages will be honored.
CITE: (I-352 SN012820)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: DIRECTORATE OF CONTRACTING, PO DRAWER 3918, BLDG 4275,
  FORT POLK LA 71459
SUBJECT: S--S-PROVIDE CUSTODIAL SERVICE FOR NORTH AND SOUTH FORT
  POLK
SOL DAKF24-97-B-0004
DUE 021097
POC Contract Specialist NORMA JEAN GUINS (318) 531-2367 Contracting
  Officer TERENCE L. HAYNES (318) 531-2368 (Site Code DAKF24)
DESC: Furnish all plant, labor, materials, equipment and perform
  custodial services to the buildings listed in the solicitation
  package in strict accordance with specifications and Custodial
  Performance Chart. Base period will be 1 Mar 97 through 28
  Feb 98with two one-year options. A firm fixed price contract
  will be awarded as a resulst of the Invitation for Bid. See
  Note #1. The size standard for this procurement is $12.0 Million.
  Request for solicitation must be in writing. Fax requests to
  (318) 531-2362Attn: Norma Jean Guins. When requesting the solicitation
  provide your Commercial Entity (CAGE) Code Number and Contractor
  Establishment Code (CEC) Number if available.
CITE: (I-352 SN012852)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: DA, Tulsa District, Corps of Engineers, P.O. Box 61,
  Tulsa, OK 74121-0061
SUBJECT: S--MINI-PROJECT CONSOLIDATED MAINTENANCE CONTRACT, SARDIS
  LAKE, OKLAHOMA
SOL DACW56-97-R-0009
DUE 020797
POC Randy Bratcher, Contract Specialist, 918/669-7273
DESC: The scope of work required under this specification provides
  for mowing of public use areas, project office complex, project
  boundary line, and other unimproved areas on project lands;
  janitorial work at the project office complex; and cleaning
  of park facilities such as toilets, picnic/camping sites, groundskeeping,
  and refuse collection and disposal. An advanced non-refundable
  fee of $6.00 is required for each solicitation. Make check
  payable to F&A Officer, USAED, Tulsa and mail to the attention
  of the Contracting Division. Payment must be received prior
  to issuance of solicitation. Solicitation will be available
  on or about January 6, 1997. No phone calls to order please.
  All orders will be mailed via first class mail. Request for
  special handling (Fed-X, etc.) will not be honored.
CITE: (I-352 SN012930)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services--Potential Sources
  Sought
OFFADD: Commander, Pine Bluff Arsenal, 10-020 Kabrich Circle,
  Attn: SIOPB- PO, Pine Bluff, AR 71602-9500
SUBJECT: S--PRIVITIZATION OF UTILITIES OPERATIONS
SOL DAAA03-97-P1000
POC James Sandstrum, Engineer, 501/540-3270.
DESC: Potential sources are being sought for Privitzation of
  Utilities operations, distribution and maintenance of Electrical,
  Natural Gas, Potable Water, Sanitary Sewer, Steam and Compressed
  Air Systems at Pine Bluff Arsenal. Point of contact: James
  Sandstrum, 501/540-3270. Point of contact address: Commander,
  PBA; SIOPB-PO, Attn: James Sandstrum, 10020 Kabrich Circle,
  Pine Bluff, AR 71602-9500. This is the initial phase of a Privitzation
  Study to locate responsible sources to participate. The study
  will determine if it is more economical to privitize the utilities
  to a commercial company or to retain the utilities and operate
  within Government means. The number assigned to this notice
  is for tracking purposes only at this time. Use number DAAA03-97-P1000
  when responding to this notice. Responders should include firm
  name and address, indicate whether your firm is a Large or
  Small Business as defined within Part 19 of the Federal Acquisition
  Regulations, point of contact name and telephone number and
  state utility interested.
CITE: (I-352 SN012771)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: Administrative Office of the U.S. Courts (AOUSC), Contracting
  & Acquisition, 1 Columbus Circle, NE, Room 3-170, Washington,
  DC 20544
SUBJECT: T--BANKRUPTCY NOTICING CENTER SERVICES
SOL USCA-97-R-002
POC Howard Grandier, Contracting Officer, (202) 273-3555.
DESC: The Administrative Office of the U.S. Courts has a requirement
  for contractor facilities, equipment, management, services,
  and support for the production and service of Bankruptcy notices
  and other materials for the Federal Bankruptcy Courts. The
  contractor shall be required to receive Bankruptcy case data
  in multiple formats using different media from each participating
  (approximately 300 nationwide) court location; produce Bankruptcy
  notices, letters, reports, and make distribution via U.S. Postal
  Service (USPS) Regulations and/or electronic transmission,
  in the most cost efficient and timely manner. The contractor
  shall be responsible for the accuracy, readability, and quality
  of all Bankruptcy notices and other   materials. The contractor
  shall comply with a 48-hour production cycle. The production
  cycle will begin at the time of retrieval of the Government
  output (from each court location), by the contractor, to the
  time of delivery of the completed notices to the USPS or the
  electronic transmission to the entity. The contractor will
  also be required to maintain historical data relating to notices
  processed for the life of the contract and periodically produce
  reports relating to this data. Award may be made to up to two
  contractors. The resultant contract(s) will be awarded for
  a base year, with potential for nine (9) one-year options to
  extend. The resultant contract(s) will be a fixed-price Indefinite
  Delivery Indefinite Quantity (IDIQ) contract(s). There is 
   currently an incumbent contractor who is not prohibited from
  completing under this solicitation. All responsible sources
  may submit a proposal which shall be considered. Requests for
  the solicitation may be made via facsimile transmission to
  (202) 273-2720, but must be followed up by hard copy signed
  letter. Requests to be included on the Bidders Mailing List
  should be received no later than 30 days from date of this
  synopsis and must reference Solicitation No. USCA-97-R-002.
  Telephone inquiries will not be accepted.
CITE: (M-352 SN012758)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: Internal Revenue Service, A/C PROCUREMENT M:P 7TH FLOOR,
  6009 OXON HILL ROAD, OXON HILL, MD 20745
SUBJECT: U--COMPUTER-BASED MANAGEMENT TRAINING
SOL CBD&&&96100001
DUE 011797
POC Contract Specialist, Gerald B. Kyler, FAX: 202-283-1514
DESC: The Internal Revenue Service (IRS) is seeking information
  from firms offering Computer-Based Training (CBT) courseware
  to address any/all of the leadership topics noted below. This
  information is being sought for the purpose of attaining an
  accurate nderstanding of the technology/capabilities currently
  available in the market in order to facilitate composition
  of a precise statement of work for an anticipated Request for
  Proposal on CBT courses for the agency. Course material needs
  to be highly interative, multimedia oriented, with the ability
  to generate pre and post assessments/tests and to compile performance
  summaries for both individuals and groups. The course topics
  to be addressed include: planning, scheduling, prioritizing,
  time management, communication skills, performance discussions,
  delegation, empowerment, managing diversity, leading in a changing
  environment, interest based problem solving, remot management,
  coaching, risk taking, decision making, team building, situational
  leadership. Please forward descriptive literature/brochures,
  including computer system specifications required to run product(s);
  firms may be contacted for samples or examplesof products at
  a later date. Do not send products now. Please annotate whether
  your firm is a large, small, or disadvantaged business under
  SIC 7322, size standard of $5 million in annual receipts. NOTE:
  This is for planning purposes ONLY. There is no Request for
  Proposals at this time. No oral communications shall be accepted.
  Questions and/or responses to the above may be mailed to the
  address above o faxed to Gerald Kyler at (202) 283-1514.
CITE: (I-352 SN012842)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: General Services Administration, NCR, Special Services
  Center (WPMFC), 3101 Pennsy Dr., Landover, MD 20785
SUBJECT: V--TRANSPORTATION AND RELATED MOVING SERVICES FOR THE
  INTERNAL REVENUE SERVICES IN THE WASHINGTON, DC., METROPOLITAN
  AREA.
SOL GS11P97YXC0025
DUE 012297
POC POC, Kathy White, (301) 436-4499
DESC: Transportation and Related Moving Services for the Internal
  Revenue Services in the Washington, DC., Metropolitan Area.
   This notice is to inform all interested parties that the property
  inspection and walk-through dates scheduled for December 17th,
  18th, and 19th at 10:00 AM, located at the Federal Triangle
  Middle Metro Entrance, 12th & Pennsylvania, Avenue, NW., Washington,
  DC., has been postpone until further notice.  
CITE: (W-352 SN012717)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: Commander, Military Sealift Command, Sealift Program
  Management Office, Code PM52P, 901 M Street SE, Washington,
  DC 20398-5541
SUBJECT: V--OCEAN TRANSPORTATION SERVICES
SOL N00033-97-R-5015
DUE 010897
POC Contact Cynthia Frye, 202-685-5813, Contracting Officer,
  Bradley Taylor
DESC: Time charter of U.S. Flag self-sustaining breakbulk/roro
  vessel for the carriage of ammunition and general cargo between
  U.S. West Coast and Far East ports.  Seventeen month period
  with two 17 month option periods.
CITE: (I-352 SN012838)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services--Potential
  Sources Sought
OFFADD: ACC Contracting Squadron, 227 Hunting Ave., Suite 301,
  Langley AFB, VA 23665-2771
SUBJECT: V--SOUTHCOM AIRLIFT SERVICES BETWEEN CENTRAL AND SOUTH
  AMERICA
SOL N/A
DUE 010297
POC Capt Lou Brundidge, (757)764-8164, fax (757)764-3385/Contracting
  Officer, Ms Della Shelton, (757)764-5570 ext 164, fax (757)764-9695
DESC: Aircrews must have the following qualifications: U.S. citizens
  and hold, or be capable of obtaining, a secret security clearance,
  as a minimum; pilots must hold an Airline Transport Certificate
  (ATP); aircrew will consist of two (2) pilots and one (1) loadmaster;
  government will complete all initial training and be responsible
  for scheduling functions; aircrew will be responsible for operating
  an Italian G-222 (C-27) type aircraft; contractor would be
  required to support a 2400 Flying Hour Program with seven (7)
  airplanes.  Government will provide the aircraft.  The contractor
  is to provide the aircrews and maintenance for the aircraft
  - a Government owned - Contractor operated (GOCO) type requirement.
   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.***** 
EMAIL authierr@acccons.langley.af.mil
EMAILDESC: 
CITE: (W-352 SN012874)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: W--Lease or Rental of Equipment
OFFADD: Commanding Officer, Navy Public Works Center, Naval Facilities
  Engineering Command Contracts, Code 220, Pearl Harbor, HI 96860-5470
SUBJECT: W--TRAILER LEASING, BUILDING 187, NAVAL AIR STATION,
  BARBERS POINT, HAWAII
SOL N62755-97-R-7031
DUE 011097
POC Contact Point: Kimberly Kruskie (808) 474-3385; Contracting
  Officer: A. Yuen, (808) 474-3385.
DESC: Trailer Leasing, Building 187, Naval Air Station, Barbers
  Point, Hawaii. The contractor shall provide all labor, supervision,
  tools, materials, equipment, and transportation necessary to
  provide trailer leasing. SIC Code 7519 applies. The contract
  includes option provisions to extend the terms in subsequent
  years. The total term of the contract will be a 12 month base
  period plus two option years for a total 36 months. The Government
  will not synopsize the options when excercised. This contract
  action is for services for which the Government intends to
  solicit and negotiate with only Mokulua Consultants, Inc. (Mokulua)
  under the authority of FAR 6.302-1, since Naval Air Station
  employees currently occupy Mokulua's trailers at Building 187.
  Firms that have the capability to perform the above work should
  notify us within 15 days after the date of publication of this
  synopsis. This notice of intent is not a request for competitive
  proposals. A determination by the Government not to open the
  requirement to competition based upon responses to this notice
  is solely within the discretion of the Government. Information
  received as a result of the notice of intent normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. Proposal receipt date is approximate.
CITE: (I-352 SN012951)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: W--Lease or Rental of Equipment
OFFADD: U.S. Army Engineer District, Rock Island, Corps of Engineers,
  Clock Tower Building, P.O. Box 2004, Rock Island, Illinois
  61204-2004
SUBJECT: W--RENTAL OF HYDRAULIC OPERATED SCRAPER AND LONG BOOM
  HYDRAULIC EXCAVATOR
SOL DACW25-97-Q-0049
DUE 011697
POC Barbara Voss, 309/794-5219 / Rosanne Spencer, 309/794-5239
DESC: Rental of hydraulic operated scraper with an elevator and
  long boom hydraulic excavator.  Equipment will be delivered
  to and picked up by the contractor from project site in Canton,
  MO.  Request for Quotation will be provided at no cost.  SIC
  Code is 7353.  See note 1.   
CITE: (W-352 SN012954)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: BLM, BC-660, Bldg #50, Denver Federal Center, P.O. Box
  25047, Denver, CO 80225-0047
SUBJECT: Y--BRUNEAU RA FENCES 
SOL 1422D910Q970003
DUE 011497
POC Patria A. Fort, Contracting Oficer, 208/373-3910
DESC:  Furnishing labor, equipment, and supplies, using specified
  Government-furnished property to build, rebuild and repair
  fences in the Bruneau Resource Area.  Work under this contract
  is located in Elmore and Ada counties.  Performance period
  for each fence location ranges from March 1, 1997 to May 15,
  1997.  Estimated price range is between $25,000 and $100,000.
   In accordance with FAR 28.102-1, a 50% payment bond is required
  for contacts greater that $25,000, prior to issuance of the
  Notice to Proceed.  Please submit written requests for solicitation
  to BLM, 1387 S. Vinnell Way, Boise ID 83709 Attn: Patricia
  A. Fort or fax your request to (208) 373-3915; include name,
  address, phone no., and soliciation no.  All responsible sources
  may submit an offer which will be considered.  See Numbered
  Note 26.
LINK http://www.blm.gov/natacq/sol
LINKDESC: 
EMAIL pfort@ID.BLM.GOV
EMAILDESC: 
CITE: (W-351 SN012495)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Commanding Officer, Naval Facilities Engineering Command,
  P. O. Box 190010, North Charleston, SC  29419-9010
SUBJECT: Y--DEMOLITION BLDG. 7303, KEESLER AFB, MS
SOL N62467-96-B-0705
DUE 012397
POC Technical inquiries prior to bid opening MUST be submitted
  in writing to the address listed above, or faxed to (803) 820-5853,
  Attention:  Deborah Taylor Code 0212DT.  The Contracting Officer
  for this solicitation is L. C. Millhouse.
DESC: SOLICITATION NOTICE: THE COST FOR EACH SET OF PLANS AND
  SPECIFICATIONS IS $10.00.  THE POINT OF CONTACT IS RONNIE MITCHUM
  AT 803/743-4040.  THIS CHARGE IS NON-REFUNDABLE. To obtain
  plans and specifications you may CHARGE your request to a CORPORATE
  VISA CREDIT CARD or make company check payable to US Treasury
  and send to the DEFENSE AUTOMATED PRINTING SERVICE, ATTN: RONNIE
  MITCHUM, P O BOX 71359, CHARLESTON, SC 29415 OR FOR DIRECT
  OR EXPRESS MAIL DELIVERY, ADDRESS YOUR REQUEST TO SUITE B 2825
  AVENUE D. NORTH CHARLESTON, SC 29408-1802.  If problems arise
  concerning your request, call RONNIE MITCHUM at 803/743-4040.
   To obtain a plan holders list FAX your request to 803/743-3027.
   For inquiries about BID OPENING DATE, NUMBER OF AMENDMENTS
  ISSUED, CONTACT SUSAN CLARK at (803) 820-5775.  To obtain bid
  results, call (803) 820-5922 after 10:00 AM for a pre-recorded
  message that will be available the day after scheduled bid
  opening.  The work includes demolish Bldg. 7303, approximately
  126,845SF including sitework demolition, and asbestos abatement
  as indicated on the drawings and as specified and incidental
  related work.  Estimated cost of project is $500,000.00 to
  $1,000,000.00. Estimated duration of the contract is 195 calendar
  days for completion.
CITE: (I-351 SN012515)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: General Services Administration,Public Buildings Service,450
  Golden Gate Ave nue,San Francisco,CA 94102-3434
SUBJECT: Y--DESIGN-BUILD SERVICES FOR A PROPOSED NEW
SOL GS-09P-97-KTC-0014
DUE 032197
POC Contact,Elisa Sanchez,415/522-3162
DESC: The General Services Administration (GSA) announces an
  opportunity to provi de design-build services for a proposed
  new Federal Bldg./Courthouse in downtown Las Vegas, Nevada.
   Prospective offerors should be aware that acquistion of the
  proposed site for this facility has not yet been consummated.
   The proposed six (6) acre-site is bound by Bridger Avenue
  to the North, 6th Street to the east, Clark Avenue to the South,
  and Las Vegas Boulevard South to the west.  The new b uilding
  will be approximately 410,000 gross square feet (38,089 GSM)
  while conta ining approximately 244,000 occupiable square feet
  (22,668 OSM) and will be able to satisfy the US Courts' 10
  and 30 year requirements.  The design of the build ing exterior,
  public spaces (lobbies, corridors), Jury Assembly, and the
  courtro oms will be provided by the Government.  The eight
  (8) story building will house 10 courtrooms/judges chambers,
  court-related agencies, court support facilities with spaces
  for federal executive agencies at the initial occupancy which
  will later be renovated for future court use.  The building
  will include one level of subterranean parking of 91 spaces
  and surface parking for approximately 200 spa ces.  The building
  will be designed and constructed in "soft" metric units.  The
  estimated total construction cost is between $70,000,000 and
  $83,000,000 with o ccupancy planned for the year 2000.  The
  scope of Design/Build Services includes , but is not limited
  to the following:  Design/Construction documents, and const
  ruction work which consists of providing all labor, material
  and equipment for e xcavation, complete buildout of core and
  shell and tenant improvement of the Fed eral Building/Courthouse.
   The acquisition will implement a "Two Phase" selectio n process.
   The Design/Builder selection will be completed in two phases
  as foll ows: PHASE ONE(1) will identify those firms which are
  highly and technically qua lified.  A maximum of five (5) firms
  will be selected for consideration for PHAS E TWO (2).  The
  short list will be based on the firms' submittals in response
  to the Request for Qualifications (RFQ).  The Phase Two (2)
  submission is the basi s of making the final selection.  Those
  firms will be required to prepare fully developed technical
  and price proposals.  The Government will not allow any stip
  end for preparation of proposals.  Offerors for Phase One (1)
  can be partnership , corporation, association, and/or other
  legal entity which will have contractua l responsibility for
  the project.  A proposed joint venture should provide profi
  les for all firms in the joint venture. Consideration for the
  firm is not restri cted to any geographic area.  Firms interested
  in receiving the RFQ should submi t a letter of intent and
  Standard Form 254 prior to the pre-proposal meeting to be held
  on Friday, January 10, 1997 at 10:00 A.M., in Courtroom 1,
  Foley Buildin g, 300 Las Vegas Blvd., South, Las Vegas, NV.
   Submit your letter of intent and SF 254 by FAX (415) 522-3316,
  Attention: Elisa Sanchez, Contracting Officer or M ail to:
  GSA, Property Development Division (9PCS) 450 Golden Gate Avenue,
  3rd Fl oor West, San Francisco, CA 94102-3434.  Project qualifications
  submitted by eac h firm will be reviewed and evaluated based
  on the following evaluation factors. The evaluation factors
  may or may not change between now and the issuance of t he
  RFQ.  I.  PAST PERFORMANCE: (50%) Offerors' proposals will
  be evaluated (1) t o compare the similarity of project(s) completed
  within the last ten (10) years, (2) to determine the extent
  to which project(s) were completed on time and with in budget
  while meeting qualitative expectations, and (3) to consider
  the offero rs' working relationship with the owner(s) representative.
   Each offeror will be evaluated, in part, based on the project
  owner's evaluation of the offerors' re cent past performance
  on existing projects for similar services.  Construction o
  f an existing project must be at least 50% complete, in order
  to be considered f or evaluation.  II.  ORGANIZATION STRUCTURE
  AND MANAGEMENT APPROACH: (25%)  Offe rors' proposals will be
  evaluated (1) to determine the organizational structure and
  assignment of responsibilities of the member firms and their
  key personnel, (2) to consider the extent of past experience
  that the firms or key members of t he firms have in working
  together, and (3) to verify that the management plan pr ovides
  for appropriate assurance of quality while maintaining schedule
  and cost control.  III.  TEAM COMPOSITION: (25%) Offerors'
  proposal will be evaluated (1) to determine the individual
  and collective strength and experience of member fi rms, and
  (2) to determine the personnel experience and education of
  the offerors ' key personnel as well as their experience on
  most recent projects for similar services.  Prospective offerors
  will be required to demonstrate their financial responsibility,
  including bonding capacity as part of their Phase One (1) submis
  sion.  For Phase One (1) offerors shall be required to submit
  ten (10) copies of the following: SF 254, a maximum of ten
  (10) completed projects within the last ten (10) years including
  the name, address and telephone number of owner repres entative
  for each project, a management plan narrative which includes
  organizati on chart, graphic representation of preliminary
  schedule with key milestones and resumes of key personnel.
   The Government will only provide additional informat ion regarding
  PHASE TWO (2) interviews and final selection criteria to the
  short - -listed firms.  This procurement is being made under
  the Small Business Competit iveness Demonstration Program.
   Prior to award of the contract, the firm which d oes not qualify
  as Small Business Concern shall be required to present an accept
  able Subcontracting Plan in accordance with Public Law 95-507.
   Small Businesses and Small Disadvantaged Businesses are encouraged
  to participate as prime contr actor or as  members of joint
  ventures with other small businesses.  The success ful contractor
  will be expected to place subcontract with small and small
  disadv antaged businesses to the maximum practical extent in
  accordance with Public Law 95-507.  Although this procurement
  is open to large business, small and small d isadvantaged firms
  are strongly encouraged to participate.  Written comments and
  questions arising from the January 10, 1997 pre-proposal meeting
  must be receiv ed by Close of Business (4:00 P.M.) on January
  21, 1997. A Request for Qualifica tions (RFQ) will be issued
  before February 3, 1997.  This not a request for FEE PROPOSAL.
   FOR MORE INFORMATION, PLEASE CALL ELISA SANCHEZ AT (415) 522-3162.
CITE: (I-351 SN012524)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: US Army Engr Dist  New Orleans, P.O. Box 60267, New Orleans,
  LA  70160
SUBJECT: Y--MISSISSIPPI RIVER AND GULF INTRACOASTAL WATERWAY,
  NEW ORLEANS HARBOR, ORLEANS PARISH, LA, LEASED CUTTERHEAD DREDGE
  NO. 3-97  OM-97-015
SOL DACW29-97-B-0003
POC Contract Specialist, Eileen Johnson, (504)862-1640
DESC: This advance notice is cancelled in its entirety.
CITE: (I-352 SN012752)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: BLM, BC-660, Bldg #50, Denver Federal Center, P.O. Box
  25047, Denver, CO 80225-0047
SUBJECT: Y--CASCADE RA FENCES
SOL 1422D910Q970004
DUE 011497
POC Patricia A. Fort, Contracting Officer, 208/373-3910
DESC: Furnishing labor, equipment, supplies and materials except
  for specified Government-furnished property to build, rebuild
  and repair barbed wire and electric fences in the Cascade Resource
  Area.  Work under this contract is located in Payette and Gem
  counties.  Performance period for each fence location ranges
  from February 15, 1997 to May 15, 1997.  Estimated price range
  is between $25,000 and $100,000.  In accordance with FAR 28.102-1,
  a 50% payment bond is required for contracts greater than $25,000,
  prior to issuance of the Notice to Proceed.  Please submit
  written requests for solocitation to Bureau of Land Management,
  1387 S. Vinnell Way, Boise, ID  83709, Attn: Patricia A. Fort,
  Contracting Officer or fax request to 208/373-3915; include
  name, address, phone no., and solicitation no.  All responsible
  sources may submit an offer which will be considered.  See
  Numbered Note 26.
LINK http://www.blm.gov/natacq/sol
LINKDESC: 
EMAIL pfort@ID.BLM.GOV
EMAILDESC: 
CITE: (W-352 SN012753)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: U.S. Postal Service, NY Facilities Service Office, 2
  Hudson Place, Hoboken, NJ 07030-5502
SUBJECT: Y--PREQUALIFICATION STATEMENTS ARE SOLICITED FROM CONTRACTORS
  INTERESTED IN BEING PLACED ON THE PREQUALIFIED CONTRACTORS
  LISTING FOR REPAIR & ALTERATIONS AND NEW CONSTRUCTION PROJECTS
  IN THE STATE OF NEW YORK
SOL 332495-97-A-0016
DUE 011797
POC For Information Contact: Lori E. Savage, (201) 714-5444/Cynthia
  Wellington, (201) 714-5421.
DESC: This is a Notice of Intent to prequalify firms for Repair
  & Alterations and New Construction of postal facilities in
  the State of New York (various counties). Estimated cost range
  is $100,000.00-$750,000.00. Construction starting time will
  commence in calendar year 1997. Prequalification packages will
  be evaluated by the Contracting Officer's staff. Primary factors
  that will be considered are: construction experience, financial
  stability, bonding capacity, workload capacity and references
  from past clients. Other factors to be considered are: project
  management capabilities, company organization, and MBE participation
  and commitment, as   further described in the Prequalification
  package. All firms will be notified within 60 days of receipt
  of their application as to prequalification status. Firms selected
  as being the most qualified, will be placed on the Prequalification
  List. Interested firms that the minimum criteria stated above,
  may obtain a Prequalification package by contacting Lori E.
  Savage, (201) 714-5444 or Cynthia Wellington, (201) 714-5421.
  Prequalification packages will not be returned. This is not
  a request for proposal.
CITE: (M-352 SN012755)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: U.S. Postal Service, NY Facilities Service Office, 2
  Hudson Place, Hoboken, NJ 07030-5502
SUBJECT: Y--PREQUALIFICATION STATEMENTS ARE SOLICITED FROM CONTRACTORS
  INTERESTED IN BEING PLACED ON THE PREQUALIFIED CONTRACTORS
  LISTING FOR REPAIR & ALTERATIONS AND NEW CONSTRUCTION PROJECTS
  IN THE STATE OF NEW YORK
SOL 332495-97-A-0017
DUE 011797
POC For Information Contact: Lori E. Savage, (201) 714-5444/Cynthia
  Wellington, (201) 714-5421.
DESC: This is a Notice of Intent to prequalify firms for Repair
  & Alterations and New Construction of postal facilities in
  the State of New York (various counties). Estimated cost range
  is $750,000.00-$5,000,000.00. Construction starting time will
  commence in calendar year 1997. Prequalification packages will
  be evaluated by the Contracting Officer's staff. Primary factors
  that will be considered are: construction experience, financial
  stability, bonding capacity, workload capacity and references
  from past clients. Other factors to be considered are: project
  management capabilities, company organization, and MBE participation
  and commitment, as   further described in the Prequalification
  package. All firms will be notified within 60 days of receipt
  of their application as to prequalification status. Firms selected
  as being the most qualified, will be placed on the Prequalification
  List. Interested firms that the minimum criteria stated above,
  may obtain a Prequalification package by contacting Lori E.
  Savage, (201) 714-5444 or Cynthia Wellington, (201) 714-5421.
  Prequalification packages will not be returned. This is not
  a request for proposal.
CITE: (M-352 SN012756)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: U.S. Postal Service, NY Facilities Service Office, 2
  Hudson Place, Hoboken NJ 07030-5502
SUBJECT: Y--PREQUALIFICATION STATEMENTS ARE SOLICITED FROM CONTRACTORS
  INTERESTED IN BEING PLACED ON THE PREQUALIFIED CONTRACTORS
  LISTING FOR REPAIR & ALTERATIONS AND NEW CONSTRUCTION PROJECTS
  IN THE STATE OF NEW JERSEY
SOL 332495-97-A-0014
DUE 011797
POC Lori E. Savage (201) 714-5444, Cynthia Wellington (201) 714-5421.
DESC: This is a Notice of Intent to prequalify firms for Repair
  & Alterations and New Construction of postal facilities in
  the State of New Jersey (various counties). Estimated cost
  range is $100,000.00--$750,000.00. Construction starting time
  will commence in calendar year 1997. Prequalification packages
  will be evaluated by the Contracting Officer's staff. Primary
  factors that will be considered are: construction experience,
  financial stability, bonding capacity, workload capacity and
  references from past clients. Other factors to be considered
  are: project management capabilities, company organization,
  and MBE participation and commitment, as further described
  in the Prequalification package. All firms will be notified
   within 60 days of receipt of their application as to prequalification
  status. Firms selected as being the most qualified, will be
  placed on the Prequalification List. Interested firms that
  the minimum criteria stated above, may obtain a Prequalification
  package by contacting Lori E. Savage (201) 714-5444 or Cynthia
  Wellington (201) 714-5421. Prequalification packages will not
  be returned. This is not a request for proposal.
CITE: (M-352 SN012762)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: 49th Contracting Squadron/LGCC, P O Drawer S, Holloman
  AFB NM 88330-1601
SUBJECT: Y--CONSTRUCT OUTDOOR RECREATION OPERATION FACILITY
SOL F29651-97-B0004
DUE 022797
POC Larry Eakin, (505) 475-7826, Contracting Officer, Karen Carney
  (505) 475-3578
DESC: Project number HOL 96-3024.  Project title, Outdoor Recreation
  Operation Facility, Holloman AFB, New Mexico.  Construction
  consists of erecting a new facility.  The work includes installation
  of masonry bearing walls, concrete slab on grade, steel roof
  and wall framing, metal roof, aluminum storefront, hollow metal
  doors and frames, plumbing fixtures, HVAC and electrical systems,
  interior finishes, site work, landscaping improvements and
  installing Government furnished equipment.  Performance period
  is 187 calendar days.  One job--Invitation for Bid number F29651-97-B0004
  will be issued on or about 28 Jan 1997--Magnitude of this project
  is between $500,000. and $1,000,000.  SIC code is 1542; size
  standard is $17 million.  This is a non-appropriated purchase
  and it does not obligate appropriated funds of the United States
  Government.  Non-appropriated funds are funds generated by
  the military community through the sales of goods and services
  and the collection of fees and charges for participation in
  military community programs.  Award is contingent upon availability
  of funds.  This project does not involve Federal tax dollars.
   All prospective business firms are invited and encouraged
  to attend a site visit.  Date of the site visit will be included
  in the Invitation for Bid.  All responsible business sources
  may submit a bid which shall be considered.  No further general
  notification concerning this project will be issued.  Interested
  contractors should as early as possible, but not later than
  15 days of this notice, contact the buyer.  There will be a
  $45. charge for each set of drawings and specifications for
  this project.  Written requests shall be accompanied by a company
  check made payable to "Defense Accounting Officer" in the amount
  of $45.  All requests shall be addressed to KAREN CARNEY, buyer,
  49 CONS/LGCC, PO DRAWER S, HOLLOMAN AFB NM  88330-1601.  Provide
  company name, address, phone/FAX, and CAGE code with your request.
   Phone/fax requests will not be accepted. 
CITE: (W-352 SN012766)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: US Army Armament and Chemical Acquisition and Logistics
  Activity (ACALA) Attn: AMSTA-AC-PCC (HRL), Rock Island , IL
  61299-7630
SUBJECT: Y--MULTI-PURPOSE RANGE COMPLEX
SOL DAAE20-97R0015
DUE 043097
POC Contract Specialist: Suzie Yackley (309) 782-3865, PCO: Marilyn
  E. Strieter (309) 782-5521
DESC: Multi-Purpose Range Complex. This acquisition involves
  the design, construction, manufacturing and installation, and
  optional years operation and maintenance, of a Multi-purpose
  Range Complex in the country of Kuwait. The range is a two
  lane maneuver and live-fire training facility for Kuwait Abrams
  tanks and the Desert Warrior infantry vehicles with each lane
  having two assault trials and each trial having five defensive
  fighting positions. The down-range area is about 1700 by 4500
  meters, and includes a number of target lifting devices in
  selectively located protective bunkers. The target lifting
  devices are integrated into a computer controlled training
  system that can present diverse tactical training scenarios
  and quantify performance of the trainees. The uprange or administrative
  area is about 1400 by 580 meters, and includes a control tower
  facility and space for contractor usage. The contractor would
  be required to deliver an integrated "turnkey" range. This
  range will be used by the Kuwait Land Forces to provide realistic
  live-fire battlefield training for a variety of training objectives.
  A business arrangement in Kuwait and proof of it is required
  at time of proposal submission. A site survey in Kuwait is
  scheduled on 12 Feb 97 and is limited to one representative.
  A Pre-proposal conference is scheduled on 26 Feb 97 at Rock
  Island, IL and is limited to 3 representatives. Request you
  notify the Contracting Officer who will be attending the site
  survey by 10 Jan 97 and the Pre-proposal conference by 21 Feb
  97. Datafax number is (309) 782-3806. This is a formal source
  selection and will require technical proposals in addition
  to price proposals. A draft solicitation will be issued around
  14 Jan 97 with a final solicitation to follow. A nonrefundable
  fee of $275.00 is required for receipt of each draft solicitation
  ordered, and $300.00 for each final solicitation ordered. Submit
  a certified cashier's check for each solicitation ordered,
  specifying draft or final solicitation, payable to the treasurer
  of the United States, to the following address: TACOM-ACALA,
  ATTN: AMSTA-AC-PCH-A/Suzanne Yackley, Rock Island, IL 61299-7630.
  This is also being published under Classification Code 69 in
  the CBD. All or part of this action is an unfunded FY97 requirement.
  Estimated issue date of this solicitation is 033197. 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. See Note(s): 26.
CITE: (I-352 SN012804)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: DA, Tulsa District, Corps of Engineers, P.O. Box 61,
  Tulsa, OK 74121-0061
SUBJECT: Y--ADAL FACILITIES FOR CONVERSION FUEL MAINTENANCE HANGAR,
  TINKER AIR FORCE BASE, OKLAHOMA
SOL DACA56-97-B-0010
DUE 022097
POC Susan Killgore, Contract Specialist, 918/669-7272
DESC: Construction of 24,220 sq. ft. reinforced concrete and
  metal fuel maintenance and aircraft wash hangar with motorized
  doors to accommodate KC-135 aircraft, with administration,
  training, tool, and equipment areas, aqueous film forming foam
  (AFFF) system for fire protection, and necessary utility support.
  Estimated cost range of this project is $5,000,000 to $10,000,000.
  An advanced non-refundable fee of $100.00 (reduced size) and
  $185.00 (full size) is required for each set of specifications.
  Make check payable to F&A Officer, USAED, Tulsa and mail to
  the attention of Contracting Division. Payment must be received
  prior to issuance of plans and specifications. Plans and specifications
  will be available on or about January 17, 1997. No phone calls
  to order please. All orders will be mailed via first class
  mail. Request for special handling (Fed-X, etc.) will not be
  honored.
CITE: (I-352 SN012805)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: U.S. Postal Service, NY Facilities Service Office, 2
  Hudson Place, Hoboken NJ 07030-5502
SUBJECT: Y--PREQUALIFICATION STATEMENTS ARE SOLICITED FROM CONTRACTORS
  INTERESTED IN BEING PLACED ON THE PREQUALIFIED CONTRACTORS
  LISTING FOR REPAIR & ALTERATIONS AND NEW CONSTRUCTION PROJECTS
  IN THE STATE OF NEW JERSEY
SOL 332495-97-A-0015
DUE 011797
POC Lori E. Savage (201) 714-5444, Cynthia Wellington (201) 714-5421.
DESC: This is a Notice of Intent to prequalify firms for Repair
  & Alterations and New Construction of postal facilities in
  the State of New Jersey (various counties). Estimated cost
  range is $750,000.00--$5,000,000.00. Construction starting
  time will commence in calendar year 1997. Prequalification
  packages will be evaluated by the Contracting Officer's staff.
  Primary factors that will be considered are: construction experience,
  financial stability, bonding capacity, workload capacity and
  references from past clients. Other factors to be considered
  are: project management capabilities, company organization,
  and MBE participation and commitment, as  further described
  in the Prequalification package. All firms will be notified
  within 60 days of receipt of their application as to prequalification
  status. Firms selected as being the most qualified, will be
  placed on the Prequalification List. Interested firms that
  the minimum criteria stated above, may obtain a Prequalification
  package by contacting Lori E. Savage (201) 714-5444 or Cynthia
  Wellington (201) 714-5421. Prequalification packages will not
  be returned. This is not a request for proposal.
CITE: (M-352 SN012861)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: U. S. Army Engineer District, Norfolk, Attn:  Cenao-CT,
  803 Front Street, Norfolk, Virginia  23510-1096
SUBJECT: Y--ALTERATIONS HEADQUARTERS ACC FACILITIES, PHASE I,
  LANGLEY AFB, VA
SOL DACA65-97-B-0007
DUE 021997
POC Linda V. Williams, (757)441-7358
DESC: The work includes renovating Buildings 605, 606 and 661.
   Building 605 is a 1,700 square foot two story structure used
  as a storage area.  Building 606 is a 24,000 square foot two
  story structure used as a paint shop.  Building 661 is a 34,000
  square foot single story structure used as a distribution facility.
   Under this renovation, all buildings are to be converted to
  general administrative spaces.  Structures include reinforced
  concrete, concrete masonry, brick, steel joists, shingle roofing,
  built up roofing, sealants, carpentry, paint, acoustic ceilings,
  resilient floors, carpet, plumbing, casework, heating ventilation
  and air conditioning, sprinklers, gas piping, interior electric,
  underground electrical distribution, lighting, and related
  work.  Also included is clearing, grubbing, trenching, connection
  to utility systems, and signage.  A Network Analysis will be
  required for this project.  Magnitude of project is estimated
  between $1,000,000.00 and $5,000,000.00.  Duration of the project
  is 420 days.  This is an unrestricted procurement.  SIC Code
  1542 applies.  Solicitation documents are available from Defense
  Automated Printing Service (DAPS), 1641 Morris Street, Norfolk,
  VA  23511, (757)7358, in the non-refundable amount of $86.00
  per set.  DAPS will accept checks and money orders as payment.
   Solicitation documents are NOT available for purchase from
  Norfolk District.
EMAIL lwilliams@cenad1.nad.usace.army.mil
EMAILDESC: 
CITE: (W-352 SN012868)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: NASA Langley Research Center, Bid Distribution Office,
  MS 126, Hampton, Virginia 23681-0001
SUBJECT: Y--BUSINESS OPPORTUNITIES WITH NASA LANGLEY RESEARCH
  CENTER
SOL N/A
POC Sandra M. Glenn, Contract Specialist, 757-864-2413.
DESC: Effective immediately, all construction solicitations (excluding
  specifications and drawings) of $500,000 or less with NASA
  Langley Research Center will only be publicized on the Internet
  and will no longer appear in the Commerce Business Daily. The
  potential construction solicitations may be downloaded from
  the procurement homepage for Langley Research Center. The URL
  location is as follows: http://db-www.larc.nasa.gov/procurement/home-page.html.
  Please check this site daily for potential business opportunities
  with Langley Research Center. The specifications and drawings
  are only available at this time in hard copy by contacting
  the NASA bid distribution office at 757-864-2547.
CITE: (I-352 SN012900)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: U.S. Department of Interior, Fish and Wildlife Service/CGS/LFG,
  Eastside Federal Complex, 911 NE., 11th Avenue, Portland, Oregon
  97232-4181
SUBJECT: Y--CONSTRUCT TRAVELING BRIDGE TYPE SAND FILTER AT COLEMAN
  NATIONAL FISH HATCHERY, ANDERSON, CALIFORNIA
SOL FWS1-97-019(LFG)
DUE 021897
POC Lola F. Gannon, (503) 231-6188, Contracting Officer. For
  bid package requests, contact Sandy Stevens, (503) 872-2760.
DESC: Work consists of construction of a nominal 16 foot by 268
  foot dual media, traveling bridge type sand filter complete
  with two bridges and control systems; including excavation,
  piping, concrete basins, site grading, power and instrumentation
  systems and related work. Bid alternatives for one-pump and
  two-pump type systems will be accepted. The approximate issue
  date is January 18, 1996. The issue date is an estimate only
  and the actual bid due date will be 30 days after the actual
  issue date. Price Range $1,000,000.00-$5,000,000.00.
CITE: (M-352 SN012961)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: U.S. Department of Interior, Fish and Wildlife Service/CGS/LFG,
  Eastside Federal Complex, 911 NE., 11th Avenue, Portland, Oregon
  97232-4181
SUBJECT: Y--CONSTRUCT TRAVELING BRIDGE TYPE SAND FILTER AT COLEMAN
  NATIONAL FISH HATCHERY, ANDERSON, CALIFORNIA
SOL FWS1-97-019(LFG)
DUE 021897
POC Lola F. Gannon, (503) 231-6188, Contracting Officer. For
  bid package requests, contact Sandy Stevens, (503) 872-2760.
DESC: Work consists of construction of a nominal 16 foot by 268
  foot dual media, traveling bridge type sand filter complete
  with two bridges and control systems; including excavation,
  piping, concrete basins, site grading, power and instrumentation
  systems and related work. Bid alternatives for one-pump and
  two-pump type systems will be accepted. The approximate issue
  date is January 18, 1996. The issue date is an estimate only
  and the actual bid due date will be 30 days after the actual
  issue date. Price Range $1,000,000.00-$5,000,000.00.
CITE: (M-352 SN012965)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Department of the Treasury (2024), Federal Law Enforcement
  Training Center, Procurement Division, Bldg. 28, Glynco, GA
  31524
SUBJECT: Y--CONSTRUCTION OF NEW DORMITORY AND RECREATION BUILDING
SOL FTC 97-11
DUE 030397
POC Kim Anderson, Procurement Technician at (912)261-3631 or
  C.D. Smithson, Contracting Officer
DESC: Construct precast concrete/masonry three story dorm structure
  with a 216 room minimum, modifications to central mechanical
  plant and separate one story recreation building structure
  at the Federal Law Enforcement Training Center, Glynco, GA.
   Construction is to include all work associated with the project.
   Solicitation instructions, plans, and specs may be examined
  at the Procurement Division, Building 28, Glynco, GA, during
  regular business hours.  Bid packages will be available at
  $50.00 per set, non-refundable.  Written requests only, citing
  IFB-FTC-97-11.  Checks/money orders should be made payable
  to the "Federal Law Enforcement Training Center".  Bid packages
  will be issued on or about January 30, 1997.  Estimated magnitude
  of project is between $5,000,000 and $10,000,000.  This procurement
  is 100% set-aside for small business.
CITE: (I-352 SN012974)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: DOI, Fish and Wildlife Service, (CGS) Mail Stop 60181,
  P.O. Box 25486, DFC, Denver, CO 80225
SUBJECT: Y--HATCHERY EFFLUENT TREATMENT SYSTEM
SOL 1448-60181-97-B036
DUE 020697
POC POC:  Cathleen DeBerry/Procurement Assistant, 303/236-5412
  x 221; ; or David M. Clack, Contracting Officer, 303/236-5412
  x228.
DESC: Furnish all labor, material, and equipment necessary to
  construct t an effluent treatment system.  The system includes
  a reinforced cast-in-place concrete settling basin and a cut
  and cover settling basin drain.  The project site is located
  at the Jackson National Fish Hatchery near Jackson, Wyoming.
   The contract period of performance will be 120 calendar days
  from the contractor's receipt of the notice to proceed, which
  will be issued o/a April 1, 1997.  The estimated price range
  is $100,000 $250,000.  This solicitation will not be restricted.
   All responsible sources may submit a bid, which will be considered.
  Solicitation will be available o/a January 6, 1997.  Please
  Fax requests for solicitation package to 303/236-4791, state
  solicitation number, company name, mailing address and telephone
  number on request.
CITE: (I-352 SN012975)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Operational Contracting Office, 8110 Industrial Dr.,
  Suite 200, USAF Academy, CO 80840-2315
SUBJECT: Z--REPLACE TWO HIGH TEMPERATURE HOT WATER (HTHW) CONVERTERS
  IN FAIRCHILD HALL, BLDG 2354, PROJECT NO. 97-2005
SOL F0561197B0202
DUE 030497
POC Shirley McCoy, (719) 333-2734/Contracting Officer, John D.
  Peters, (719) 333-2735
DESC: This project consists of, but is not limited to, replace
  two high temperature hot water (HTHW) converters and associated
   piping, and install Direct Digital Controls (Staefa only)
  in mechanical room 1H6 in Fairchild Hall, Bldg 2354.  Estimated
  cost range of the proposed acquisition is between $250,000
  and $500,000.  All sources shall provide a written request
  by letter (or fax 719 333-4404), include a street mailing address
  and phone number.  For informational purposes, the small business
  size standard for this solicitation is one where the average
  annual receipts of the concern does not exceed $7.0 million
  and the SIC Code is 1711.  This solicitation is scheduled for
  issuance on or about 15 Jan 97.  This is an unrestricted solicitation
  in accordance with the Small Business Competitive Demonstration
  Program.  All business concerns are encouraged to submit offers.
   Women-owned and small disadvantaged business concerns are
  encouraged to submit offers.  The specifications and drawings
  will be available on CD Rom ONLY.  The solicitation will be
  limited to 50 copies on a first-come-first-served basis to
  those sources identifying themselves as prime contractors.
   Based upon the number of responses received, remaining packages
  will then be sent to all other sources until they are exhausted.
   Concerns may review the solicitation at this address (call
  for an appointment) or local plan rooms if copies are no longer
  available.  
CITE: (W-351 SN012494)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: General Services Administration, Public Buildings Service,
  Contracts Branch (5PMC, M/S 33-3), 230 South Dearborn Street,
  Room 3324, Chicago, Illinois 60604-1696
SUBJECT: Z--INDEFINITE QUANTITY MULTIPLE AWARD CONSTRUCTION CONTRACT
  - STATE OF OHIO
SOL GS05P97GAD0033
POC Emily Matinez, (312)353-1093
DESC: Indefinite Quantity Multiple Award Construction Contract
   (ID/IQ) for the State of Ohio.  GSA is considering using the
  ID/IQ concept to award 5 or more identical contracts covering
  all GSA-controlled Federal buildings in the State of Ohio.
   Offerors would be required to provide a price for a number
  of generic line items plus an adjustment factor for each building.
   The contract would be for a firm-fixed, lump sum contract,
  for specified line items with unpriced work to be competed
  among successful contractors.  The scope of work would consists
  of  but not be limited to demolition, asbestos removal, masonry,
  carpentry, acoustical  flooring, interior finishing, mechanical,
  and electrical work.  Delivery orders would be issued to accomplish
  the work.  On January 15, 1997, GSA contemplates conducting
  a pre-solicitation conference.  The conference will be conducted
  to promote a better understanding of the Request for proposals
  by prospective offerors and to allow changes to the draft solicitation
  where appropriate. The conference will be held at the Amphitheater
  at North Point Tower, 1001 Lakeside Avenue, lower level (M-1),
  Cleveland, Ohio.  The conference is scheduled for 10:00AM Ohio
  time and may continue until approximately 12:00 noon.  There
  will be a lunch break at approximately noon  and after lunch,
  caucuses will be set up to address any additional questions.
   The conference could go as long as 2:00PM.  Draft copies of
  the solicitations will be made available for your perusal.
   You may obtain a draft copy of the solicitation by dialing
  our 24 hour hotline number at:  312-353-1093.  You should be
  prepared to provide the information requested by the hotline
  operator in order to obtain a draft copy.   
CITE: (W-351 SN012510)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 90th Contracting Squadron, 7505 Marne Loop, F.E. Warren
  AFB, WY 82005
SUBJECT: Z--REPLACE UNDERGROUND STORAGE TANK
SOL F48608-97-B-0008
DUE 020397
POC Mark Clapp; Contract Officer: Carroll M. Vye; 307-775-2635
  (Fax 307 775-3964) 
DESC:  The work consists of removal and replacement of the existing
  TK-101  (14,500 gallon) shallow buried diesel fuel system
  at a Missile Launch Facility.  Performance Period for the
  resultant firm fixed purchase order awarded as a result of
  this solicitation will be thirty-one calendar days with a
  winter exclusion period of 01 Dec to 30 Apr.  This solicitation
  is  a 100% aside for emerging small business.  To receive
  a solicitation package, requests must be in writing.  The
  issue date will be on or  about 02 Jan 1997 with the bid opening
  date 30 days after issuance. The magnitude of this project
  is between $25,000 and $100,000.  For further information,
  contact Mark Clapp, (307) 775-2635, Fax (307)  775-3964, 90th
  Contracting Squadron, 7505 Marne Loop, F.E. Warren AFB WY
  82005-2860  
CITE: (W-351 SN012513)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Commanding Officer, Naval Facilities Engineering Command,
  P. O. Box 190010, North Charleston, SC  29419-9010
SUBJECT: Z--HANGAR ADDITION AND RENOVATION, NAS ATLANTA, GA
SOL N62467-96-B-0863
DUE 021397
POC Technical inquiries prior to bid opening MUST be submitted
  in writing to the address listed above, or faxed to (803) 820-5853,
  Attention:  Agnes Copeland Code 0212AC.  The Contracting Officer
  for this solicitation is L. C. Millhouse.
DESC: SOLICITATION NOTICE: THE COST FOR EACH SET OF PLANS AND
  SPECIFICATIONS IS $30.00.  THE POINT OF CONTACT IS RONNIE MITCHUM
  AT 803/743-4040.  THIS CHARGE IS NON-REFUNDABLE. To obtain
  plans and specifications you may CHARGE your request to a CORPORATE
  VISA CREDIT CARD or make company check payable to US Treasury
  and send to the DEFENSE AUTOMATED PRINTING SERVICE, ATTN: RONNIE
  MITCHUM, P O BOX 71359, CHARLESTON, SC 29415 OR FOR DIRECT
  OR EXPRESS MAIL DELIVERY, ADDRESS YOUR REQUEST TO SUITE B 2825
  AVENUE D. NORTH CHARLESTON, SC 29408-1802.  If problems arise
  concerning your request, call RONNIE MITCHUM at 803/743-4040.
   To obtain a plan holders list FAX your request to 803/743-3027.
   For inquiries about BID OPENING DATE, NUMBER OF AMENDMENTS
  ISSUED, CONTACT SUSAN CLARK at (803) 820-5775.  To obtain bid
  results, call (803) 820-5922 after 10:00 AM for a pre-recorded
  message that will be available the day after scheduled bid
  opening.  The work includes selected interior demolition of
  interior walls, ceilings, some floor finishes and mechanical,
  electrical, and plumbing systems and construction of new walls,
  ceilings, finishes and mechanical, electrical, and plumbing
  systems, and incidental related work of a 2 story steel and
  concrete structure housing administrative and shop portions
  of an existing aircraft hangar.  Also, the work includes the
  construction of a  pre-engineered metal building and related
  site work.  Estimated cost of project is $1,000,000.00 to $5,000,000.00.
  Estimated duration of the contract is 210 calendar days for
  completion.
CITE: (I-351 SN012516)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 90th Contracting Squadron, 7505 Marne Loop, F.E. Warren
  AFB, WY 82005
SUBJECT: Z--MAINTAIN TUCKPOINT MASONRY HISTORIC FACILITIES REQUIREMENTS
  CONTRACT
SOL F48608-97-B0009
DUE 012997
POC Janet Dull, 307-775-2635, Contract Specialist
DESC: The work consists of replacing brick and repairing the
  mortar joints on any of the brick buildings located within
  the F. E Warren Historical District boundary, as a part of
  the Base's continuing effort to maintain the aesthetic look
  of these buildings.  Performance period for a firm fixed price
  construction  contract as a result of this solicitation will
  be one basic year and one option year.  To receive a solicitation
  package, requests must be in writing.  The issue  date will
  be on or about 29 Jan 1997 with bid opening date 30 days after
   issuance.  The magnitude of this project is between $250,000
  and $500,000. For further information, contact Janet Dull,
  (307) 775-2635, 90th Contracting Squadron, 7505 Marne Loop,
  F. E. Warren AFB, WY 82005-2860.     
CITE: (W-351 SN012517)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Contracting Officer, U.S. Coast Guard, Civil Engineering
  Unit Oakland, 2000 Embarcadero, Suite 200, Oakland, CA 94606-5337
SUBJECT: Z--INSTALL POWER FACTOR CORRECTION CAPACITOR AT CG,
  ISC SEATTLE WA.
SOL DTCG88-97-B-623201
DUE 013197
POC Contact Bid Issuing Clerk, (510) 535-7219; Contracting Officer
  Almer Adams 510/535-7219
DESC: INSTALL THE POWER FACTOR CORRECTION CAPACITOR AT COAST
  GUARD INTEGRATED SUPPORT COMMAND, SEATTLE WA  Work includes:
   (A) Installation of a 3000 KVAR, 5KV, 3 Phase automated power
  factor capacitor unit and accessories, materials and wire connections;
  (B) Installation of additional 5KV switch gear and busbar;
  (C) Installation of concrete mounting pad for the capacitor
  unit and additional 5KV Switchgear Section and (D) installation
  of chain link fencing for the capacitor unit.  Estimated cost
  of this procurement is between $100,000 and $250,000.  Performance
  period is 120 calendar days after receipt of Notice to Proceed.
  Anticipate bid issue date is 12/31/96. SIC Code for this procurement
  is 1731, Small Business size standard is Small if its average
  annual Receipts for its preceeding 3 fiscal years do not exceed
  $7.0 million. THIS IS AN UNRESTRICTED ACQUISITION BEING SOLICITED
  AND AWARDED UNDER THE SMALL BUSINESS COMPETITIVENESS DEMONSTRATION
  PROGRAM, ALL RESPONSIBLE SOURCES ARE ENCOURAGED TO RESPOND.
   For Minority, Women and Disadvantaged Business Enterprises:
   The Department of Transportation (DOT Office of Small and
  Disadvantage Business Utilization has programs to assist minority,
  women owned and disadvantaged business enterprises to acquire
  short-term working capital and bonding assistance for transportation-related
  contracts.  Loans are available under the DOT Short Term Lending
  Program (STLP) at prime interest rates up to $500,000 per contract
  to provide accounts receivable financing.  The DOT Bonding
  Assistance Program enables firms to apply for bid, performance
  and payment bonds up to $500,000 per contract.  DOT provides
  and 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-351 SN012520)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Officer in Charge of Construction, Naval Facilities Engineering
  Command, Contracts Marianas (Guam), PSC 455 Box 175, FPO AP
  96540- 2200
SUBJECT: Z--GROUNDS MAINTENANCE SERVICES FOR U. S. NAVY FAMILY
  HOUSING, GUAM, M.I.
SOL N62766-96-B-9014
DUE 101696
POC Contact Julia Taitano, Contract Specialist, Tel: (671) 339-
  2252/3180
DESC: This procurement is a 100% set-aside for Small Business
  concerns.  The contractor shall furnish all labor, management,
  supervision, tools, equipment, materials, supplies, and transportation
  necessary to perform grounds maintenance services for U. S.
  Navy Family Housing in Guam in accordance with the specified
  requirements.  The services are to be performed under a combination
  Firm, Fixed-Price and Indefinite Quantity type contract.  The
  contract term will be for a period of 12 months with 4 option
  periods. Estimated cost range is for base, plus options, is
  between $1,000,000 and $5,000,000.  Approximate date of availability
  of plans and specs is on or about 02 January  1997. Availability
  of the solicitation is limited and will be furnished on a first-come,
  first-served basis.  Bid opening is scheduled for 04 February
  1997, at 2:00 P.M. Guam time.  See  note 1. SIC CODE--0782
CITE: (I-351 SN012525)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Officer in Charge of Construction, Naval Facilities Engineering
  Command, Contracts Marianas (Guam), PSC 455 Box 175, FPO AP
  96540- 2200
SUBJECT: Z--GROUNDS MAINTENANCE SERVICES FOR U. S. NAVY FAMILY
  HOUSING, GUAM, M.I.
SOL N62766-96-B-9014
DUE 101696
POC Contact Julia Taitano, Contract Specialist, Tel: (671) 339-
  2252/3180
DESC: This procurement is a 100% set-aside for Small Business
  concerns.  The contractor shall furnish all labor, management,
  supervision, tools, equipment, materials, supplies, and transportation
  necessary to perform grounds maintenance services for U. S.
  Navy Family Housing in Guam in accordance with the specified
  requirements.  The services are to be performed under a combination
  Firm, Fixed-Price and Indefinite Quantity type contract.  The
  contract term will be for a period of 12 months. Estimated
  cost range is between $250,000 and $500,000.  Approximate date
  of availability of plans and specs is on or about 02 January
  1997.  Availability of the solicitation is limited and will
  be furnished on a first-come, first-served basis.  Bid opening
  is scheduled for 04 February 1997, at 2:00 P.M. Guam time.
   See  note 1.  SIC CODE--0982
CITE: (I-351 SN012526)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Officer in Charge of Construction, Naval Facilities Engineering
  Command, Contracts Marianas (Guam), PSC 455 Box 175, FPO AP
  96540- 2200
SUBJECT: Z--GROUNDS MAINTENANCE SERVICES FOR U. S. NAVY FAMILY
  HOUSING, GUAM, M.I.
SOL N62766-96-B-9014
DUE 101696
POC Contact Julia Taitano, Contract Specialist, Tel: (671) 339-
  2252/3180
DESC: This procurement is a 100% set-aside for Small Business
  concerns.  The contractor shall furnish all labor, management,
  supervision, tools, equipment, materials, supplies, and transportation
  necessary to perform grounds maintenance services for U. S.
  Navy Family Housing in Guam in accordance with the specified
  requirements.  The services are to be performed under a combination
  Firm, Fixed-Price and Indefinite Quantity type contract.  The
  contract term will be for a period of 12 months. Estimated
  cost range is between $250,000 and $500,000.  Approximate date
  of availability of plans and specs is on or about 02 January
  1997.  Availability of the solicitation is limited and will
  be furnished on a first-come, first-served basis.  Bid opening
  is scheduled for 04 February 1997, at 2:00 P.M. Guam time.
   See note 1.  SIC CODE--0982
CITE: (I-351 SN012527)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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--NAF PROJECT N-637, GYMNASIUM ADDITION, MARINE CORPS
  BASE HAWAII, KANEOHE, OAHU, HAWAII
SOL N62742-96-B-1344
DUE 020697
POC Contact Ms. Sarah Goodwin-Bain, Procurement Technician, Ms.
  Beverly Quevedo, Contract Specialist, Telephone No. (808) 474-6314,
  Facsimile No. (808) 474-7316
DESC: The Pacific Division, Naval Facilities Engineering Command
  requires a design-build contract to construct an addition to
  an existing gymnasium.  The scope of work includes the design
  and construction of an 11,000 square feet, single story, concrete
  slab on grade, high ceiling, fire protected, and air conditioned
  addition to the existing gymnasium, complete and ready for
  use. This is a non-appropriated funds project which is to be
  acquired by initially qualifying bidders based on the evaluation
  criteria indicated below, and then issuing an Invitation for
  Bid exclusively to no less than five bidders that best meet
  the evaluation criteria.  Award shall made to the qualified
  bidder with the lowest price.  This is a fixed-price design/build
  contract. The magnitude of this project is between $1,000,000
  to $5,000,000.  The period of performance is 270 calendar days
  for the entire project.  The SIC code for this procurement
  is 1542 and the annual size standard is $17 million. Provide
  statements of qualifications, including names, phone numbers,
  and contract nos., for the following evaluation criteria listed
  in descending order of importance:  (1) Quality of Experience
  - Firms will be evaluated in terms of: (a) The Designer's past
  experience involving gymnasiums or fitness Centers in the past
  five years, including designer's responsiveness to changes
  in design requirements; (b) The contractor's past experience
  with design-build contracts in the past five years (highly
  desired) or capability to perform under a design-build contract;
  and (c) The contractor's past experience with other federal
  government work in the past five years (highly desired) or
  experience with state, city & county, or commercial projects
  in the past five years; (2) Past Performance - Firms will be
  evaluated in terms of (a) Timely performance of work within
  the contract period, responsiveness to changes, and resolution
  of delays under the contract; (b) Performance evaluations,
  or letters of recommendations; (c) Effectiveness of management
  - provide information regarding control of subcontractors,
  cost growth on contracts, and any claims allowed; and (d) Implementation
  of Quality Control Program; and (3) Financial resources sufficient
  to successfully complete the project.  Bidders should submit
  complete information as the Government may make a final determination
  regarding a proposal's acceptability soley on the basis of
  the qualifications as submitted.  The original and four copies
  of the qualifications statements are due no later than 2:00
  p.m. Hawaii Standard Time, on December 30, 1996, and shall
  be addressed to Naval Facilities Engineering Command, Pacific
  Division, Code 0212, Attn:  Beverly Quevedo, 4262 Radford Drive,
  Honolulu, HI, 96818-3296.  Faxed qualification statements are
  acceptable, but the original and four copies must be delivered
  within 5 days.  The synopsis is published to invite all bidders
  under full and open competition to prequalify.  A solicitation
  is not available.  Only qualification statements are being
  considered at this time.  The bid opening date is approximate.
  Synopsis #6.
CITE: (I-352 SN012550)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Operational Contracts Division, Construction Branch,
  AFDTC/PKOC, 205 West D Avenue, Suite 541, Eglin AFB FL 32542-6862
SUBJECT: Z--REROOFING OF 100 BUILDINGS IN PLEW RESIDENTIAL PARK,
  EGLIN AFB FL
SOL F08651-97-B-0042
POC Sheila Kingman, Contract Specialist, 904/882-5628, Ext. 5270;
  Cecile A. Ramos, Contracting Officer
DESC: Presolicitation Notice.  Reroofing of 100 Buildings in
  Plew Residential Park, Eglin AFB FL.  Estimated bid opening
  date is 19 Feb 97.  Construction work consists of removing
  and replacing existing asphalt shingle roofing, metal flashing,
  aluminum gutters and downspouts, roof sheathing, framing, chimneys,
  etc., on 296 military family housing units.  Estimated dollar
  range is between $500,000 and $1M.  All responsible sources
  may submit a bid which shall be considered by the agency. 
  Firms responding should indicate if they are a small business.
   Bid packages may be obtained in for a nonrefundable $20.00
  charge by submitting a written request to AFDTC/PKOO, 205 West
  D Ave., Suite 541, Eglin AFB FL 32542-6862.  Make check or
  money order payable to DFAS-LI, DSSN 6671.  No phone calls
  for bid packages will be accepted. 
CITE: (W-352 SN012619)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Department of the Army, U.S. Army Engineer District,
  Buffalo, 1776 Niagara Street, Buffalo, New York 14207-3199
SUBJECT: Z--MAINTENANCE DREDGING, FAIRPORT HARBOR, FAIRPORT,
  LAKE COUNTY, OHIO
SOL DACW49-97-B-0010
DUE 021897
POC Contact Point, Barbara Mansfield, Contract Specialist, 716-879-4256
DESC: Work consists of, but is not limited to, furnishing all
  plant, labor, material and equipment necessary to remove and
  dispose of approximately 150,000 cubic yards of dredged material,
  other than ledge rock, from Fairport Harbor, Fairport, Lake
  County, Ohio. Dredged material will be disposed of in Government
  designated open lake area and/or Contractor-furnished Government-approved
  disposal area. Estimated magnitude of construction in terms
  of physical characteristics is between 500,00.00 and 1,000,000.00.
   The performance period is 91 calendar days.  Charge for solicitation
  documents is $15.00 per set of full size plans and specifications.
   Make check or money order payable to the "US Army Engineer
  District, Buffalo".  NOTE: THE PROPOSED SOLICITATION IS 100%
  SET-ASIDE FOR SMALL BUSINESSES. SIC CODE 1629
CITE: (I-352 SN012712)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Operational Contracts Division, Construction Branch,
  AFDTC/PKOC, 205 West D Avenue, Suite 541, Eglin AFB FL 32542-6862
SUBJECT: Z--REROOFING OF 150 BUILDINGS IN PLEW RESIDENTIAL PARK,
  EGLIN AFB FL
SOL F08651-97-B-0043
POC Sheila Kingman, Contract Specialist, 904/882-5628, Ext. 5270;
  Cecile A. Ramos, Contracting Officer
DESC: Presolicitation Notice.  Reroofing of 150 Buildings in
  Plew Residential Park, Eglin AFB FL.  Estimated bid opening
  date is 19 Feb 97.  Construction work consists of removing
  and replacing existing asphalt shingle roofing, metal flashing,
  aluminum gutters and downspouts, roof sheathing, framing, etc.,
   on one-story military family housing units.  Estimated dollar
  range is between $500,000 and $1M.  All responsible sources
  may submit a bid which shall be considered by the agency. 
  Firms responding should indicate if they are a small business.
   Bid packages may be obtained for a nonrefundable $20.00 charge
  by submitting a written request to AFDTC/PKOO, 205 West D Ave.,
  Suite 541, Eglin AFB FL 32542-6862.  Make check or money order
  payable to DFAS-LI, DSSN 6671.  No phone calls for bid packages
  will be accepted. 
CITE: (W-352 SN012751)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Officer in Charge of Construction, Long Beach Area, Southwest
  Division, Naval Facilities Engineering Command, Long Beach,
  CA 90822-5080
SUBJECT: Z--PRE-SOLICITATION NOTICE--REPAIR WHARF 311, PIER 314,
  PIER 309 AND NAVIGATION AIDS AT THE NAVAL WEAPONS STATION,
  SEAL BEACH, CA
SOL N68711-95-B-8629
POC Sandra Craft, (310) 547-7872/Contracting Officer Veneece
  McNeley.
DESC: The work includes all necessary labor, materials, equipment,
  and supervision to perform repairs and replacement to Pier
  309, Wharf 311, Pier 314, Dolphin 3 and an existing Buoy Line
  and incidental related work, at the Naval Weapons Station,
  Seal Beach, CA by means of an firm fixed price type contract.
  Performance period will be for two hundred ten (210) calendar
  days, commencing within 15 calendar days after award. Solicitation
  packages may be acquired in person from Plan Issue or by mail.
  Requests for the solicitation package must be in writing stating
  solicitation number N68711-95-B-8629, contractor's complete
  name, address, area code and phone number and whether  bidding
  as a prime/subcontractor/supplier/manufacturer. Mail requests
  to the Officer in Charge of Construction, Los Angeles Area,
  Southwest Division, Naval Facilities Engineering Command, Naval
  Weapons Station, Building 230 (West Wing), Seal Beach, CA 90740-5000
  or fax requests to plan issue at (310) 626-7961. Telephone
  requests will not be accepted. NOTE: Plans and specs will not
  be mailed to firms within a 20 mile radius of the issuing office.
  Tentative issue date on or about 02 January 1997 with an offer
  due date 30 days later. Responses are due not later than 10
  days after publication of advertisement in the CBD. The proposed
  contract is unrestricted. The Standard Industrial  Classification
  Code is 1799. The related small business size standard is $7
  million.
CITE: (M-352 SN012760)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Operational Contracts Division, Construction Branch,
  AFDTC/PKOC, 205 West D Avenue, Suite 541, Eglin AFB FL 32542-6862
SUBJECT: Z--REPLACING OF GARAGE DOORS IN WHERRY HOUSING, EGLIN
  AFB, FL
SOL F08651-97-B-0044
DUE 021897
POC Bertha M. Burns, Contract Specialist, 904-882-5628, Ext.
  5268, Cecile A. Ramos, Contracting Officer 
DESC:  Eglin AFB, FL has a requirement for Replacing Garage Doors
  in Wherry Housing at Eglin AFB, FL.  Bid opening date of 18
  February 1997 is only an estimated date.  The performance period
  is 120 calendar days.  In general, the work shall consist of
  the removal of existing metal garage doors, door tracks, door
  accessories, and hardware and removal of certain existing wood
  framing and trim for the garage door openings.  Installation
  of new metal garage doors, tracks, door accessories and hardware.
   Installation of new wood framing and trim for the garage doors.
   Patching and finishing of surfaces as required by replacing
  of doors.  Painting of new surfaces.  Estimated dollar range
  is between $25,000 and $100,000.  All responsible sources may
  submit a bid that shall be considered by the agency.  Firms
  responding should indicate if they are a small business.  All
  requests must be submitted in wringing.  Make check/money order
  payable to DFAS-LI, DSSN 6671, and mail along with your written
  request to AFDTC/PKO, 205 West D Avenue, Suite 541, Eglin AFB,
  FL 32542-6862.  No telephone requests for solicitation packages
  are acceptable
CITE: (W-352 SN012764)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Officer in Charge of Construction, Box 99129, MCAS, Yuma,
  AZ
SUBJECT: Z--DEMO ROOF AT BLDG 1006 AT THE MARINE CORPS AIR STATION,
  YUMA, AZ
SOL N68711-97-Q-7120
DUE 011097
POC Contact Jackie Hill, Purchasing Agent (520) 341-2212, Sherri
  Hyatt, Contracting Officer, (520) 341-2048.
DESC: PRESOLICITATION NOTICE - The work includes furnishing all
  labor, transportation, supervision, material and equipment
  and performing all operations in connection with the removal
  and disposal of asbestos and lead containing building materials.
  This 1943 constructed building is eight feet, (8') in height
  with four foot (4') gabled ends. The contaminated materials,
  "ACM" and "LCM" consist of roofing and floor felt underlayment
  for three tab roofing shingles and vinyl floor tile, cement/asbestos
  transite siding (both interior and exterior) and is also present
  in floor tile in selected areas. Asbestos siding is found on
  the walls only in the five (5) restrooms. The roofing shingles
  and most of the floor tile are non "ACM", they must be treated
  as contaminated when the felts are removed. Lead is found only
  in the porch area to include all wood posts, beams, overhung
  and metal handrails. Local landfills are available for disposal.
  Point of contact is Nancy Muller (520) 341-5539. Work shall
  be completed by the end of January. This solicitation is unrestricted.
  All responsible sources should request copies of the plans
  and specs in writing, by mail, or by FAX (520) 341-3557. Please
  state solicitation number, complete name, area code, telephone
  number, street address, nine-digit zip code. Plans and specs
  should be available on/about 27 December 1996, on a first-come
  first-serve basis. Time for receipt of quotes estimated on/about
  10 January 1997, 4:00 (local time). This is not a public bid
  opening. Plan holder list will not be faxed. All responsible
  sources may submit a quote and shall be considered. Standard
  Industrial Code is 8744.
CITE: (I-352 SN012782)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Arnold Engineering Development Center, ATTN: PKP, 100
  Kindel Drive, Suite A332, Arnold AFB TN 37389-1332
SUBJECT: Z--REMEDIATE LEAD-BASED PAINT AT MILITARY FAMILY HOUSING
SOL F40650-97-B-0010
DUE 013197
POC Kathy P. Swanson, Contract Specialist, (615) 454-7841
DESC: This procurement is to provide painting services at the
  military family housing units, Arnold Air Force Base, Tennessee.
  Work involves the removal of loose and deteriorating lead-based
  paint from approximately 20,000 square feet of wooden and metallic
  surfaces on 39 units. Cleaned surfaces shall receive a three-coat
  painting system of primer, intermediate, and top coats. Work
  is required on occupied facilities. The performance period
  will be 120 calendar days after issuance of Notice to Proceed.
  The estimated order of magnitude is between $100,000 and $250,000.
  First copy of plans and drawings is available at no cost by
  faxing request to (615) 454-7330, Attn: Kathy Swanson. Requests
  should be submitted by 30 Dec 96. SIC code is 1721.
CITE: (I-352 SN012783)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Mid-Atlantic Regional Contracting Office, 3600 Spurr
  Road, Quarters #14, Lexington, Kentucky 40511
SUBJECT: Z--REPAIRS TO HVAC EQUIPMENT AT FMC LEXINGTON
SOL RFQ 123-0016
DUE 012297
POC Peter Van Steyn, Regional Contract Specialist (606) 253-8891.
DESC: The Federal Bureau of Prisons intends to make a contract
  award for the overhaul and repairs to the HVAC equipment located
  at the Federal Medical Center, Lexington, Kentucky, in accordance
  with contract documents and specifications. The requirements
  under this solicitation shall include the contractor to provide
  all labor, materials, equipment and expertise to overhaul a
  Trane Centravac, #PCV-1F-C3-D3, s/n 10227, R-113 Chiller Unit,
  and repairs to a Trane Type M-41, s/n K13701 Fresh Air Handler
  Unit. The project magnitude for the subject project is within
  the estimated price range of $25,000 and $100,000. This contract
  action shall be 100% set-aside for Small Business Concerns.
  The issue date for the Request for Quotation is January 6,
  1997, with a Bid opening date of January 28, 1997. A Pre-Bid
  Conference and Site Visitation is tentatively scheduled for
  January 16, 1997 at 10:00 am. Contractors requesting solicitation
  packages shall be in writing to the Federal Bureau of Prisons,
  Mid-Atlantic Regional Contracting Office, 3600 Spurr Road,
  Quarters #14, Lexington, Kentucky 40511, Attn: Peter Van Steyn,
  Regional Contract Specialist. Written solicitation requests
  may be faxed to (606) 253-8882. No deposit or solicitation
  fees are required for this solicitation package.
CITE: (I-352 SN012791)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 305 Contracting Squadron, 3563 Lancaster Ave, McGuire
  AFB, NJ 08641- 1712
SUBJECT: Z--REPLACE ELECTRICAL DISTRIBUTION SYSTEM AT MCGUIRE
  AFB NJ
SOL F28609-97-B0010
DUE 020597
POC Craig King, Contract Specialist, at 609-724-3519.
DESC: Change previous solicitation number F28609-96-B0010, same
  project, to F28609-97-B0010. All requests for solicitation
  packages that have already been received by this office will
  be pen and ink changed. All prospective bidders, please make
  note of the solicitation number change. If you have any questions,
  contact Craig King at (609)724-3519. WRITTEN REQUESTS ONLY
  - Fax requests accepted at (609)724-5931.
CITE: (I-352 SN012793)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: DA, Tulsa District, Corps of Engineers, P.O. Box 61,
  Tulsa, OK 74121-0061
SUBJECT: Z--GENERAL AND APPLIED INSTRUCTION FACILITY, MCALESTER
  ARMY AMMUNITION PLANT, OKLAHOMA
SOL DACA56-97-B-0011
DUE 021197
POC Susan Killgore, Contract Specialist, 918/669-7272
DESC: Project consists of renovating three buildings for a total
  of approximately 42,600 SF and construction of a new 15,000
  SF steel-frame insulated building. The new building will house
  inert ammunition and chemical, rocket, and missile trainers
  and will include an overhead crane and restrooms. The renovation
  will provide classrooms, storage, and administrative space.
  An elevator will be added to one of the buildings. Other work
  includes addition of 45 parking spaces, HVAC and fire protection
  renovation, lighting, architectural features, and asbestos
  and lead based paint abatement. Estimated cost range of this
  project is $5,000,000 to $10,000,000. An advanced non-refundable
  fee of $100.00 (reduced size) and $175.00 (full size) is required
  for each set of specifications. Make check payable to F&A Officer,
  USAED, Tulsa and mail to the attention of Contracting Division.
  Payment must be received prior to issuance of plans and specifications.
  Plans and specifications will be available on or about January
  9, 1997. No phone calls to order please. All orders will be
  mailed via first class mail. Request for special handling (Fed-X,
  etc.) will not be honored.
CITE: (I-352 SN012794)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: OICC/ROICC Jacksonville, NAVFACENGCOM Contracts, 1005
  Michael Rd., Camp Lejeune, NC 28547-2521
SUBJECT: Z--RENOVATE BUILDING M-324, MARINE CORPS BASE, CAMP
  LEJEUNE, NORTH CAROLINA
SOL N62470-96-B-4494
DUE 020697
POC Kathie Rowe, (910) 451-2582, FAX (910) 451-5629
DESC: The work includes building interior and exterior renovations,
  plumbing work, electrical work, HVAC work, asbestos removal
  and lead paint removal, and incidental related work. Proposed
  contract is unrestricted. Estimated cost range is $1,000,000
  to $5,000,000. A Subcontracting Plan is required if the contract
  is awarded to a Large Business. Plans and specs will be available
  on or about 07 January 1997 until supply is exhausted. No deposit
  is required. TELEPHONE REQUESTS WILL NO LONGER BE HONORED.
  ONLY WRITTEN AND FAX REQUESTS WILL BE ACCEPTED. Please state
  area code, telephone number, street address, nine-digit zip
  code and whether you are participating as a prime or subcontractor.
  PLEASE NOTE: FAX# (910) 451-5629. All responsible sources may
  submit an offer which will be considered.
CITE: (I-352 SN012806)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 90th Contracting Squadron, 7505 Marne Loop, F.E. Warren
  AFB, WY 82005
SUBJECT: Z--REBUILD ROGERS ROAD
SOL F48608-97-B0010
DUE 012897
POC Darlene Faulkner, 307-775-2635, FAX 307-775-3964, Contract
  Specialist
DESC: Work includes but is not limited to rebuilding of sidewalks,
  curb and gutter,  and asphalt paving on roadway and the intersection
  of Rogers Road from Randall Ave north to Piute at FE Warren
  AFB WY.  Performance period is  120 calendar days.  Invitation
  for Bid (IFB) is limited and will be furnished  to the requestor
  on a first received, first served basis until supply is exhausted
  .  Telephone requests will not be honored.  The issue date
  will be on or about 30 Jan 97 with bid opening date 30 days
  after issuance.  The  magnitude of this project is between
  $500,000 and $1,000,000.     
CITE: (W-352 SN012818)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 90th Contracting Squadron, 7505 Marne Loop, F.E. Warren
  AFB, WY 82005
SUBJECT: Z--REBUILD ROGERS ROAD
SOL F48608-97-B0010
DUE 012897
POC Darlene Faulkner, 307-775-2635, FAX 307-775-3964, Contract
  Specialist
DESC: Work includes but is not limited to rebuilding of sidewalks,
  curb and gutter,  and asphalt paving on roadway and the intersection
  of Rogers Road from Randall Ave north to Piute at FE Warren
  AFB WY.  Performance period is  120 calendar days.  Invitation
  for Bid (IFB) is limited and will be furnished  to the requestor
  on a first received, first served basis until supply is exhausted
  .  Telephone requests will not be honored.  The issue date
  will be on or about 30 Jan 97 with bid opening date 30 days
  after issuance.  The  magnitude of this project is between
  $500,000 and $1,000,000.     
CITE: (W-352 SN012819)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 90th Contracting Squadron, 7505 Marne Loop, F.E. Warren
  AFB, WY 82005
SUBJECT: Z--REBUILD ROGERS ROAD
SOL F48608-97-B0010
DUE 012897
POC Darlene Faulkner, 307-775-2635 FAX 307-775-3964, Contract
  Specialist
DESC:  Work includes but is not limited to rebuilding of sidewalks,
  curb, gutter and asphalt paving on roadway and the intersection
  of Rogers Road from Randall  Ave north to Piute at FE Warren
  AFB WY.  Performance period is 120 calendar days.  Invitation
  for Bid (IFB) is limited and will be furnished to the requestor
   on a first received, first served basis until supply is exhausted.
   Telephone requests will not be honored.  The issue date will
  be on or about 30 Jan 97 with bid opening date 30 days after
  issuance.  The magnitude of this project is between $500,000
  and $1,000,000. 
CITE: (W-352 SN012889)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: NASA Langley Research Center, Bid Distribution Office,
  MS 126, Hampton, Virginia 23681-0001
SUBJECT: Z--BUSINESS OPPORTUNITIES WITH NASA LANGLEY RESEARCH
  CENTER
SOL N/A
POC Sandra M. Glenn, Contract Specialist, 757-864-2413.
DESC: Effective immediately, all construction solicitations (excluding
  specifications and drawings) of $500,000 or less with NASA
  Langley Research Center will only be publicized on the Internet
  and will no longer appear in the Commerce Business Daily. The
  potential construction solicitations may be downloaded from
  the procurement homepage for Langley Research Center. The URL
  location is as follows: http://db-www.larc.nasa.gov/procurement/home-page.html.
  Please check this site daily for potential business opportunities
  with Langley Research Center. The specifications and drawings
  are only available at this time in hard copy by contacting
  the NASA bid distribution office at 757-864-2547.
CITE: (I-352 SN012901)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Federal Aviation Administration, 2300 East Devon Ave.,
  Des Plaines Il 60018
SUBJECT: Z--REMOVAL AND REPLACEMENT OF HVAC SYSTEM, AUTOMATED
  FLIGHT SERVICE STATION (AFSS), HURON, SOUTH DAKOTA
SOL DTFA14-97-R-33882
DUE 011497
POC Submit request in writing to the above address, Attn: Irene
  Medina, or fax request to (847) 294-8050.
DESC: Offers are requested for the Heating, Ventilating and Air
  Conditioning (HVAC) System Removal and Replacement at the Automated
  Flight Service Station (AFSS), Huron, South Dakota in two phases.
  The work consists of, but is not limited to, the following:
  remove and dispose of existing A/C unit and all electrical
  wiring; patch holes in the wall and replace damage bricks from
  removal; fabricate HVAC stand, ductwork, duct support brackets,
  damper and damper motor; install all grills and ceiling diffusers;
  provide and install electronic programmable heating/cooling
  thermostat; and provide training on operating procedures, controls
  and wiring schematics. The estimated issue date of the solicitation
  will be on or about December 20, 1996, with an opening dated
  of January 14, 1997, COB. Offer range is between $25K and $100K.
  SIC Code 1711.
CITE: (I-352 SN012905)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Operational Contracting Division, 1940 Allbrook Dr, Ste
  3 Bldg 1, WPAFB OH 45433-5309
SUBJECT: Z--DEMO INTERIOR BLDG 57
SOL F33601-97-B-0004
DUE 020697
POC For copy, ASC/PKWO, Attn: Bldg 260, 1940 Allbrook Dr, Ste
  3, WPAFB OH 45433-5309 POC: L. ANDERSON/PKWOEB/937-257-4844
  Fax No 937-257-2825.
DESC: Project No. WP960086. Period of Performance is SIC 1542
  SIZE STANDARD $17.0 M FEE $15.00. Demo/Renovate Interior FAC
  20057 at Wright-Patterson AFB OH. Estimated cost of proposed
  acquisition is between $500,000.00 and $1,000,000.00. No tel
  requests. Only written requests received directly from the
  requestor are acceptable. Requests for solicitation documents
  must be accompanied by a non-refundable check or money order
  in the amount of $15.00, made payable to Accounting and Finance.
  This solicitation will be issued approx 97 Jan 06. All responsible
  sources may submit a bid, proposal, or quotation which shall
  be considered. No tel requests. Only written or faxed requests
  received directly from the requestor are acceptable. When requesting
  bid set(s), provide information as to whether your organization
  (together with its affiliates) is a large or small business.
  Small and disadvantaged firms are encouraged to participate
  as prime contractors or as members of joint ventures with other
  small businesses and all interested contractors are reminded
  that the successful contractor will be expected to place subcontracts
  to the maximum practicable extent with small and disadvantaged
  firms in accordance with the provisions of Public Law 95-507.
  Businesses requesting copies of solicitations must furnish
  representation with their request as to whether they are a
  small disadvantaged business. Direct all requests for solicitations
  and routine communication concerning this acquisition to Leslie
  Anderson, Contract Specialist, 937-257-6571 X4140. An Ombudsman
  has been established for this acquisition. The only purpose
  of the Ombudsman is to receive and communicate serious concerns
  from potential offerors when an offeror prefers not to use
  established channels to communicate his/her concern during
  the proposal development phase of this acquisition. Potential
  offerors should use established channels to request information,
  pose questions, and voice concerns before resorting to use
  of the Ombudsman. Potential offerors are invited to contact
  ASC's Ombudsman, Mr Daniel L. Kugel, ASC/SY, Bldg 52, 2475
  K Street, Suite 1, Wright-Patterson AFB OH 45433-7642, at (937)
  255-3855, E-Mail kugeldl@sy.wpafb.af.mil, with serious concerns
  only.
CITE: (I-352 SN012908)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: OICC, Box 368113, Navy Public Works Center, 2730 McKean
  Street, San Diego, CA 92136
SUBJECT: Z--UPGRADE ELECTRICAL IN BUILDING 116 AT THE NAVAL STATION
  SAN DIEGO CALIFORNIA
SOL N63387-96-Q-4144
DUE 011397
POC Information regarding plans and specifications is provided
  at the end of this announcement.
DESC: The work includes demolition of existing panel boards including
  circuit breakers and associated wirings and installation of
  new distribution board, TVSS, and panelboards including new
  circuit breakers and associated wirings. the requirement is
  estimated to be between $25,000 and $100,000. A Firm Fixed
  Price Contract is anticipated. Quotes will be solicited for
  the proposed contract on an unrestricted basis as to business
  size. the contract duration period is 60 calendar days from
  commencement of work. All responsible sources may submit a
  quote. Solicitation packages may be obtained in person or by
  (FAX to 619 532-2083) by writing to Plan Issue, Southwest Division,
  Naval Facilities Engineering Command, 1220 Pacific Highway,
  San Diego, California 92132-5190, until supply is exhausted.
  Plans and specs will not be mailed to firms within the Greater
  San Diego Area. Plans and specifications will be available
  on or about 23 Dec 1996. After this date you may call Plan
  Issue at 619 532-2082/84 for availability status. For information
  not specified herein contact Janet Dang at 619 556-6000 NO
  DEPOSIT REQUIRED. FOR PRE-RECORDED BID OPENING RESULTS ON THIS
  SOLICITATION YOU MAY CALL THE BID INFORMATION LINE AT 619-556-6169
CITE: (I-352 SN012911)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: OICC, Box 368113, Navy Public Works Center, 2730 McKean
  Street, San Diego, CA 92136
SUBJECT: Z--REPAIR PARKING LOTS AND SLOPE EROSION AT THE BONITA
  BLUFFS HOUSING AREA SAN DIEGO CALIFORNIA
SOL N63387-96-Q-3843
DUE 011597
POC Information regarding plans and specifications is provided
  at the end of this announcement.
DESC: The work includes demolition of exist AC Paving, Pcc Sidewalk
  and Curb. Construction of masonry retaining wall, PCC Paving,
  Sidewalk and Curb. The requirement is estimated to be between
  $25,000 and $100,000. A Firm-Fixed Price Contract is anticipated.
  Quotes will be solicited for the proposed contract on an unrestricted
  basis as to business size. The contract duration period is
  90 calendar days from commencement of work. All responsible
  sources may submit a quote. Solicitation packages may be obtained
  in person or (FAX to 619 532-2083) by writing to Plan Issue,
  Southwest Division, Naval Facilities Engineering Command, 1220
  Pacific Highway, Building San Diego, Ca 92132-5190, until supply
  is exhausted. Plans and specs will not be mailed to firms within
  the Greater San Diego Area. Plans and specifications will be
  available on or about 26 Dec 96. After this date you may call
  Plan Issue at 619 532-2082/84 for availability status. For
  information not specified herein contact Janet Dang at 619
  556-6000 NO DEPOSIT REQUIRED. FOR PRE-RECORDED BID OPENING
  RESULTS ON THIS SOLICITATION YOU MAY CALL THE BID INFORMATION
  LINE AT 619-556-6169
CITE: (I-352 SN012912)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: OICC, Box 368113, Navy Public Works Center, 2730 McKean
  Street, San Diego, CA 92136
SUBJECT: Z--UPGRADE ELECTRICAL IN BUILDING 116 AT THE NAVAL STATION
  SAN DIEGO CALIFORNIA
SOL N63387-96-Q-4144
DUE 011397
POC Information regarding plans and specifications is provided
  at the end of this announcement.
DESC: The work includes demolition of existing panel boards including
  circuit breakers and associated wiring and installation of
  new distribution board, TVSS, and panelboards including new
  circuit breakers and associated wirings. The requirement is
  estimated to be between $25,000 and $100,000. A Firm Fixed
  Price Contract is anticipated. Quotes will be solicited for
  the proposed contract on an unrestricted basis as to business
  size. The contract duration period is 60 calendar days from
  commencement of work. All responsible sources may submit a
  quoted. Solicitation packages may be obtained in person or
  (FAX to 619 532-2083) by writing to Plan Issue, Southwest Division,
  Naval Facilities Engineering Command, 1220 Pacific Highway,
  San Diego, Ca 92132-5190, until supply is exhausted. Plans
  and specs will not be mailed to firms within the Greater San
  Diego Area. Plans and specifications will be available on or
  about 23 Dec 96. After this date you may call Plan Issue at
  619 532-2082/4 for availability status. For information not
  specified herein contact Janet Dang at 619 556-6000 NO DEPOSIT
  REQUIRED. FOR PRE-RECORDED BID OPENING RESULTS ON THIS SOLICITATION
  YOU MAY CALL THE BID INFORMATION LINE AT 619-556-6169
CITE: (I-352 SN012914)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: OICC, Box 368113, Navy Public Works Center, 2730 McKean
  Street, San Diego, CA 92136
SUBJECT: Z--REPAIR PLUMBING RECRUIT BARRACKS EDSON RANGE MCB
  CAMP PENDLETON CALIFORNIA
SOL N63387-97-B-5077
DUE 012497
POC Information regarding plans and specifications is provided
  at the end of this announcement.
DESC: Correction: This action originally synopsized 11/04/96
  is amended to read as follows: New Bid Opening Date of 01/24/97
  has been established. Plans and specifications will be abailable
  on or about 24 Dec 96. Add to announcement: Notice to large
  business firms that a subcontracting plan is required prior
  to award
CITE: (I-352 SN012915)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: OICC, Box 368113, Navy Public Works Center, 2730 McKean
  Street, San Diego, CA 92136
SUBJECT: Z--REPAIR BACHELOR QUARTERS PARKING LOTS NAVAL AIR STATION
  NORTH ISLAND CALIFORNIA
SOL N63387-95-B-2207
DUE 012197
POC Information regarding plans and specifications is provided
  at the end of this announcement.
DESC: Correction: This action is to CANCEL JOB IN ITS ENTIRETY.
  For information contact Chirs Olson at 619 545-7982
CITE: (I-352 SN012918)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: OICC, Box 368113, Navy Public Works Center, 2730 McKean
  Street, San Diego, CA 92136
SUBJECT: Z--REPAIR PARKING LOTS AND SLOPE EROSION AT THE BONITA
  BLUFFS HOUSING AREA SAN DIEGO CALIFORNIA
SOL N63387-96-Q-3843
DUE 011597
POC Information regarding plans and specifications is provided
  at the end of this announcement.
DESC: The work includes demolition of exist AC Paving, PCC Sidewalk
  and Curb. Construction of masonry retaining wall, PCC Paving,
  Sidewalk and Curb. the requirement is estimated to be between
  $25,000 and $100,000. A Firm-Fixed Price Contract is anticipated.
  Quotes will be solicited for the proposed contract on an unrestricted
  basis as to business size. the contract duration period is
  90 calendar days from commencement of work. All responsible
  sources may submit a quote. Solicitation packages may be obtained
  in person or (FAX to 619 532-2083) by writing to Plan Issue,
  Southwest Division, Naval Facilities Engineering Command, 1220
  Pacific Highway, San Diego California 92132-5190, until supply
  is exhausted. Plans and specs will not be mailed to firms within
  the Greater San Diego Area. Plans and specifications will be
  available on or about 26 Dec 96. After this date you may call
  Plan Isse at 619 532-2082/84 for availability status. For information
  not specified herein contact Janet Dang at 619 556-6000
CITE: (I-352 SN012919)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: NCCOSC RDTE Division, Code D214B, 53570 Silvergate Avenue,
  Bldg. A33, San Diego, CA 92152-5113
SUBJECT: Z--PRESOLICITATION NOTICE--REPAIR ELECTRON DRIVE, WEST
  (R26-91) PART A, AND REPAIR ENTRY SILVERGATE, PART B, NAVAL
  COMMAND, CONTROL AND OCEAN SURVEILLANCE CENTER RDTE DIVISION,
  SAN DIEGO, CA.
SOL N68711-93-B-2205
DUE 021197
POC POC Ms. Pat Hickok, Code D211, Contracting Officer, (619)553-3854,
  for technical/contractural questions. POC for copy, Mr. J.C.
  Norris, (619)553-4331, FAX (619)553-6976.
DESC: 17. --PRESOLICITATION NOTICE--The work includes providing
  all labor, approved materials and equipment required for PART
  A demolition and removal of existing asphalt concrete, concrete,
  utilities and fencing; replacement of sensor loops; raising
  of manholes and valve boxes; excavation, regrading, and compaction;
  placement of new base coarse, asphaltic concrete, concrete
  walks, and curbs; placement of road pavers with sand bedding
  and concrete borders; installation of utilities and fencing;
  installation of traffic stripes and pavement markers; and for
  PART B demolition and removal of existing asphalt concrete,
  concrete, utilities, fencing, trees and shrubs; clearing and
  grubbing; sawcutting, excavation, regrading, and compaction;
  raising of manholes and valve boxes; placement of concrete
  walks and curbs; placement of asphaltic concrete pavement with
  base course; placement of asphalt overlay; placement of precast
  concrete wheelstops; restriping using preformed pavement markers;
  placement of road pavers with sand bedding and concrete borders;
  construction of steel reinforced masonry pilasters, steel gates,
  steel pickets, guard posts, and hydraulic gate operators with
  the electrical accessories, sensors and controls; placement
  of topsoil; planting of trees, shrubs, and ground cover; installation
  of steel poles and chain link fence; installation of underground
  electrical conduits, pull boxes, conductors, pressurized and
  non-pressurized irrigation lines, hose bibbs, shutoff valves,
  valve boxes, and remote controlled valve, and incidental related
  work, complete and ready for use.--Estimated cost range is
  between $250,000.00 and $500,000.00.--Firm Fixed Price Contract--Estimated
  start date is 25 February 1997 with 120 days to complete the
  work.--This proposed contract will be unrestricted.--SIC Code
  is 1611 with a value of $17 million.--Potential bidders should
  request plans and specifications in writing or pick up stating
  IFB Number N68711-93-B-2205 and complete name, address, area
  code, phone number and whether bidding as prime contractor/subcontractor/supplier.--
  Telephone requests will not be accepted.--Mail requests to
  Naval Command, Control and Ocean Surveillance Center RDTE Division,
  Bid Office Code D214B, 53570 Silvergate Avenue, San Diego,
  CA 92152-5113 or FAX to (619) 553-6976.--Bidders responding
  under this advertisement will not be required to resubmit request
  once formally advertised.--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.--Tentative issue date
  on or about 10 January 1997 with an opening date of approximately
  30 days later (NOTE: Bid issue date stated above is TENTATIVE).--Plans
  and specifications will be available until supply is exhausted
  on a first come, first served basis.--Responses are due no
  later than 15 calendar days after publication of this advertisement
  in the CBD.--No deposit required.
CITE: (I-352 SN012923)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 305 Contracting Squadron, 3563 Lancaster Ave, McGuire
  AFB, NJ 08641- 1712
SUBJECT: Z--REPAIR DORMS BUILDINGS 2622 AND 2623 AT MCGUIRE AFB
  NJ
SOL F2860997BA002
DUE 020597
POC Beth Mendell, Contract Specialist, (609)724-5934.
DESC: Repair Dorms 2622 and 2623 at McGuire AFB, New Jersey,
  WRITTEN REQUESTS ONLY- FAX requests accepted at (609)724-5931.
  Work to be performed includes but is not limited to minor demolition
  for remodeling, refurbishment of interior finishes, upgrade
  HVAC and electrical systems, new bathroom exhaust and make-up
  air systems, upgrade laundry exhaust system, and installation
  of Government furnished washer/dryers. Performance period is
  480 calendar days from receipt of Notice to Proceed. IFB will
  be issued on or about 6 January 1997. The proposed procurement
  listed herein is unrestricted. Standard Industrial Classification
  Code for this procurement is 1522. Any concern responding to
  this solicitation is classified as a small business if the
  average annual receipts of the concern and its affiliates for
  the preceding three fiscal years do not exceed $17.0 million
  dollars. Proposed contract is between $1,000,000.00 and $5,000,000.00.
CITE: (I-352 SN012932)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 4th Contracting Squadron, 4 CONS/LGC, 1695 Wright Ave,
  Seymour Johnson AFB, NC 27531-2459
SUBJECT: Z--REPAIR GOLF COURSE RETAINING WALL
SOL F31610-97-B0001
DUE 020697
POC Judi Pletcher, (919) 736-6547 ext 255
DESC: This solicitation will be issued on an unrestrictive basis
  in accordance with DOD FAR CLAUSE 252.219-7008.  Replies are
  requested from all concerns as well as from large business
  concerns.  The magnitude of this project is between $25,000
  and $100,000.  Work includes but is not limited to the following:
   Demolition of portions of the retaining wall around the Golf
  Course lake which are indicated in the plans and replacement
  of the same portions  according to the plans at Seymour Johnson
  AFB NC.  Solicitation will be available on or about 7 Jan
  97.  The performance period is approximately 44  calendar
  days.  Requests for solicitation packages must be in writing
  and must include a 9 digit zip code, available at your local
  post office.  FAX requests will be accepted at (919) 705-2984.
   Bid opening date will be on or  about 6 Feb 97. 
CITE: (W-352 SN012956)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 82d Contracting Squadron, 136 K Avenue Ste 1, Sheppard
  AFB TX 76311-2739
SUBJECT: Z--REPAIR WHERRY HOUSING, PHASE I
POC LGCC/Marcy Fragomeli, Contract Specialist, 817/676-5181;
  Contracting Officer, Colleen S Phipps, 817/676-5180.
DESC: This is to correct previous Submission No. 011083. This
  was to correct an award notification  for Contract F41612-97-C0002
  AND IS NOT a solicitation notification. 
CITE: (W-352 SN012957)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property--Potential
  Sources Sought
OFFADD: 37th Contracting Squadron, 1655 Selfridge Avenue, Lackland
  AFB, TX 78236-5253
SUBJECT: Z--SIMPLIFIED ACQUISITION OF BASE ENGINEERING REQUIREMENTS
  (SABER)
SOL F41636-96R0047
DUE 010397
POC 1Lt Linda Ray or Ms. JoAnn Hernandez at phone (210)671-1732
  or fax (210)671-3079
DESC: The Air Education and Training Command, Lackland AFB, TX
  is seeking qualified business firms in the SBA 8(A) program
  under sic code 1541 (Minor Construction) capable of performing
  the following:    Perform a SABER (Simplified Acquisition
  of Base Engineering Requirements) contract, which is a broad
  range of maintenance, repair, and minor construction work,
  on real property of Lackland AFB, and surrounding areas within
  San Antonio.  Delivery orders would be negotiated based upon
  an established Unit Price Book.  This would not include military
  family housing maintenance.The contractor would be required
  to furnish all materials, labor, and equipment necessary to
  manage and accomplish the projects.  The contractor would be
  required to maintain a management office on site in order to
  receive delivery orders and provide other management services
  related to accomplishing individual jobs.  Individual jobs
  would vary in size and complexity and include tasks a variety
  of trades including carpentry, road repair, roofing, excavating,
  electrical , steam fitting, plumbing, sheet metal, painting,
  demolition, masonry, and welding.    Only firms that would
  be interested in submitting a proposal for the requirement
  should respond with a capability statement identifying themselves
  as an 8(A) business firm and detailing all of their relevant
  technical qualifications.  Firms should include, as a minimum,
  in the capability statement: 1)  COMPANY HISTORY (size, revenues,
  and bonding capability)  2)  TECHNICAL CAPABILITY  (describe
  technical capability to perform work identified above) 3) 
  PAST PERFORMANCE AND EXPERIENCE  (provide information relative
  to experience and past performance on government or commercial
  contracts for above type of work, include phone numbers, contract
  numbers, type of contract, and points of contact of major clients).
    Firms having applicable interest should submit the capability
  statement by 1 p.m. CST on 06 Jan 97 to 37 CONS/LGCC, Attn:
   1Lt. Ray, 1655 Selfridge Avenue, Lackland AFB TX 78236-5253.
   Responses to this sources sought synopsis should include sufficient
  information for a determination of the ability to perform all
  areas of effort.  This synopsis is for information and planning
  purposes only and does not constitute a solicitation for bids
  or proposals.  It is not to be construed as a commitment by
  the Government. Respondents to this synopsis will not be notified
  of the results of the evaluation of information submitted.
   The Air Force reserves the right to consider a small business
  set-aside based on responses hereto.  Please note that responses
  failing to provide all information requested herein will be
  considered non-responsive to this sources sought synopsis.
LINK http://www-contracting.aetc.af.mil
LINKDESC: 
EMAIL rayl@lakgate1.lak.aetc.af.mil
EMAILDESC: 
CITE: (W-352 SN012767)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 12--Fire Control Equipment
OFFADD: US Army Armament and Chemical Acquisition and Logistics
  Activity (ACALA) Attn: AMSTA-AC-PCC (FQV), Rock Island, IL
  61299-7630
SUBJECT: 12--MINIATURIZED ELECTRONIC UNIT
SOL DAAE20-97R0039
DUE 021097
POC Contract Specialist: Irene Mawson (309) 782-3810, PCO: Dave
  L. Elliott (309) 782-3814
DESC: 1220-01-352-9083, Part Number 9376192. Requirements are
  150 ea Miniaturized Electronic Unit. For use of the M1A2 Abrams
  Tank. FOB is Origin. All or part of this action is an unfunded
  FY97 requirement. Limited competition between Rex Systems,
  Inc., 3300 Dava Drive, Chippewa Falls, WI 54729-8533 and Hughes
  Georgia, 1302 Orchard Hill Road, Lagrange, GA 30240-5802. Offers
  from concerns other than the above are not solicited. First
  Article Test is required. Estimated issue date of this solicitation
  is 010897. 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-352 SN012802)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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--13
SOL DAAA0996R0080
POC CONTACT THE CONTRACT SPECIALIST: Kevin Woodin (309)782-3961,
  Contracting Officer: James Loehrl (309)782-7161
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: 14 Feb 97,
  Opening Date: 15 Apr 97. The efforts described in this solicitation/statement
  work includes the on-site disposal nd support capabilities
  in support of the non-stockpile chemical materiel program.
  The effort involves the safe and environmentally acceptable
  handling and/or disposal of agents and hazardous materials.
  Disposal capabilities are for items which, while considered
  Chemical Weapon Materiel, are commercial chemicals. Capability
  for other support activities include laboratory services unrelated
  to munitions disposal munitions or items assessments, item
  recovery, transportation, and miscellaneous material disposal.
  The acquisition is a best value source selection. Integration
  of the technical and management areas with the total evaluated
  priority and performance risk assessment may result in award
  to other than the offeror with the lowest price. The anticipated
  contract is an indefinite delivery, task order contract with
  an ordering period of sixty months. The anticipated contract
  types are firm-fixed-price and cost-plus-fixed fee, depending
  on the individual task order. The acquisition is a 100% small
  business set-aside. Requests for a copy of the solicitation
  shall be in writing and shall be sent to Kevan Woodin, HQ,
  IOC, AMSIO-ACE-S, Rock Island, IL 61299-6000. Phone number
  309-782-3961. Proposed contract is a 100% small business set-aside.
CITE: (I-352 SN012902)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 14--Guided Missiles
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 14--BASE ASSEMBLY
SOL N0010497RLB49
DUE 020497
POC Contact Point, Mark P Kendall, 02132.4, (717)790-6474, Fax,
  (717)790-2284, Twx, Not-avail, Contracting Officer, William
  R Wolfe, 02132, (717)790-2191
DESC: NSN 7E-1420-01-181-8328-MG, SPEC NR TDP VER 009, Ref Nr
  639AS4946, Qty 194 EA, Deliver to Receiving Officer Fisk Norfolk
  Norfolk VA, See Notes 9,22
CITE: (I-352 SN012714)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--DUCT ASSEMBLY, BLEED AIR (INCONEL)
SOL SP0460-97-Q-C145
DUE 012097
POC Contact:  POC Kenneth gholson/BU815/804-279-3296; FAX 804-27
   9-4005 contracting officer:  Vonda Melton/804-279-5969
DESC: PR-NO:  YPG96082000920 NSN 1560-01-369-0324, 6 -AY Del
  to  Richmond VA 23297-5900 Del FOB destination 150 DARO Lockheed
  P/N 3336454-1,  drawings re this procurement are not available
  and cannot be furnished by  the government; final contract
  award decision may be based upon combination  of price, past
  peformance, and other evaluation factors; other than  full
  and open; intended sources:  Lockheed; senior Flexonics all
   responsible sources may submit offer which DGSC shall consider.
CITE: (I-351 SN012543)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--COVER, ACCESS
SOL SP0460-97-Q-C519
DUE 012797
POC Contact:  POC Kenneth gholson/BU815/804-279-3296/fax 804-279
  - 4005 contracting officer:  Vonda Melton/804-279-5969
DESC: PR-NO:  YPG96344000469 NSN 1560-00-689-4546, 26 -EA Del
  to New  Cumberland PA 17070-5001 Del FOB origin 150 DARO; FOB
  destination 165  DARO Lockheed P/N 377045-2, drawings re this
  procurement are not  available and cannot be furnished by the
  GOV.; other than full and open;  one one source (NOTE 22) intended
  source:  Lockheed all responsible  sources may submit offer
  which DGSC shall consider.
CITE: (I-352 SN012564)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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--SUPPORT,STRUCTURAL
SOL N0038397QD108
DUE 012797
POC Contact Point, Kathleen   Johnson, 0221.09, (215)697-4069,
  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-1560-01-246-6434-SR, Ref Nr 75A180201-1004, Qty 2 EA
  , Delivery FOB Origin----- no drawings available., See Note
  22
CITE: (I-352 SN012709)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: US Special Operations Command, 4300 Goodfellow Blvd,
  St. Louis, MO
SUBJECT: 16--ANTENNAS
SOL USZA95-96-Q-0009
DUE 010797
POC Linda Diedrich, 314-263-0854
DESC: This is a combined synopsis/solicitation for a commercial
  item prepared IAW the format in Subpart 12.6, as supplemented
  with additional information included in this notice. This announcement
  constitutes the only solicitation. Quotes are being requested
  and a written solicitation will not be issued. This solicitation
  is issued as a Request for Quote (RFQ). Solicitation number
  is USZA95-96-Q-0009. This solicitation document and incorporated
  provisions and clauses are those in effect through Federal
  Acqui sition Circular 90-42. The Government expects to award
  a single firm fixed price purchase order as a result of this
  solicitation. The Standard Industrial Classification (SIC)
  code is 3728 and the Business Size Standard is 1000 employees.
  This requirement is restricted as a Small Business Set-Aside.
  The commercial item for which we seek a firm fixed price offer
  is as follows: 50 each Antennas, Part Number AV207-8 or 12-207-8.
  The inspection/acceptance and FOB point is origin. Pack/packaging
  shall be IAW stan dard commercial practice, Level C/C. 20 each
  Antennas must be delivered by 31 Jan 97; 20 each by 28 Feb
  97 and 10 each by 31 Mar 97. The known manufacturers are Chelton,
  Inc., Louisville, TX, or Trivec Avant Corp., Huntington Beach,
  CA. The following provisions apply to this acquisition: 52.212-1,
  Instructions to Offerors--Commercial Items (no addenda); 52.212-2,
  Evaluation--Commercial Items (the specific factor to be evaluated
  is total price offered); 52.212-4, Contract Terms and Conditions--Commercial
  Ite ms including the following: 52.242-10 FOB Origin Government
  Bill of Lading or Pre-Paid Postage, 52.242-12 Report of Shipment(Repship),
  52.247-29, FOB Origin, 52.247-65 FOB Origin, Prepaid Freight-Small
  Package Shipments, 52.212-5, Contract Terms and Conditions
  Required to Implement Statutes or Executive Orders--Commercial
  Items, specific provisions are as follows: 52.222-26, Equal
  Opportunity, 52.222-35, Affirmative Action for Disabled and
  Vietnam Era Veterans, 52.222-36 Affirmative Action for Handicapped
  W orkers, and 52.222-37, Employment Reports on Special Disabled
  Veterans and Veterans of the Vietnam Era, 52.222-3, Convict
  Labor, and 52.219-14, Limitations on Subcontracting. In addition
  to the foregoing FAR provisions, the following DFARS provisions
  are applicable: 252.212-7001, Contract Terms and Conditions
  Required to Implement Statutes or Executive Orders Applicable
  to Defense Acquisitions of Commercial Items to include 252.219-7001,
  Notice of Partial Small Business Set-Aside with Preferential
  Considera tion for Small Disadvantaged Business Concerns, 252.225-7001,
  Buy American Act and Balance of Payment Program. Quotes must
  be received at the US Special Operations Command, Technical
  Applications Contracting Office, AMSAT-D-TK (Attn: Linda Diedrich),
  4300 Goodfellow Blvd, St. Louis, MO 63120-1798, no later than
  1500 hours local time, 7 Jan 97. Facsimile offers are acceptable.
  The facsimile number is 314-263-1828. Ms. Diedrich's telephone
  number is 314-263-0854 or the e-mail address is ldiedric@tapo1.stl.arm
  y.mil. Commerce Business Daily number notice 1 applies.
CITE: (I-352 SN012716)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd, St. Louis, MO 63120-1798
SUBJECT: 16--FORK ASSY, TAIL RTR
SOL DAAJ09-97-R-0087
DUE 123096
POC Jack Heilman, Contract Specialist, AMSAT-A-PLBB, (314)263-0735,
  Beverly H. Ratliff, Contracting Officer, (314)263-0769
DESC: NSN: 1615-01-221-2932, IAW McDonnell Dougals Helicopter
  Company P/N 7-211421008-11. Applicable to the AH-64 aircraft.
  The Government intends to issue a 5 year Indefinite Quantity
  Contract, with a minimum quantity of 550 each and a maximum
  quantity of 820 each. Delivery will be FOB Destination for
  the first ordering period and FOB Origin for the subsequent
  order periods. Required delivery when First Article Test is
  applicable is 50 each, 468 days after contract award and 50
  each per month thereafter and production delivery without First
  Article is 50 each, 300 days after contract award and 50 per
  month thereafter. Approved sources are Fenn Manufacturing Company,
  300 Fenn Road, Newington, CT 06111-2244. This procurement requires
  prequalification. All responsible sources may submit a proposal
  which shall be considered by the agency. Justification for
  other than full and open competition is FAR 6.302-1, Only One
  Source or Only a Limited Number of Responsible Sources. This
  proposed contract action is for supplies for which the Government
  does not have specifications and drawings to permit full and
  open competition. The time required for approval of new supplies
  is such that award delivery cannot be delayed pending approval
  of a new source. Firms are encouraged to seek source approval
  in order to compete for future solicitations IAW the instructions
  contained in Section L of the solicitation. Information on
  meeting of qualifications may also be obtained from ATCOM,
  ATTN: AMSAT-R-EB. Subject to availablility fo funds. No telephone
  requests will accepted. You may fax your request ATTN: AMSAT-A
  PLBB, Jack Heilman, Contract Specialist, on 314-263-9012.
  See Numbered Note(s): 22, 23.
CITE: (W-352 SN012834)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling
  Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 17--COVER, AIRCRAFT GROUND SERVICING.
SOL SP0740-97-Q-0639
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 John  Krutko/AEBA6/614-692-3312
DESC: PR-NO:  FPC96319000882 NSN 1730-01-019-5745, CAGE H2267
  Part No  84107 CAGE 81755 Part No 16A14001-1 cover, aircraft
  ground servicing.  Lockheed Martin Corp. P/N 16A14001-1, code
  81755.  600 -EA Del to New  Cumberland PA 17070-5001 Del 30
  days after award 600 -EA Del to Lathrop  CA 95330 Del 30 days
  after award small business size standard is 500  employees.
   Solcitation 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.  All responsible
  sources may submit offer which DCSC  shall consider.
CITE: (I-352 SN012587)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 19--Ships, Small Craft, Pontoons, and Floating Docks
OFFADD: Supervisor of Shipbuilding, San Diego Detachment, Code
  400, Pearl Harbor, Hawaii 96860-5353
SUBJECT: 19--SHIP REPAIR
SOL N47456-97-R-0009
DUE 031197
POC Dwight N. Jackson, (808) 474-5502/Contracting Officer.
DESC: Miscellaneous Topside Repairs for the HARRIER (TRB-5) to
  be performed at Pearl Harbor on the island of Oahu, Hawaii
  during the period 31 MARCH 97 thru 09 MAY 97. Contractor must
  have (or be able to execute) a Master Ship Repair Agreement/Agreement
  for Boat Repair with the Naval Sea Systems Command U.S. Navy.
  All responsible sources may submit offer, proposal or quotation
  which will be considered by the agency. Request for copies
  of the solicitation should be receive no later than 10 days
  prior to the closing date. Telephone: (808) 474-5502/FAX: (808)
  471-2134.
CITE: (M-352 SN012718)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 19--Ships, Small Craft, Pontoons, and Floating Docks
OFFADD: Supervisor of Shipbuilding, Conversion and Repair, USN,
  Code 410, P.O. Box 215, Portsmouth, Virginia  23705-0215
SUBJECT: 19--ARCTIC (AOE-8) SSP 094-97, TAV
SOL N62678-97-R-0042
DUE 012997
POC Pamela Guertler, Contract Specialist, (757) 396-5042 ext
  422!
DESC: SSDG repairs.  To qualify for an award under this solicitation,
  the offeror must execute a NAVSEA Agreement for Boat Repairs
  (ABR).  If not previously done, adequate time must exist to
  allow proper assessment of the contractor's data.  The inspection
  date is tentatively set for 7 January 1997 with the inspection
  to be held at the U. S. Naval Base, Norfolk, VA.  The availability
  dates are tentatively set for 3 February 1997 through 21 February
  1997 with the work to be done at the U. S. Naval Base, Norfolk,
  VA.  The place of performance is restricted to the U. S. Naval
  Base, Norfolk, VA.
CITE: (I-352 SN012825)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 19--Ships, Small Craft, Pontoons, and Floating Docks
OFFADD: Commander, Naval Air Warfare Center Weapons Division,
  Code 220000E, 521 N. 9th Street, Point Mugu, CA 93042-5001
SUBJECT: 19--PROTOTYPE 40 METER MOBILE SEA TARGET (MST) I.A.W.
  GOVERNMENT SPECIFICATIONS AND DRAWING PACKAGE
SOL N68935-97-R-0073
DUE 020897
POC Chris Stine, Contract Specialist, (805) 989-1992 - Voice;
  FAX (805) 989-0561 or Nate Simpson, Contracting Officer, (805)
  989-1303.
DESC: This requirement is a competitive procurement for the design,
  development, documentation, fabrication, testing and prototype
  of a 40 meter Mobile Sea Target (MST) that is a self-propelled,
  twin diesel, steel craft that will be used in weapon systems
  testing and evaluation. Principal characteristics are: Length,
  overall (hull) 42.21 meters; Beam (hull) 5.40 meters; Design
  draft, full load (to baseline) 1.50 meters; Displacement, full
  load (approx.) 180 m. tons; Fuel capacity (approx.) 8,000 liters;
  Propulsion engines (2) 373kW @ 2100 rpm (each); Electrical
  system (nominal) 24VDC and 120 VAC; Hull construction: Steel.
  The target shall be built in accordance with The Technical
  Data Package (TDP) provided with the solicitation. The TDP
  includes NAVSEA drawings 5105661-5105690, as well as Construction
  and Design Specification No. 510573. The target has been designed
  to existing commercial standards in accordance with current
  applicable ABS regulations for Steel Barge Construction. The
  target will NOT be classed. Delivery is FOB destination Port
  Hueneme, CA. This procurement will be set aside for Small Business.
  For a copy of the solicitation, contact Chris Stine, Contract
  Specialist. Interested parties may mail or fax in their solicitation
  request. All responsible sources may submit an offer which
  will be considered. See Numbered Note(s): 1.
CITE: (I-352 SN012899)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 22--Railway Equipment
OFFADD: Panama Canal Commission, Logistical Support Division,
  Purchasing & Contracts Branch, Unit 2300, APO, AA  34011-2300
SUBJECT: 22--TRACK PARTS
SOL CNR-611340-05
DUE 020497
POC Tere Abadia, Contract Specialist, (507) 272-3023, Rolando
  Cuevas, Contracting Officer, (507) 272-4075
DESC: This contract action is for steel cross ties, as per PCC
  technical specifications. Quantity: Estimated annual usage
  is 5000 pieces, call orders will be placed for a minimum of
  200 pieces and a maximum of 2000 pieces.  The contract will
  be for a base period of one year and it will include an option
  to extend the contract for an additional period NTE two (2)
  years. Delivery Terms: 60 days FOB Jefferson, LA or 90 days
  CIF Balboa, Republic of Panama after receipt of the call order.
  When requesting solicitation, state name, address, facsimile
  and telephone numbers and solicitation number.  Requests will
  be accepted by Facsimile at 011-507-272-7661 or Telex 3034
  PCCAMRM PG. All responsible sources may submit an offer which
  shall be considered by the Commission.  See Note 26.
CITE: (I-352 SN012869)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 22--Railway Equipment
OFFADD: Panama Canal Commission, Logistical Support Division,
  Purchasing & Contracts Branch, Unit 2300 APO, AA  34011-2300
SUBJECT: 22--RAILWAY EQUIPMENT
SOL CNR-611,330-05
DUE 020796
POC Maria de L. Dutari, Contract Specialist, (507) 272-4676,
  Rolando Cuevas, Contracting Officer, (507) 272-4075
DESC: Crane rail No. 105, in accordance with PCC drawing SK-400-252.
  Quantity: estimated annual usage of is 500 ea., call orders
  will be placed for a minimum of 33 ea. and a maximum of 300
  ea.  The resulting contract will be for a base period of one
  year and it will include an option to extend the term of the
  contract for two additional periods of one year each (NTE three
  years).  Delivery terms: 60 days after receipt of call order,
  CIF Cristobal, Republic of Panama.  When requesting solicitation,
  state name, address, facsimile and telephone numbers, and solicitation
  number.  Requests will be accepted by facsimile at 011-507-272-7661
  or Telex 3034 PCCAMRM PG.  All responsible sources may submit
  an offer which shall be considered by the Commission.
CITE: (I-352 SN012870)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers,
  and Cycles--Potential Sources Sought
OFFADD: Ministry of Defense, Procurement Executive, CB/LV2/MIL,
  Yew 3a, MOD Abbey Wood #36, P.O. Box 702, Bristol, BA12 7DU
SUBJECT: 23--DIESEL POWERED MOTOR CYCLE
SOL CB/LV2/MIL/04
DUE 011097
POC Mrs. H. Gault, 01144 11791 31477.
DESC: General Purpose Motorcycle--Summary of Requirements--1.
  The Ministry of Defense has a requirement for the provision
  of approximately 1,800 motorcycles from 2001, to replace the
  Armed Forces current fleet. With the drive towards a NATO single-fuel
  policy the Authority is particularly interested in diesel power
  to meet its capability requirements.--2. The vehicles will
  be required to undertake the following roles: (a) Rapid response
  courier service; (b) Rapid liaison; (c) Escort duties; (d)
  Traffic control duties; (e) Route reconnaissance and deployment
  area reconnaissance; (f) Operationally vital spares services.--3.
  These roles are required wherever UK troops are deployed, in
  a wide range of climates and terrains. The current peacetime
  usage of the  motorcycles is approximately 6,835 miles/11,000km
  a year, comprising 50% roads, 25% tracks and 25% cross country.
  The service life of the current motorcycle is six years.--4.
  The Authority is looking for economical solutions to its capability
  requirements, and innovative proposals, particularly those
  which are funded by Private Finance Initiative, are encouraged.
  There would be potential for the diesel power units to be used
  outside the military sphere, both in motor cycles and in other
  applications such as agricultural all-terrain vehicle and as
  portable power units. Companies wishing to express an interest
  in this project should provide broad outline proposals of how
  they foresee the capability being met, together with details
  of their relevant  experience and abilities.
CITE: (M-352 SN012814)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 19, 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--CLUTCH, MAGNETIC
SOL DAAE0797QT185
DUE 021797
POC POC for a solicitation copy, Call 810/574-6802 OR 6807. 
  For  information on this procurement, Call Mary Lou McCullough
  (810) 574-7320
DESC: NSN:  2520002451164, qty:  17, FOB:  destination, opt:
   100%  item:  clutch, magne see NOTE:  01.  All responsible
  Sou rces may submit  an offer which will be considered.  The
  offer due date is on or about  021797 (see soliciation for
  actual offer due date).
CITE: (I-351 SN012498)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 25--Vehicular Equipment Components
OFFADD: BLM, BC-660, Bldg #50, Denver Federal Center, P.O. Box
  25047, Denver, CO 80225-0047
SUBJECT: 25--LIGHT ENGINE REINFORCED FIBERGLASS UTILITY BODY
SOL 1422-N670-B97-0021
DUE 021497
POC Sharon Krenek, (303) 236-9433
DESC:  The contractor shall provide sixteen (16) each light engine
  reinforced fiberglass utility bodies for 11,00 to 13,000 G.V.W.
  vehicles.  Contractor shall mount bodies onto Government-furnished
  4x4 truck chasis.  Contractor shall provide rear bumper, rear
  guard mud flaps, back-up alarm, front mounting yoke, and rear
  window guards.  FOB destination Boise, Idaho.  Performance
  period is  90 days after receipt of the Award.  Estimated
  price range is between $100,000 and $250,000.  Please submit
  written requests for solicitation to the above address or fax
  request to (303) 236-9470; include name, address, phone no.,
  and solicitation no.  All responsible sources may submit an
  offer which shall be considered.  See Numbered Note 1.
LINK n/a
LINKDESC: 
EMAIL n/a
EMAILDESC: 
CITE: (W-352 SN012970)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 19, 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 DAAE0797QT042
DUE 021797
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:  2610000211961, qty:  119, FOB:  destination, opt:
   none  item:  pneumatic tire, 14.00-24, load range H, Bias,
  tubeless, group  3, Road grade, new, Fed spec ZZ-T-1083F. see
  NOTE:  none.  All  responsible sources may submit a N offer
  which will be considered.  The  offer due date I S on or about
  021797 (see soliciation for actual offer due  date).
CITE: (I-351 SN012496)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 28--LINER, COMBUSTION CHAMBER, TURBINE ENGINE GENERAL
  ELECTRIC  CO (99207) LYNN MA
SOL SP0480-97-R-0539
DUE 020697
POC Contact:  for a copy of this RFP (available at least 15 days
   from announcement, phone or write the buyer:  DSCR ATT N:
   DSCR-JLP  Richmond VA 23297-5312 AC (804)279-5372 BU yer Heidi
  Bradbury/BL470,  contracting officer Martha G AY/804-279-5232.
DESC: PR-NO:  YPG96305000923 NSN 2840-01-228-9277, GE (99207)
  P/N  6013T43G20 it is anticipated that the award will be made
  against the BOA.   FOB origin other than full and open 17 -EA
  Del to New Cumberland PA  17070-5001 Del within 135 days ARC.
   16 -EA Del to Tracy CA 95376-5000  Del within 135 days ARC.
   All responsible sources may submit offer which  DGSC shall
  consider.
CITE: (I-351 SN012545)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 28--DEFLECTOR, CHAMBER, COMBUSTION ALLIEDSIGNAL INC
SOL SP0480-97-Q-J916
DUE 122796
POC Contact:  for copies of the solictation, contact the buyer:
    Crystal Ober, 804-279-3717.
DESC: PR-NO:  YPG96317000568 NSN 2835-01-114-8468, deflector,
  chamber  combustion Alliedsignal Inc CAGE 99193 P/N 38300402
  10 -EA Del to Cherry  Point NC 28533-5001 Del by 60 DARO. 
  Specifications, plans or drawings  relating to the procurement
  described are not available and cannot be  furnished by the
  government.  All responsible sources may submit offer which
   DGSC shall consider.
CITE: (I-351 SN012546)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 28--HOUSING, ANTIFRICTION BEARING GENERAL ELECTRIC ACFT
  ENGINES
SOL SP0480-97-Q-J912
DUE 010397
POC Contact:  for copies of the solicitation, contact the buyer:
    Crystal OBER804-279-3717.
DESC: PR-NO:  YPG96331000614 NSN 2840-01-189-2636, housing, 
  antifriction bearing General Electric Acft engine CAGE 07482
  P/N  5051M95G06 tool sales and services Lewis machine Co tasco
  Corp B and E  tool Co adequate data for evaluation of alternate
  offers is not available  at the procurement agency.  The offeror
  must provide a complete data  package including data for the
  approved and alternate part for evaluation.   310 -EA Del to
  Tinker AFB OK 73145-9013 Del by 60 DARO.  Specifications, 
  plans or drawings relating to the procurement described are
  not available  and cannot be furnished by the government. 
  All responsible sources may  submit offer which DGSC shall
  consider.
CITE: (I-351 SN012548)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition
   Center (AMSTA-AQ-DS), Warren, MI 48397-5000
SUBJECT: 29--AIR CLEANER, INTAKE
SOL DAAE0797RT200
DUE 021797
POC POC for a solicitation copy, Call 810/574-6802 OR 6807. 
  For  information on this procurement, Call Marvin Webb (810)
  574-7305
DESC: NSN:  2940011885117, qty:, FOB:  origin, opt:  none item:
    air cleaner, intake.  PN:  12339911.  Qty:  4162 (5 year
  maximum).  see NOTE:  none.  All responsible sour ces may submit
  an offer which will  be considered.  The offer due date is
  on or about 021797 (see soliciation F  or actual offer due
  date).
CITE: (I-351 SN012497)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 29--JUNCTION BOX ASSEMBLY SOURCE CONTROL ITEM
SOL SP0480-97-Q-J958
DUE 010397
POC Contact:  for copies of the solictation, contact the buyer:
    Crystal Ober, 804-279-3717.
DESC: PR-NO:  YPG96331000319 NSN 2925-00-907-2709, junction box
  assembly,  P/N 4005T05P01 Rev E DTD 11 Dec 67 approved source:
   simminds precision  CAGE 83311 P/N 64001/709997 Nell joy Ind
  Inc CAGE 60663 Co operative Ind  Inc CAGE 81482 14 EA Del to
  New Cumberland PA 17070 5001 5 0 0 Del by 60  DARO.  21 -EA
  Del to Tracy CA 95376-5000 Del by 60 DARO.   Specifications,
  plans, or drawings relating to the procurement described  are
  not available and cannot be furnished by the government.  All
   responsible sources may submit offer which DGSC shall consider.
CITE: (I-351 SN012547)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
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--IGNITION UNIT, VOLTAGE.  ON MCDONNELL DOUGLAS MODEL
  F-15  AIRCRAFT.
SOL SP0740-97-Q-0536
DUE 020597
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer Caroline  Blalock/AEBB7/614-692-2 817
DESC: PR-NO:  YPC96311000941 NSN 2920-00-138-3302, CAGE 99193
  Part No  367051-2 ignition unit, voltage.  I/A/W allied-signal
  part number  367051-2.  33 -EA Del to New Cumberland PA 17070-5001
  Del 30 days after  award 13 -EA Del to Kelly AFB TX 78241-5312
  Del 30 days after award  solicitation not available until 15
  days after published in the cbd.this  acquisition is for supplies
  for which the government does not possess  complete, unrestrictive
  technical data; therefore, the government  intends to solicit
  and contract with only approved sources under the  authority
  of 10 U.S.C.2304(C)(1). approved sources are:  Allied Signal,
   Unison Industries. it is anticipated that award will be made
  via a  delivery order to an existing basic ordering agreement.
   All responsible  sources may submit offer which DCSC shall
  consider.
CITE: (I-352 SN012590)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 31--BEARING,STATOR VANE
SOL N0038397QM125
DUE 012797
POC Contact Point, Mary Ellen A Eisele, 0232.28, (215)697-1181,
  Fax, (215)697-3161, Twx, Not-avail
DESC: NSN 1R-3110-01-311-0278-EN, Ref Nr 2187465, Qty 349 EA,
  Delivery FOB Origin, See Note 22
CITE: (I-352 SN012710)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 34--Metalworking Machinery
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 34--COMPUTER EQUIPMENT
SOL SP0490-97-Q-V210
DUE 011797
POC Contact:  for copies of RFQ. Call Oliver Johnson at (804)279
  - 5637 or send a FAX to (804)279-5643.
DESC: PR-NO:  PR#96-10-9003 request procure of computer equipment
  to be  installed and be fully compatible/operational with ultransonic
  system.   Commercial warranty required.  Award will be made
  on a firm fixed price.   Performance time is 90 days all responsible
  sources may submit offer which  DGSC shall consider.
CITE: (I-351 SN012541)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 34--Metalworking Machinery
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 34--GFM MATERIAL LOADER
SOL SP0490-97-Q-V211
DUE 011797
POC Contact:  for copies of RFQ Call Oliver Johnson at (804)2795637
   of send afax to (804)279-5643.
DESC: PR-NO:  PR#97-10-9004 request the procurement of a GFM
  material  loader/Crane model #ML/US40 smalc and topex therml
  labler model #TIL/US50  smalc.  Award will be made on a firm-fixed
  contract.  Performance time  is 90 days.  All responsible sources
  may submit offer which DGSC shall  consider.
CITE: (I-351 SN012542)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 34--Metalworking Machinery
OFFADD: Coast Guard Engineering Logistics Center, 2401 Hawkins
  Point Road, Mail Stop #26, Baltimore, MD 21226-5000
SUBJECT: 34--INTERTEX VERTICAL BAR STOCK STORAGE CAROUSEL OR
  EQUAL
SOL DTCG40-97-Q-30018
POC Florence Hohman, Contract Specialist, (410) 636-7269, David
  H. Monk, Contracting Officer, (410) 636-4373.
DESC: This is a combined synopsis/request for quotation for commercial
  items prepared in accordance with the format in FAR Subpart
  12.6, as supplemented with additional information included
  in this notice. This announcement constitutes the only quotation;
  quotations are being requested and a written request for quotation
  will not be issued. The quotation number is DTCG40-97-Q-30018.
  This synopsis/quotation constitutes an invitation and incorporates
  provisions and clauses in effect through Federal Acquisition
  Circular 90-42. In accordance with FAR Subpart 19.5 this action
  is reserved exclusively for small business concerns. Therefore,
  FAR clause 52.219-6 is applicable to this   acquisition. Applicable
  Standard Industrial Classification Code (SIC) is 3599, size
  500 employees. This requirement is being solicited on a brand
  name or equal basis. The acquisition is: (Item No. 0001) 1
  EA Vertical Carousel for Bar Stock, manufactured by Intertex
  Carousel Corp., Model #C-192-16LN or equal. Salient Characteristics
  of the carousel are: (1) Single loop vertical carousel with
  loading nose for crane unloading. Height--16' maximum, Width--19'
  maximum, Depth--7' maximum. Total machine capacity--32,000
  lbs. minimum. (2) Number of carriers--16 carriers, 2,000 lbs.
  each minimum. Carrier Width--15' minimum, Depth 10" minimum,
  Height--10"minimum. (3) Electrical   Specifications: (a) Power--480
  volts, 3 phase, 60 cycle. (b) Motors--Two each helical beveled
  geared drive units. (4) Controls--UP/down push button controls
  with emergency stop shall be easily accessible and a size and
  color that is easily seen by the operator. (5) Chain--load
  chain shall secure a 7 time brake safety factor (minimum) (7:1
  static) (5:1 dynamic). (6) Side Sheeting--up 96" from the floor
  (minimum). (7) Front Guarding--mesh or bar guards down to 96"
  from the floor (maximum). (8) Rear Guarding--as required to
  enclose unit. Note: Guarding in #6, 7, and 8 above must meet
  requirements found in OSHA 29 CFR Chapter XVII 1910.212 and
  1910.219. (9) Electrical--Emergency stop shall   be key released
  to reset. (10) Motors: Unit shall have inboard or outboard
  drive motors. Note: Unit shall meet width constraints as mandated
  in #1 above for height and #2 above for width. Motors shall
  have an electronically controlled overload device. (11) Miscellaneous:
  Unit shall consist of structural "I" beam or rectangular tubular
  steel construction, including carriers. Each carrier and the
  entire machine shall meet the weight requirements in #2 above
  for number of carriers and total machine capacity. Delivery
  of Item 0001 shall be 130 calendar days after contract award.
  The OEM's best standard commercial warranty is requested and
  shall be identified   in the bidder's quote. (Item 0002), 1
  JOB--provide an installation supervisor to erect the unit for
  three (3) days with the assistance of three (3) CG YARD employees.
  Installation shall begin within seven (7) working days after
  receipt of Item No. 0001. This joint effort shall not, in any
  way, lessen the entitlements of the Government under the warranty
  provided in conjunction with this contract. Award will be made
  on an "all or none" basis. Items are to be delivered to USCG
  Engineering Logistics Center, Warehouse, Bldg. 86, 2401 Hawkins
  Point Road, Baltimore, MD 21226-5000. FAR provision 52.212-2
  does not apply in that award will be made to the bidder who
  submits the lowest price   and addresses and adheres to all
  salient characteristics stated herein. Bidders are instructed
  to include a completed copy of FAR provision 52.212-3, "Offerors
  Representatives and Certification--Commercial Items" with their
  quote. The following FAR provisions and clauses apply to this
  quotation and are incorporated by reference: FAR 52.212-1,
  Instructions to Offerors--Commercial Items (Oct 1995). The
  following addenda is added to 52.212-1: (1) Paragraph (b)--Bidders
  who choose to submit their quote on an SF 1449 may contact
  Florence Hohman for a copy of the SF 1449. (2) Paragraph (b)(4)--In
  addition to the wording in the cited paragraph, if the bidder
  proposes to   furnish an "equal" product, the brand name, if
  any, of the product to be furnished shall be clearly identified
  in the quote. The evaluation of offers and the determination
  as to equality of the product shall be the responsibility of
  the Government and will be based solely on information furnished
  by the bidder or identified in it's quote. The bidder is responsible
  for providing all information and/or descriptive material,
  (such as cuts, illustrations, drawings, or other information)
  necessary for the contracting officer to determine whether
  the product offered meets the salient characteristics requirement
  of the quotation. If the bidder must modify a   product so
  as to make it conform to the requirements of the quotation,
  it shall include in it's quote a clear description of such
  proposed modifications, and clearly mark any descriptive material
  to show the proposed modifications. Transportation Acquisition
  Regulation (TAR) clause 1252.219-70, Brand Name or Equal (Nov
  1994) is incorporated by reference into this acquisition and
  has the same force and effect as if incorporated in full text.
  52.212-4, Contract Terms and Conditions--Commercial Items (Oct
  1995) 52.212-5 Contract Terms and Conditions Required to Implement
  Statutes or Executive Orders (Aug 1996) applies to this acquisition
  and the following clauses cited   in the clause are applicable
  to this acquisition: 52.203-6, Restrictions on Subcontractor
  Sales to the Government with Alternate 1 (41 U.S.C. 253g and
  10 U.S.C. 2402); 52.203-10, Price or Fee Adjustment for Illegal
  or Improper Activity (41 U.S.C. 423); 52.219-8, Utilization
  of Small Business Concerns and Small Disadvantaged Business
  Concerns (15 U.S.C. 637(d) (2) and (3)); 52.222-26 Equal Opportunity
  (E.O. 11246); 52.222-35, Affirmative Action for Special Disabled
  and Vietnam Era (38 U.S.C. 4212), 52.225-3 Buy American Act--Supplies
  (41 U.S.C. 10). Final acceptance shall be at destination. Closing
  date and time for receipt of offers is 30 December 1996 at
  2:00 p.m. Eastern Standard   Time. Submit offers in strict
  accordance with FAR provision 52.212-1. Copies of clause 52.212-3
  will be provided upon bidder's request. Mail offer to Commanding
  Officer (Code 044/55), Coast Guard Engineering Logistics Center,
  Attn: Florence Hohman, Mail Stop #26, 2401 Hawkins Point Road,
  Baltimore, MD 21226-5000. Facsimile Offers are not acceptable.
  Questions may be directed to Ms. Hohman at (410) 636-7269.
  To assist in developing a source list for this acquisition,
  interested bidders are encouraged to contact Ms. Hohman to
  be included on the source/bidder's list. This list will be
  utilized to inform interested bidders of changes in the requirement.
  Each offeror must contact   Ms. Hohman to request a copy of
  an amendment(s), otherwise, a formal notice of changes will
  be issued in the Commerce Business Daily (CBD) via an amendment.
  For Minority Women-Owned 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-relocated 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 $500,000.00. For further information
  and applicable forms concerning the STLP please call the OSDBU
  at   (800) 532-1169.
CITE: (M-352 SN012763)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 36--Special Industry Machinery
OFFADD: US Army CECOM, Acquisition Center, ATTN: AMSEL-AC-CB-D-BV,
  Fort Monmouth, NJ 07703-5008
SUBJECT: 36--DIGITAL SWITCHED SYSTEMS MODERNIZATION PROGRAM (DSSMP)
  DRAFT STATEMENT OF WORK AND ACQUISITION STRATEGY SNAPSHOT ARE
  AVAILABLE ON THE CECOM ELECTRONIC BULLETIN BOARD AND THE DSSMP
  WWW SITE.
SOL DAAB07-97-R-L001
DUE 080197
POC Robin A. Baldwin, Procuring Contracting Officer, (908) 532-2362/
  Joanne Walsh, Contract Specialist, (908) 532-2363.
DESC: The US Army CECOM would like to thank industry for taking
  the time and making the effort to participate in the DSSMP
  Market Survey process. We look forward to industry's continued
  feedback as we finalize the DSSMP acquisition approach. In
  an effort to make the DSSMP acquisition as streamlined as possible
  and to create a contract vehicle that will be of best value
  to the Government and the participating vendors, the DSSMP
  Integrated Product Team (IPT) is making every effort to keep
  open the lines of communication with industry. Based upon industry
  feedback and acquisition streamlining the Government is contemplating
  the following acquisition strategy for DSSMP: The DSSMP acquisition
  will be conducted under full and open competition. Source Selection
  will be made on a best value basis. Two or more ten year indefinite
  delivery indefinite quantity (ID IQ) contracts will be awarded.
  Delivery orders will be issued on a firm fixed price basis.
  The number of prime contracts, during the life of the ten year
  contract, will not exceed the number at the time of award.
  The Government reserves the right to replace any of the original
  contract awardees that my be terminated during the life of
  the contract. Evaluation factors for award, in descending order
  of importance will be: Past Performance, Technical, Small Business
  Participation Plan and Price. To be considered for award offerors
  must provide a minimum of one (1) commercial switch system
  solution in accordance with the DSSMP statement of work. Offerors
  do not have to provide solutions for the entire spectrum of
  global requirements to be considered for an award. Note: for
  the purposes of this acquisition "global" is a geographic reference.
  It is not meant to imply or mandate a single technical solution
  that can meet all world wide requirements. These contracts
  will be open to the Army, and other DOD and Federal Agencies.
  The intent is to compete each delivery order to the maximum
  extent possible. The Government will reserve the right to direct
  work to a particular contractor when it is in the Government's
  best interest. The minimum order quantity will be established
  prior to issuance of the final RFP. It is anticipated that
  the minimum order quantity will be between $1.00 and $10,000.00.
  This minimum order quantity will be awarded at some point during
  the life of the contract. The above information is offered
  for continued industry feedback. Please visit the DSSMP website
  at http://www.monmouth.army.mil/isma/dcass/dssmp for additional
  information. Additionally, all information posted on the DSSMP
  website is also available on the CECOM Electronic Bulletin
  Board.
CITE: (I-352 SN012784)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 19, 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, STE
  5, Tyndall AFB, FL 32403-5526
SUBJECT: 38--ELECTRONIC CONE PENETROMETER TEST VEHICLE
SOL F08637-97-R0002
POC Contact TSgt M.V. Hooks, Contract Specialist, 904-283-8613,
  fax 904-283-3963The
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 ten 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 25,000 lbs.  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
  aforementioned capabilities within one week of publication
  of this synopsis.  Only written/faxed requests for a copy of
  the solicitation and specifications will be honored.  For additional
  contact TSgt M.V. Hooks, Contract Specialist at (904) 283-8613.*****
CITE: (W-351 SN012493)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 38--Construction, Mining, Excavating, and Highway Maintenance
  Equipment
OFFADD: Panama Canal Commission, Logistical Support Division,
  Unit 2300 APO, AA 34011-2300
SUBJECT: 38--DREDGE PARTS
SOL CNI-765,120-03
DUE 022597
POC Diana Motta, Contract Specialist, (507) 272-3140, Enrique
  Gualde, Contracting Officer, (507) 272-4620
DESC: Quantity: various.  Delivery: 210 days FOB Jefferson, LA
  or 240 days CIF/FOB Gamboa, Republic of Panama after receipt
  of notice of award. When requesting solicitation state name,
  address and solicitation number.  Requests will be accepted
  by Facsimile at 011-507-272-7661 or Telex 3034 PCCAMRM PG.
   All responsible sources may submit an offer which shall be
  considered by the Commission.
CITE: (I-352 SN012839)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 38--Construction, Mining, Excavating, and Highway Maintenance
  Equipment
OFFADD: Panama Canal Commission, Logistical Support Division,
  Unit 2300, APO, AA 34011-2300
SUBJECT: 38--HAUL TRUCKS
SOL CNC-81003-NJ-29
DUE 013197
POC Edwin W. Durling, Contract Specialist, (507) 272-4680, Enrique
  B. Marquez, Contracting Officer, (507) 272-4075
DESC: The Panama Canal Commission intends to purchase four (4)
  off-road haul trucks and technical services for full maintenance
  and repair (including spare parts) for a period of 12 months.
   The solicitation will include options to buy additional trucks
  (from 1 to 5), additional technical services for the basic
  four trucks, and technical services for the optional trucks.
   The technical services will not exceed September 30, 1999.
   Also, the solicitation will include options for the Contractor
  to buy back the trucks after 36 months of the Commission's
  acceptance of the trucks.  The trucks shall have a single diesel
  engine, rated above 625 horsepower, 600 horsepower at the flywheel;
  an effective payload capacity of 50 tons minimum; and features
  that allow all weather operation over unpaved roads to include
  35% grades.  The trucks must be capable of operating 120 hours
  per week and their availability shall be no less than 80%.
  Delivery of the trucks shall be made within 180 days, F.O.B./C.I.F.
  destination Gatun Anchorage, Republic of Panama, after receipt
  of the notice of award (for the basic items) and after receipt
  of the notice exercising the option (for the optional items).
   When requesting the solicitation, state name, address and
  solicitation number.  Requests will be accepted by facsimile
  at 011-507-272-7661.  All responsible sources may submit an
  offer which, if timely received, shall be considered by the
  Commission.  "See Note 12."
CITE: (I-352 SN012955)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 47--TUBE ASSEMBLY, METAL.  E/I C-5 AIRCRAFT.
SOL SP0740-97-Q-0601
DUE 020297
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  John Lidonnice (614 ) 692-4711
DESC: PR-NO:  YPC96313001046 NSN 4710-01-099-0650, CAGE 07482
  Part No  9184M52G01 136 -EA Del to Mechanicsburg PA 17055-0789
  Del 160 days after  award solicitation not available until
  15 days after published in the CBD.   Specifications, plans
  or drawings are not available.  This acquisition is  for supplies
  for which the government intends to solicit and contract with
   only approved sources under the authority of 10 U.S.C.2304
  (C)(1).   Approved sources are:  General Electric Co(07482)
  automated best value  model(ABVM) applies.  While price may
  be a significant factor in the  evaluation of offers, the final
  award decision will be based upon a  combination of price and
  past performance, as described in the solicitation.   Delivery
  Evaluation Factor (DEF) applies.  While price is a significant
   factor in the evaluation of offers, the final award decision
  will be based  upon a combination of price and past performance
  as described in this  solicitation.  All responsible sources
  may submit offer which DCSC shall  consider.
CITE: (I-352 SN012579)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 47--MANIFOLD, HYDRAULIC SYSTEM ACCESSORIES.
SOL SP0740-97-Q-0638
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 John  Krutko/AEBA6/614-692-3312
DESC: PR-NO:  FPC96304001149 NSN 4730-01-051-4755, CAGE 81755
  Part No  16H213-10 CAGE 81755 Part No 16H213-12 CAGE 81755
  Part No 16H213-14  manifold, hydraulic system accessories.
  Lockheed Martin P/N 16H213-14.   65 -EA Del to Tracy CA 95376-5000
  Del 30 days after award solicitation  not available until 15
  days after published in the CBD. specifications,  plans or
  drawings are not available. Automated Best Value Model (ABVM)
   applies.  While price may be a significant factor in the evaluation
  of offers,  the final award decision will be based upon a combination
  of price and  past performanc 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 solcitation.  All  responsible sources
  may submit offer which DCSC shall consider.
CITE: (I-352 SN012586)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 47--COUPLING HALF, QUICK DISCONNECT... ALUMINUM ALLOY,
   MATERIAL, 3000 PSI O.P., ANODIZED FINISH, SELF-
SOL SP0740-97-Q-0628
DUE 020597
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer Cindy  Brink/AEBB6/614-692-2064
DESC: PR-NO:  YPC96099003330 NSN 4730-00-585-2948, CAGE 00624
  Part No  3065-S5-10D coupling half, quick disconnect, per Aeroquip
  Part No.  3065-S5-10D, technical data is proprietary and cannot
  be released.  225 - EA Del to New Cumberland PA 17070-5001
  Del 30 days after award  solicitation not available until 15
  days after published in the CBD.  specifications, plans or
  drawings are not available.this acquisition is for  supplies
  for which the government does not possess complete,  unrestrictive
  technical data; therefore, the government intends to  solicit
  and contract with only approved sources under the authority
  of 10  U.S.C.2304(2)(1). approved sources are:  aaereoquip.automated
  best value  model(ABVM) applies while price may be a significant
  factor in the evaulatio 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-352 SN012588)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 47--COUPLING, PIPE. 70-30 COPPER NICKEL MATERIAL.
SOL SP0770-97-Q-MH87
DUE 020797
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer Anna  Austin(614)692-2486
DESC: PR-NO:  YPC96313001083 & YPC96249000894 NSN 4730-01-421-4722,
  CAGE  53711 Part No 803-6397430CPLG 1-1/2 70/30 coupling, pipe.
  70-30 copper  nickel material.  I/A/W naval Sea Systems command
  drawing NR 6397430 cplg  1-1/2 70/30.  169 - EA Del to Portsmouth
  VA 23709-5000 Del by 120 days  after date of order.  243 -
  EA Del to Norfolk VA 23512-0001 Del by 120  days after date
  of order.see NOTES (1), and (9). solicitation not  available
  until 15 days after published in the CBD. 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-352 SN012591)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Fleet & Industrial Supply Center, Norfolk Naval Shipyard
  Annex, Purchase Division, Building 1500, Portsmouth, VA 23709-5000
SUBJECT: 47--PIPE, CUNI
SOL N00181-97-Q-0012
POC Vernice Stokes, Code 531.5B, (757) 396-8351; Mary E. Ward,
  Code 532, (757) 396-8351
DESC: 150 Feet 70/30 Cuni Pipe, 12" IPS, Mil-T-16420.  Delivery
  to Norfolk Naval Shipyard, Portsmouth, VA 23709-5000.  Closing
  date will be established when the Request for Quote (RFQ) is
  issued.  Request for copies of the quote may be sent via fax
  on (757) 396-8017 to the attention of Vernice Stokes, Code
  531.5B.
CITE: (I-352 SN012620)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 48--VALVE, REGULATING, FLUID PRESSURE (HOT AIR SYSTEM
  ASSEMBLY)  4 INCH SIZE.
SOL SP0760-97-Q-0256
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)Bill  short, 614-692- 2734
DESC: PR-NO:  YPC96150000517 NSN 4820-01-172-8194, CAGE 09790
  Part No  73850-2 mod.1 valve, regulating, fluid pressure. 
  (hot air system  assembly) Eaton Corp, CAGE 09790 Pat number
  73850-2 mod.1.  2 -EA Del  to (Call contracting office) Del
  by 300 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) and Delivery Evaluation Factor (DEF) apply. while
  price is a  significant factor in the evaluation of offers,
  the final award decision  will be based upon a combination
  of price, delivery, and past  performance as described in the
  solicitation. this request will be issued  via a written RFQ.
  the expected award date is 24 Feb 97.
CITE: (I-352 SN012585)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 49--Maintenance and Repair Shop Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 49--INDICATOR, CONNECTING ROD ALIGNMENT. ADDITIONAL
  ACCESSORY  REQUIRED; GAGE, WRIST PIN ALIGNMENT.
SOL SP0770-97-Q-MH15
DUE 020797
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer:  Marcia L.  Mitchell (614) 692-73 56.
DESC: PR-NO:  YPC96227000930 NSN 4910-00-733-2487, CAGE 83658
  Part No  U30BRS1 "indicator, connecting rod I/A/W military
  specification  MIL-I-443D".  10 -EA Del to Rock Island IL 61299
  Del 60 days ADO.   Small business size standard is 500 employees.
  solicitation not available  until 15 days after published in
  the CBD. written requests for drawings are  to be submitted
  to Defense Supply Center Columbus, Attn: 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 nmber,
  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-352 SN012589)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 49--Maintenance and Repair Shop Equipment
OFFADD: Naval Air Warfare Center AD, Contracts Dept. Code 233,
  Bldg 129-2, Lakehurst, NJ 08733-5083.
SUBJECT: 49--GENERATOR TEST STAND
SOL N68335-97-R-0123
DUE 013097
POC Lt. Michael Hopkins Code 2132MH, (908) 323-1274.
DESC: Generator Test Stand including training and installation
  in Taiwan. Request copies in writing or by facsimile (908)
  323-2165.
CITE: (I-352 SN012906)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--SEAL, PLAIN GENERAL MOTORS CORP (63005)
SOL SP0500-97-R-0042
DUE 020597
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  William Dulin/LA/X4527 buyer:  Mars
  HA  goldberg/LCB24/X6183
DESC: PR-NO:  IDT96234005100 NSN 5330-01-308-3247, 1 -EA Del
  to (Call  contracting office) Del by 31 Dec 97.  RFP due date
  97 Feb 05 FSC:  5330  this solicitation contains 1 NSN.  The
  first NSN is 5330-01-308-3247 the  total yearly estimated quantity
  of all NSNS is 1000 EA specs:  P/N  23031655 offers will be
  evaluated with a 10% preference for small  disadvantaged business
  concerns NOTE 12 applies this contract action is  for supplies
  which the government does not possess complete, unrestricted
   technical data; therefore the government intends to solicit
  and contract  with only one or a limited number of sources
  under FAR 6.302-1 and 10 U.S.C  2304 (C) (1).  The item is
  controlled by and the source is:  General  Motors Corp delivery
  is * ipg 01-7 days ipg 02 & 03'S-23 days 90 day  stock-up period
  this solicitation contains an option to extend the term of
   the contract for 2 additional years specs/Dwgs are not required
  all  responsible sources may submit offer which DISC shall
  consider.
CITE: (I-352 SN012596)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--SEAL, PLAIN GENERAL MOTORS CORP (63005)
SOL SP0500-97-Q-H521
DUE 011397
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Howard Tevelson/LCB20/X6426 buye R:
   Marsha  goldberg/LCB24/X6183
DESC: PR-NO:  YPI96324000269 NSN 5330-01-308-3247, 300 -EA Del
  to  Bremerton WA 98314 Del by 12 Jun 97.  RFQ due date 96 Jan
  13 specs:   General Motors P/N 23031655 primary quantity: 
  300 deliveries to  CONUS(excluding Alaska) delivery schedule:
   deliver 60 days or less offers  will be evaluated with a 10%
  preference for small disadvantaged business  concerns this
  contract action is for supplies for which the government  does
  not possess complete, unrestrictive technical data; therefore
  the  government intends to solicit and contract with only approved
  sources  under the authority of 10 U.S.C 2304 (C) (1) 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-352 SN012598)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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--RIVET, SOLID
SOL SP0500-97-Q-H461
DUE 012197
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Daniel G. ferry/UBC06/215-697-68 78
  buyer:  Daniel  G. ferry/UBC06/215-697-6878
DESC: PR-NO:  YPI96331000694 NSN 5320-01-292-3896, fastener length
  .437  in min - .457 in max shank diameter .1890 in min - .1895
  in max grip length .188   in min - .250 in max material Titanium
  alloy uns R56400 50,000 -EA Del to  Tinker AFB OK 73145-9013
  Del by 21 Mar 97.  RFQ due date:  97JAN21 specs:   MIL-R-83459/1-6-4
  primary qty:  50000 deliveries to CONUS (excluding  Alaska)
  delivery schedule:  80 days offers will be evaluated with a
  10%  preference for small disadvantaged business concerns.
   While price will  be a significant factor in the evaluation
  of offers, the final contract  award price will be based upon
  a combination of price and delivery as  described in section
  M of this solicitation.  Drawings/specs are not  required.
   To obtain a copy of this solicitation please send FAX request
   to 215-697-6333 or X1462 or X2978.
CITE: (I-352 SN012599)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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, FACE TYPE SOURCE CONTROL DATA
SOL SP0500-97-Q-H371
DUE 020597
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  rose Rexer/LAC24/215-697-3075 BU yer:
   Ann  schrage/LAA27/215-697-6357
DESC: PR-NO:  YPI96339000907 NSN 5330-00-823-5607, 1.139 free
  height  2,160 -EA Del to Chambersburg PA 17201 Del by 28 Nov
  96.  See NOTES 9,  22, RFQ due date:  97FEB05 specs:  seal,
  face type primary qty:  2160  deliveries to CONUS (exlcuding
  Alaska) delivery schedule:  120 days  offers will be evaluated
  with a 10% preference for small disadvantaged  business concerns.
   Drawings/specs are not required.  To obtain a copy  of this
  solicitation please send FAX request to 215-697-6333 or X1462
  or X2978.
CITE: (I-352 SN012600)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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, TURBINE, AIR-OIL SOURCE CONTROL DATA
SOL SP0500-97-Q-H320
DUE 020597
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Ann schrage/LAA27/215-697-6357 B uyer:
   Ann  schrage/LAA27/215-697-6357
DESC: PR-NO:  YPI96339001305 NSN 5330-01-248-2700, 55 -EA Del
  to New  Cumberland PA 17070-5001 Del by 21 May 97.  See NOTES
  9, 22, RFQ due  date:  97FEB05 specs:  seal, turbine, air-oil
  primary qty:  55  deliveries to CONUS (exlcuding Alaska) delivery
  schedule:  90 days offers  will be evaluated with a 10% preference
  for small disadvantaged business  concerns.  While price will
  be a significant factor in the evaluation of  offers, the final
  contract award price will be based upon a combination  of price
  and delivery as described in section M of this solicitation.
    Drawings/specs are not required.  To obtain a copy of this
  solicitation  please send FAX request to 215-697-6333 or X1462
  or X2978.
CITE: (I-352 SN012613)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd, St. Louis, MO 63120-1798
SUBJECT: 53--STRAP, WEBBING
SOL DAAK01-97-B-0008
DUE 013097
POC Yolanda Bent, Contract Specialist, 314-263-2944/Marie Pendergast,
  Contracting Officer, 314-263-2960
DESC: 53-Strap, Webbing, 804 each, National Stock Number (NSN)
  5340-01-016-5905, Part Number 11-1-1547. This is a 100% Small
  Business Set Aside. FOB Destination with deliveries to New
  Cumberland, PA and Stockton, CA. To request a solictation you
  can fax to 314-263-2404. All responsible sources may submit
  a bid which will be considered by the agency.  See Numbered
  Note(s):  1.
CITE: (W-352 SN012829)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 54--Prefabricated Structures and Scaffolding
OFFADD: U.S. Fish & Wildlife Service, Contracting and General
  Services, P.O Box 1306, Albuquerque, NM 87103-1306
SUBJECT: 54--SUPPLY & INSTALL WOOD OR STEEL FRAME MODULAR BUILDING
SOL 1448-20181-97-Q006
DUE 011797
POC Dolores Bello, Contract Specialist, 505-248-6794, ext. 16.
DESC: U.S. Fish & Wildlife Service, Region 2, seeks quotes on
  a 14'x56' (dimensions can vary--depending on 4' or 8' building
  materials) wood or steel frame construction modular office
  building, anchored directly to the ground. The building shall
  meet all ADA codes. The building shall be 1" stucco finish,
  R-19 wall and R-30 roof insulation, 1/2" gypsum board, 3/4"
  plywood floor, 2x4 pre-engineered truss roof with 4/12 roof
  pitch, 240 pound asphalt shingles, vinyl and carpet floors,
  evaporative cooling, and gas (propane) heat. Floor plan includes:
  14'x14' veterinary lab space with cabinets, stainless steel
  sink and counter top, refrigerator, and stove; 14'x12' office
  space, 10'x10 storage space, 14'x10' sleeping area, and ADA
  bathroom with shower. The building shall be delivered in place
  to Sevilleta National Wildlife Refuge, located in Socorro County,
  New Mexico. Travel will be on Interstate highway and well-maintained
  dirt road. This is a small business set aside. Under SIC 2452
  and 3448, a business is classified as small if it employes
  500 employees or less. Desired delivery: 45-60 days from date
  of award. Requests for packages or bidder's list can be FAXED
  to 505-248-6791 or by mail to the above address. Telephone
  requests not accepted. accept
CITE: (I-352 SN012786)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 56--Construction and Building Materials
OFFADD: U.S. Army Corps of Engineers, P.O. Box 1070, Nashville,
  TN 37202- 1070
SUBJECT: 56--FILL DIRT AND TOPSOIL
SOL DACW62-97-C-0008
DUE 021197
POC Mary Roberts, Contract Specialist (615)736-7684; Peggy Owen,
  Contracting Officer (615)736-5679.
DESC: Requirements contract for Fill Dirt (free of roots, grass,
  and other debris, mostly clay or clay/loam soil mixture) and
  Topsoil (first quality fine grade dirt loam soil with no rocks,
  roots, grass or other debris) to be delivered to various sites
  on J. Percy Priest Lake, (Davidson and Rutherford Counties,
  Tennessee). Delivery Orders may be issued through a period
  ending one year after date of award. The solicitation will
  provide for an option year which may or may not be exercised
  by the Government. The initial and option year will be priced
  separately. Bid documents will be available o/a 10 January
  1997. This is a 100% Small Business Set-Aside. The Standard
  Industrial Code is 5261, and the size standard for Small Business
  is 500 employees or less. Responsible sources requesting solicitation
  documents may submit an offer which will be considered by this
  agency.
CITE: (I-352 SN012792)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Wr-Alc/Lyk, 380 2nd St Ste 104, Robins Air Force Base
  Ga  31098-1638
SUBJECT: 58--RECEIVER TRANSMITTER
SOL F09603-97-R-G0030-01
POC For copy, WR-ALC/PKXOC include mfg code, For additional 
    information contact Shelby Snow/Lykd/[912]926-2802
DESC: F09603-97-R-G0030 is hereby canceled in its entirety as
  additional   quantity added to F09603-97-R-82550.
CITE: (I-351 SN012518)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Wr-Alc/Lyk, 380 2nd St Ste 104, Robins Air Force Base
  Ga  31098-1638
SUBJECT: 58--RECEIVER TRANSMITTER
SOL F09603-97-R-8255001
POC For copy, WR-ALC/PKXOC include mfg code, For additional 
    information contact Shelby Snow/Lykd/[912]926-2802
DESC: Quantity increase from 4 ea to 25 ea.  9 ea PR FD2060-97-82564
  FMS   Taiwan.  PR GASYCF-97-00030 12 ea C-17.
CITE: (I-351 SN012519)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Commercial Acquisition Department, Bldg. 11, Naval Undersea
  Warfare Center Division, Newport, Code 59, Simonpietri Dr.,
  Newport, RI  02841-1708
SUBJECT: 58--TYPE 22 NESSIE GEN II RADAR CAMOUFLAGE UNIT
SOL N66604-97-R-1292
DUE 030397
POC Contact William Hurley at (401) 841-2442 X298.  Fax number
  (401) 841-4820.
DESC: The Naval Undersea Warfare Center, Division Newport anticipates
  acquiring, on a  Firm Fixed Price basis, an Engineering Development
  Model of a Radar Camouflage Unit for the Type 22/NESSIE GEN
  II Periscope Sensor System.  It is also anticipated that up
  to six (6) Type 22/NESSIE GEN II Radar Camouflage Units will
  be procured as separate Options.  The Type 22/NESSIE GEN II
  Radar Camouflage Units will be fabricated according to Government
  performance specifications and a Government approved drawing
  package .  A SECRET security clearance will be required of
  the selected contractor.   A technical proposal will be required
  in response to the Request for Proposals.  Offerors will be
  required to address Technical/Management Approach, Facilities
  and Relevant/Past Performance.  The resulting contract will
  be awarded to the offeror submitting a technically acceptable
  proposal offering the Best Value to the Government.   All responsible
  sources may submit a proposal which will be considered.  Requests
  for the Solicita tion must be made in writing specifying Solicitation
  number.  Fax requests directed to (401)841-4820 are acceptable.
    Telephone requests will not be honored.
LINKURL: http://www.npt.nuwc.navy.mil/contract/
LINKDESC: 
EMAILADD: hurley@code59.npt.nuwc.navy.mil
EMAILDESC: 
CITE: (I-352 SN012594)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 58--ELECTRON TUBE
SOL N0038397RB016
DUE 012797
POC Contact Point, William M Fitzpatrick, 0231.10, (215)697-3820,
  Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Anthony
  C Etheridge, 0231.21, (215)697-2560
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-5840-00-130-6945-CY, Ref Nr 3351609, Qty 152 EA, Delivery
  FOB Origin--OFFERORS PLEASE NOTE: DUE TO THE UNAVAILABILITY
  OF DRAWINGS AND OTHER DATA,  THEPART MUST BE ACQUIRED FROM
  A SOURCE SPECIFIED ON A SOURCE CONTROL DRAWING  AND THE PART
  REQUIRES ENGINEERING SOURCE APPROVAL, (FLIGHT CRITICAL ITEM),
   THEREFORE THIS REQUIREMENT WILL BE RESTRICTED TO 900816) PALOMAR
  PRODUCTS.---, See Notes 22,23
CITE: (I-352 SN012711)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 58--TELETYPEWRITER SUBASSEMBLY
SOL SP0970-97-Q-A114
DUE 012997
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:  YPE96284000797 NSN 5815-01-184-6652, CAGE 00724
  Part No  03-02879-001 @MAJOR components semiconductor device
  2; washer 8; screw 4;  block mounting 1 40 -EA Del to Patuxent
  River MD 20670-5304 other than  full and open competition:
   part numbered item products offered clause  applies.  Various
  increments solicited:  1-25, 26-50, 51-76, 77-102,  103-127,
  128-153.  PR quantity:  40 EA line 1 quantity 40 N0421  Patuxent
  River MD 20670-5304 delivery schedule:  all quantities IN 90
   days.  Set-aside:  combined small business/LSA set-aside size
  standard:   1000 all responsible sources may submit offer which
  DESC shall consider.
CITE: (I-352 SN012747)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment--Potential Sources Sought
OFFADD: GSA, FTS (9TE), 450 Golden Gate Ave., 5th Fl., San Francisco,
  CA 94102-3434
SUBJECT: 58--LOCAL TELEPHONE SERVICES
POC Jo Ann Lew, Contracting Officer, (415) 522-4550.
DESC: GSA, FTS, Region 9, is seeking information about telecommunications
  services being offered by the new, "alternate" or "competitive"
  local exchange carriers within the states of California, Arizona,
  Nevada, Hawaii, and U.S. possessions and territories in the
  Pacific Rim. The presence of competition in the market for
  local exchange services is creating an opportunity for GSA
  to potentially realize savings in the procurement of these
  services and to have local exchange services packaged with
  other services and equipment to create new programs and services
  for GSA's customers. Information is requested about the availability
  of local telephone exchange services access, long distance
   commercial access, access to the Federal Government long distance
  network (FTS2000), local access trunking such as DID and DOD
  trunks, transport channel services, inter-system connection,
  Centrex-like and other value added services to include volume
  discounts, automatic number identification (ANI) to FTS2000,
  call trace on internal and external calls, and Caller ID blocking.
  Responses should include information about the specific geographic
  locations, services available, and rates. Currently there are
  64 GSA locations being served by PBX's and/or Centrex services.
  The vendor shall provide number portability for the current
  exchange DID numbers. Requirements for new numbers shall be
  within  the existing NXX until exhausted. The vendor shall
  have the capability to acquire additional DID station numbers.
  Access to the local exchange shall include emergency 911 services
  and functions, access to directory number information, e.g.,
  NPA-555-1212 or 411, and access to operator services. There
  are approximately 55,000 lines in Region 9's geographical area
  of responsibility. Interested vendors should furnish detailed
  technical data concerning their capabilities, pricelists, and
  any approved tariff rates. Information should be submitted
  in writing, 3 copies minimum, to the contracting officer by
  February 5, 1996.
CITE: (M-352 SN012722)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment--Potential Sources Sought
OFFADD: 23d Contracting Squadron, 1443 Reilly Road, Suite C,
  Pope Afb Nc 28308-2896
SUBJECT: 58--RADIO SET, MULTIBAND MAN PACK
SOL F31601-96-RA032
DUE 011797
POC SSgt Solomon Porter, Contract Administrator, 910-394-6250
DESC:  17.   RADIO SET, MULTIBAND MAN PACK   Harris Radio Sets.
   All quantities are 6 each: AN/PRC-117D(c).  Multiband manpack
  radio set covering the low band VHF-FM(30-90MHZ), high band
  VHF-AM/FM(116-174MHZ), and UHF-AM/FM (225-420MHZ).  Has capability
  to interoperate with low band VHF-FM radio sets, high band
  ground-to-air radios, and UHF SATCOM and LOS (line of sight)
  radios.  Power output capabilities are:  30-90 MHZ = 1 to 10
  WATTS; 116-174 MHZ = 1 to 10 WATTS; 225-420 MHZ = 1 to 10 WATTS
  for LOS; 290-318 MHZ = 1 to 20 WATTS for SATCOM.  Also, has
  built in KY-57-58 (VINSON) COMSEC capability.  Other features
  include quick look ECCM (frequency hopping) capability, fully
  solid-state design, synthesized for 25 KHZ increments plus
  8 preset channels, half duplex operation, full self-test capability,
  channel scanning, and microprocessor control. Each AN/PRC-117D(C)
  consists of:  RT-1715A/ U RECEIVER-TRANSMITTER; H250/U lightweight
  handset; 10012-0300 rechargeable nickel-cadmium battery; 10012-0201
  manpack blade antenna-44in, 10012-0240 manpack antenna Ki t-10ft.;
  10369-0205 dual band antenna-VHF/UHF (115-420 MHZ); 10012-0400
  backpack harness.  This acquisition is for supplies for which
  the Government does not own specifications or drawings to permit
  full and open competition.  The Government intends to procure
  this item under the authority of 10 USC 2304(c)(1), as implemented
  by FAR 6.302-1.  Harris Corp. as the sole manufacturer of the
  Multiband man pack radio set , AN/PRC-117D(c), is the only
  known source with the knowledge, experience and technical data
  necessary for the manufacturer and the design/application requirements
  involved.  Firms that recognize and produce the required items
  are encouraged to identify themselves.  All responsible sources
  may submit a proposal which may be considered by the Government
  in determining whether to conduct a competitive procurement.
   A determination by the Government not to open the requirement
  to competition based on the responses to this notice is solely
  within the discretion of the Government. 
CITE: (W-352 SN012812)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 59--TERMINAL BOARD
SOL SP0450-96-Q-PBOA
DUE 020497
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JDPA  Richmond VA 23297-5000 AC (804)279-3777. 
  For copies of RFQ solicitations,  contact the buyer. ma ndy
  Lambert/AT232
DESC: PR-NO:  YPG96162000916 NSN 5940-01-166-6387, Tech data
  package  availability:  152 -EA Del to Anniston AL 36201 manufacturer:
    Sundstrand Corp CAGE 83843 part number:  966C841-1. specifications,
   plans or drawings relating to the procurement described are
  not available  and cannot be furnished by the government. delivery
  days:  100 days ARO.  unrestreicted.  The final contract award
  decision may be based upon a  combination of price, past performance
  and other evaluation factors as  described in the solicitation.
  see NOTE 22.  Solicitations between  $25,00-$50, 000.  All
  responsible sources may submit offer which DGSC shall  consider.
CITE: (I-351 SN012544)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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--CABLE ASSEMBLY,SPEC
SOL N0010497QJA66
DUE 020497
POC Contact Point, Wilson T Kury, 02131.13, (717)790-4768, Fax,
  (717)790-7317, Twx, Not-avail
DESC: NSN 7H-5995-01-275-3819, SPEC NR TDP VER 003, Ref Nr 6097488,
  Qty 28 EA, Deliver to Defense Distrbution Depot San Diego San
  Diego CA , Contract 100 Percent Small Business Set Aside--while
  price is a factor in the evaluation of offerors, the final
  contract  award decision will be based on a combination of
  factors, including historical  quality performance of the contractor
  whose offer is being evaluated., See Note 9
CITE: (I-352 SN012715)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--ANTENNA DESC FORM 239 DATED 7 MAY 91 APPLIES
SOL SP0970-97-R-A001
DUE 013197
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96071000857 NSN 5985-01-126-2100, CAGE 28573
  Part No  SM-A-877051-2 Rev. H CAGE 80058 Part No AS-2891A/APR-39(V)
  CAGE 80063 Part  No SM-A-877051-2 design type spiral, radiation
  pattern omnidirectional,  beam scanning method fixed, Terminal
  type connector, O/A length 2.120  O/A dia. 3.030, mounting
  method unthreaded hole, four mounting holes.   Full and open
  competition.  Complete, unrestricted data packaage  available.
   Various increments solicited:  100-249 EA; 250-499 EA;  500-749
  EA; 750-999 EA; 1000-1499 EA; 1500-2400 EA.  PR quantity: 
   588 EA.  Deliver to:  369 EA - W62G2T Stockton CA; 121 EA
  - SW3100  Mechanicsburg PA; 8 EA - N00189 Norfolk VA; 51 EA
  - N00244 San Diego,  CA; 21 EA - FY2020 Hill AFB UT; 18 EA
  - W25G1W Tobyhanna PA; delivery  schedule:  500 each IN 90
  days, 200 every 30WITH wavier of FAT; 500  each IN 330 days,
  200 every 30 without wavier of FAT.  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-352 SN012727)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--EARPHONE ELEMENT DESC FORM 239 DTD 28 APR 94 APPLIES
SOL SP0970-97-Q-A109
DUE 011697
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96194000595 NSN 5965-00-521-9820, CAGE 12763
  Part No  UA1614-1 CAGE 12763 Part No 702020-050 CAGE 73274
  Part No UA1614-1  earphone element type:  dynamic.  Body style:
   3 earphone element,  circular.  Impedance rating in ohms:
   50.0 nominal.  Terminal type:   screw full and open competition
  applies 4,816 -EA Del to Mechanicsburg PA  17055-0789 full
  and open competition:  complete, unrestricted data  package
  available.  Various increments solicited:  2000-2499, 2500-4999,
   5000-7499, 7500-9999, 10000-24999 PR quantity:  4816 EA line
  1  quantity 4816 SW3100 Mechanicsburg PA 17055-0789 delivery
  schedule:  with  waiver 60 days. without waiver 240 days. 
  Set-aside:  unrestricted  (sole source/single source) (no preference)
  size standard:  1000 all  responsible sources may submit offer
  which DESC shall consider.
CITE: (I-352 SN012728)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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--RESISTANCE ELEMENT
SOL SP0905-97-Q-A051
DUE 011697
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96220000292 NSN 5905-00-396-0064, CAGE 05624
  Part No  AYLF3001-1 no releasable data sufficient for manufacturing
  purposes. item  ident:  resistance element, barbercolman (05624)
  ALYF3001-1 53 -EA Del  to Mechanicsburg PA 17055-0789 W62G2T
  Stockton CA 95296-0130 27 -EA Del  to Lathrop CA 95330 Del
  schedule:  120 days balance at 50 EA every 30  days.  Other
  than full and open competition:  part numbered item.  products
  offered clause applies.various icrements solicited:  from 25
  to  249, set-aside type:  unrestricted with preferential consideration
  for  SDB.  Size standard:  500.  All responsible sources may
  submit offer which  DESC shall consider.
CITE: (I-352 SN012729)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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--RESISTOR, VARIABLE, W
SOL SP0905-97-Q-A052
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:  YPE96225000527 NSN 5905-01-043-9643, CAGE 02111
  Part No  930-5031 CAGE 36659 Part No 741384-121 electrical
  resistance per section:   10.0 kilohms all sections body style:
   1B cylindrical bushing mounted  power dissipation rating per
  section in Watts:  2.0 free air all sections  item ident: 
  resistor, variable, W spectrol (02111) P/N 930-5031,  other
  than full and open competition:  part numbered item:  products
   offered clause applies.  Various increments solicited:  from
  40 to 149,  PR quantity:  42 EA, line 1, quantity 42, DODAAD
  destination W62G2T  Stockton CA 95296-0130, Del schedule: 
  42 EA 42 each EA within 120 days,  set-aside type:  unrestricted
  (sole source/single source) (no  preference), size standard:
   500.  All responsible sources may submit  offer which DESC
  shall consider.
CITE: (I-352 SN012730)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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--REACTOR
SOL SP0905-97-Q-A050
DUE 012797
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:  YPE96267000422 NSN 5950-01-219-8977, CAGE 83311
  Part No  112783 item ident:  Simmonds precision engine system
  (83311) P/N 112783,  other than full and open competition:
   part numbered item:  products  offered clause applies. various
  increments solicited:  from 50 to 400,  PR quantity:  187 EA
  W62G2T Stockton CA 95296-0130, anticipated award  date 2/27/97,
  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-352 SN012731)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--ANTENNA
SOL SP0970-97-Q-A120
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:  YPE96340001152 NSN 5985-01-327-4939, CAGE 12115
  Part No  8514-9000-1 1 -EA Del to Hickam AFB HI 96853 other
  than full and open  competition:  part nunbered item products
  offered clause applies.   Various increments solicited:  1-1.
   PR quantity:  1 each.  Line 1  quantity 1 -FB6530 Hickam AFB
  HI 96853-5517 delivery schedule:  all  quantities IN 90 days.
   Set-aside:  unrestriced with preferential  consideration for
  SDB.  Size standard:  750.  All responsible sources  may submit
  offer which DESC shall consider.
CITE: (I-352 SN012732)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--CIRCUIT CARD ASSEMB
SOL SP0960-97-Q-A069
DUE 013197
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96281001852 NSN 5998-01-288-0695, CAGE 12464
  Part No  A06G2890-1 8 -EA Del to Mechanicsburg PA 17055-0789
  Del by 25 Oct 97.   Other than full and open competition: 
  part numbered item products  offered clause applies various
  increments:  1-4 5-10 11-16 17-22 size  standard:  500 delivery
  schedule:  8 each within 120 days, any balance  10 each every
  30 days thereafter set-aside type:  g-unrestricted (sole  source/single
  source) (no preference) no drawings available all  responsible
  sources may submit offer which DESC shall consider.
CITE: (I-352 SN012746)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--ELECTRON TUBE
SOL SP0960-97-R-X020
DUE 020497
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96297000604 NSN 5960-00-296-5932, CAGE 81349
  Part No  6378 envelope material:  glass and metal.  Manufacturers
  classification:   gas switching tube, turnable TR.  15 -EA
  Del to Richmond VA 23297-5900  Del by 18 Sep 97.  Full and
  open competiton:  military specification  item.  Various increments:
   1-9 10-24 25-49 50-99 100-150 size standard:   750 delivery
  schedule:  10 each IN 90 days, 4 each every 30 days  thereafter
  set-aside type:  g-unrestricted (sole source/single source)
   (no preference) drawings available all responsible sources
  may submit offer  which DESC shall consider.
CITE: (I-352 SN012748)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: US Army CECOM, C4IEW Acquisition Center, Fort Monmouth,
  New Jersey 07703-5008
SUBJECT: 59--RF CABLE ASSEMBLY
SOL DAAB07-97-Q-A113
DUE 012297
POC Matthew D. Adams, Contract Specialist, AMSEL-ACCA-A-AB, (908)532-
  2924; Kevin F. Coakley, Sr., Contracting Officer.
DESC: NSN: 5995-01-182-2062; P/O: OE-361/G; P/N: 1538-8910-22,
  29 ea, 100% option. A non-competitive non-negotiation procurement
  is proposed with Adams-Russel (M/A Com), Antenna and Cable
  Div, Amesbury, MA 01913, because this procurement is confined
  to the contractor's P/N referred to and must be compatible
  in form and function with existing equipement. The government
  does not have in its possession sufficient, accurate or legible
  data to purchase this part from other than current source(s).
  However, all responsible sources may submit a proposal which
  shall be considered by the agency. Most recent, representative
  unit price was $3,600.00 for a quantity of 5 ea, awarded on
  08 September 83. The government provides this data without
  assuming responsibility for its accuracy or for any conclusions
  or interpretations which may be drawn from this data. The data
  is provided solely for preparation of an offer. The solicitation
  may included more detailed information concerning price history.
  Only writtin requests for this solicitation will be accepted.
CITE: (I-352 SN012772)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: NCCOSC RDTE Division, Code D214B, 53570 Silvergate Avenue,
  Bldg. A33, San Diego, CA 92152-5113
SUBJECT: 59--ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS
SOL N66001-97-Q-0414
DUE 011097
POC POC Ms. Angela King, Code D222, Purchasing Agent, (619)553-5829.
  Cindy Frison, Contracting Officer. POC for copy, Mr. J.C. Norris,
  (619)553-4331.
DESC: The Government has a sole source requirement for: 10 Motorola
  MVME 167-033B VME 68040 Processor cards. 10 Motorola MVME-712M
  Transition module and P2 adapter board. Solicitation document
  to be issued on or about 12/31/96. "Note 22 applies, however,
  all offers received within 15 days (in lieu of 45 days) after
  date of pulbication of original synopsis will be considered
  by the Government. The applicable Standard Industrial Code
  (SIC) and size standard is 3679/500. Facsimile letters are
  acceptable at (619)553-6976. For copies of solicitation(s)
  only written requests will be honored. See Note(s): 22.
CITE: (I-352 SN012924)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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--RELAY ASSEMBLY
SOL DAAE20-97T0058
DUE 021097
POC Contract Specialist: Marilyn Williamson (309) 782-5108, PCO:
  John E. Holmgren (309) 782-4836
DESC: 5945-01-063-6260, Part Number SM-D-805797. Auxiliary Relay
  Assembly, consisting of a Heatsink, bracket, plate, resistors,
  transistors, semiconductor devices, relay, transformers and
  miscellaneous components such as screws, clamps, studs and
  adhesive. Requirements are 25 ea Relay Assembly. For use on
  the M60A3 Tank. 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 010897. 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-352 SN012934)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components--Potential
  Sources Sought
OFFADD: Commander, Naval Sea Systems Command, SEA 02544, 2531
  Jefferson Davis Hwy, Arlington, VA  22242-5160
SUBJECT: 59--ADVANCED INTEGRATED ELECTRONIC WARFARE SYSTEM (AIEWS)
SOL N00024-97-R-5478
POC Contract Specialist, Ms. Kelly L. Sherman  703/602-8000 x567
  / Contracting Officer, Mr. Thomas A. Duval  703/602-8000 x594
DESC: The Program Executive Office for Theater Air Defense [PEO(TAD)]
  and the Naval Sea Systems Command (NAVSEA) are seeking potential
  sources for the development of the Advanced Integrated Electronic
  Warfare System (AIEWS). AIEWS is the Navy's next generation
  shipboard electronic warfare (EW) system planned for use with
  the Ship Self Defense System (SSDS) and the AEGIS Combat System
  (ACS).  AIEWS will be developed as an integral element of the
  ship's combat system.  AIEWS will use an open architecture
  to allow technology insertion and facilitate use of commercial-off-the-shelf
  (COTS) and non-developmental items (NDI). The system will be
  developed to provide/support layered and coordinated countermeasures
  in the littoral operational environment, with special emphasis
  on the full integration of all soft-kill elements into the
  ship's Anti-Air Warfare (AAW) systems. AIEWS is being developed
  in two increments.  Increment I will introduce advanced Electronic
  Warfare Support (ES) capabilities [Precision Electronic Support
  Measures (PESM) and Specific Emitter Identification (SEI)],
  a control and processing element, a standard combat system
  workstation with improved Human Machine Interface (HMI), full
  AEGIS/SSDS integration, and integration with off-board expendable
  decoys (MK214, MK216, IR, and NULKA). The ES subsystem will
  extend the detection range beyond that of existing ship EW
  systems and provide precise azimuth and elevation angle of
  arrival measurement.  AIEWS Increment I is intended to improve
  situational awareness, increase processing throughput, support
  Combat Identification, and provide sensor/weapon system cueing.
   Increment II will provide advanced Electronic Attack (EA)
  capabilities including onboard radio-frequency (RF) and Infrared
  (IR) capability and coordination of on-board and off-board
  active and passive EA expendable capabilities against threats
  throughout the engagement timeline. AIEWS Increment II will
  provide engagement support, counter-surveillance, counter-targeting
  and counter-anti-ship-missiles capabilities.  AIEWS Increment
  I is targeted for an initial fleet introduction in 2001, with
  Increment II estimated to be available in the 2004 timeframe.
   This synopsis is not a request for proposals, and in no way
  binds the Government to issue a solicitation and/or award a
  contract.  The security requirements for AIEWS require that
  any potential offeror must possess a SECRET facility clearance,
  and a SECRET storage capability or be eligible for a clearance.
   Interested sources should respond to this announcement in
  writing to the attention of Ms. Kelly L. Sherman (SEA 0254K).
   The written response should include the interested source's:
  1.) security clearance information; 2.) CAGE Code; 3.) unclassified
  mailing address;  4.) classified mailing address; and 5.) a
  brief summary of capabilities.  In order to support any such
  potential procurement, NAVSEA intends to complete a two (2)
  phase release of draft documentation for industry review and
  comment.  Upon confirmation of an interested source's ability
  to satisfy the necessary security requirements, a classified
  draft performance specification shall be released for review
  and comment.  During the week of 13 Jan 97, NAVSEA intends
  to issue a draft solicitation for industry review and comment.
   All questions/comments on the draft documentation should be
  submitted in writing to the attention of Ms. Kelly L. Sherman
  (SEA 0254K) no later than 14 Feb 97.  Questions on the classified
  material should be submitted to the attention of Ms. Kelly
  L. Sherman in accordance with DoD 5220.22-M, National Industrial
  Security Program Operating Manual (NISPOM).  Additional unclassified
  documentation will be available via internet address http://sea02www.navsea.navy.mil/.
  Additional classified documentation will be made available
  for industry review from 0900 to 1500 weekdays at a library
  resident at the Naval Research Laboratory (NRL) Washington,
  DC 20390. Interested sources will schedule appointments with
  Mr. George Weissbach at NRL [202/767-5937]. Requests to review
  the NRL library should be included with the written response
  outlined above.  Notification of an industry briefing will
  be announced at a later date.
CITE: (I-352 SN012891)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components--Potential
  Sources Sought
OFFADD: US Army Armament and Chemical Acquisition and Logistics
  Activity (ACALA), ATTN: AMSTA-AC-PCC (FQW), Rock Island, IL
  61299-7630
SUBJECT: 59--CIRCUIT CARD ASSEMBLY
SOL DAAE20-97R0042
DUE 021097
POC Contract Specialist: William Moscoso (309) 782-7254, PCO:
  Dave L. Elliott (309) 782-3814
DESC: 5998-01-382-4390, Part Number 12932367. Requirements are
  19 ea Circuit Card Assembly. 2590-01-391-5950, Part Number
  12346627-3. Requirements are 13 ea Pad, Cushioning. 5998-01-412-0157,
  Part Number 12932519. Requirements are 12 ea Circuit Card Assembly.
  7690-01-417-9710, Part Number 12436967. Requirements are 13
  ea Marker, Identification. 5340-01-414-6263, Part Number 8690505-1.
  Requirements are 13 ea Strap, Webbing. 7690-01-420-7528, Part
  Number 12436947. Requirements are 2 ea Marker, Identification.
  5998-01-422-1115, Part Number 12919152-4. Requirements are
  19 ea Circuit Card Assembly. 5340-01-422-8280, Part Number
  12437058. Requirements are 13 ea Cover, Access. 4020-01-422-8281,
  Part Number 12273209-7. Requirements are 50 ea Cord Assembly,
  Elast. 5340-01-422-8283, Part Number 12436962. Requirements
  are 13 ea Bracket, Angle. 7690-01-422-8288, Part Number 12437219.
  Requirements are 19 ea Marker, Identification. 5340-01-423-3945,
  Part Number 12932542. Requirements are 13 ea Bracket, Mounting.
  4710-01-424-0916, Part Number 12436966. Requirements are 13
  ea Tube, Metallic. 5340-01-424-3941, Part Number 12437188.
  Requirements are 13 ea Bracket, Double Angl. 5306-01-424-3932,
  Part Number B1821BH031F075N. Requirements are 2 ea Bolt, Machine.
  2590-01-422-8279, Part Number 12437187. Requirements are 5
  ea Screen, Platform. 1290-01-421-3798, Part Number 12436994.
  Requirements are 5 ea Panel, Control, Elect. For use on the
  M1A1 Tank. FOB is Destination. All or part of this action is
  an unfunded FY97 requirement. The sole source contractor for
  the proposed action is General Dynamics Land Systems, 38500
  Mound Road, Sterling Heights, MI 48310-3268. The aforementioned
  is a large business. Published for subcontracting purposes
  only. Estimated issue date of this solicitation is 010897.
  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. See Note(s): 22.
CITE: (I-352 SN012903)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 60--Fiber Optics Materials and Components, Assemblies,
  and Accessories
OFFADD: Naval Research Laboratory, 4555 Overlook Ave., S.W.,
  Washington, D.C. 20375-5326
SUBJECT: 60--FIBER OPTICS MATERIALS COMPONENTS, ASSEMBLIES, AND
  ACCESSORIES
SOL N00014-97-R-MM01
POC Marita Miller, Contract Specialist, Code 3230.MM (202) 404-7159
  Helen Paul, Contracting Officer, Code 3230.HB (202) 404-7159.
DESC: This is a combined synopsis/solicitation for commercial
  items proposed in accordance with the format in Federal Acquisition
  Regulation Subpart 12.6, as supplemented with additional information
  included, in this notice. This announcement constitutes the
  only solicitation, proposals are being requested and a written
  solicitation will not be issued. This solicitation, N00014-97-R-MM01,
  is a request for proposal (RFP). This acquisition is a 100%
  small business set-aside. The small business size standard
  for this acquisition is 500 and the SIC Code is 3829. The Naval
  Research Laboratory (NRL) needs a Photodetector. The Photodetector
  will be used as a critical component in a new fiber-optic beamformer
  being developed by NRLs Optical Science Division. The Photodector
  will serve to demodulate the microwave signals distributed
  to the various system point on an optical carrier. The contractor
  shall provide a PHOTODETECTOR, 90 EA, in accordance with the
  following specifications: (1) RF Responsivity >0.6 A/W from
  1 to 18 Ghz and from 1520 to 1580 nm (excluding reduction due
  to the 50 Ohm termination resistor), (2) RF amplitude ripple
  < 0.6 dB in any 2 Ghz within the 1 to 18 Ghz range, (3)
  RF phase ripple < 10 degrees in any 2 Ghz within the 1 to
  18 Ghz range, (4) 50 Ohm integrated RF termination resistor,
  (5) >2mA photocurrent handling capability, (6) integrated bias
  tee, (7) dc to RF port isolation > 40 dB in the 1 to 18 Ghz
  range, (8) 0.7 to 1 m fiber pigtail (The fiber pigtail may
  be SMF-28, SMF-DS or graded- index multi-mode fiber with 900
  micron tight buffer coating. Multi-mode fiber pigtail is preferred.),
  (9) Fiber pigtail connectorized with Deutsch MC3 MkII tungsten
  carbide contact, (10) Gilbert GPO blindmate connector is preferred,
  but SMA female or equivalent RF connector is acceptable, (11)
  Package size should allow unit to be mountable on 0.54 inch
  spacing centers, with output RF , dc bias and fiber-optic connectors
  arranged on a plane perpendicular to the stacking direction.
  Unit dimensions along planes perpendicular to the stacking
  direction should not exceed 1.25 inches x 1 inch excluding
  connectors, (12) Optical backreflection <40 dB is preferred,
  but not required. The system must also meet the following unit
  to unit tracking specifications: (1) Fiber pigtail lengthmatched
  to +/- 1 mm, with matching to +/- 0.5 mm preferred, (2) RF
  amplitude response tracking to +/- 0.3 dB excluding a possible
  constant offset, (3) RF phase response tracking to +/- 5 degrees
  excluding possible time-delay offset as defined by the fiber-pigtail
  length mismatch, (4) All units should be fabricated using identical
  process steps and materials in a single batch. The required
  delivery schedule is within 90 days after contract award date
  for the first 10 EA and 10 EA each 14 days thereafter until
  all 100 have been delivered and all excess quanitities produced
  under the contract that do not meet the specification herein
  1 LO, Not Seperately Priced, to be delivered with the final
  10 units. Delivery and acceptance is NRL, 4555 Overlook Ave.,
  SW, Washington, DC, FOB Destination. The incorporated provisions
  and clauses of this acquisition are those in effect for Federal
  Acquisition Regulation (FAR) through Federal Acquisition Circular
  90-42 and for Defense Federal Acquisition Regulation Supplement
  (DFARS) through Defense Acquisition Circular 91- 11. The FAR
  and DFARS provisions and clauses cited herein are incorporated
  by reference into this solicitation. Offerors are advised to
  propose in accordance with the provision at FAR 52.212-1, Instructions
  to Offerors-Commercial Items. Offerors are advised to include
  with their offer a completed copy of the following provisions:
  FAR 52.212-3, Offeror Representations and Certifications-Commercial
  Items, DFARS 252.212-7000, Offeror Representations and Certifications-Commercial
  Items and DFARS 252.225-7000, Buy American Act-Balance of Payments
  Program Certificate. Offerors will be evaluated in accordance
  with FAR 52.212-2, Evaluation-Commercial Items. The specific
  evaluation criteria under paragraph (a) of FAR 52.212-2 is:
  (1) technical capability of the item offered to meet NRLs need
  (2) price (3) past performance. Technical and past performance
  when combined, are of equal importance compared to price. The
  following FAR clauses apply to this acquisition: FAR 52.215-43,
  Audit-Commercial Items, FAR 52.212-4, Contract Terms and Conditions-Commercial
  Items, FAR 52.212-5, Contract Terms and Conditions Required
  to Implement Statutes or Executive Orders-Commercial Items.
  The additional clauses cited under FAR 52.212-5, that are applicable
  to this acquisition are FAR 52.203-6, FAR 52.203-10, FAR 52.219-8,
  FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-37,
  FAR 52225-18 and FAR 24.247-64. The clauses at DFARS 252.212-7001,
  Contract Terms and Conditions Required to Implement Statutes
  Applicable to Defense Acquisitions of Commercial Items, applies
  to this acquisition. The additional clauses cited under DFARS
  252.212-7001, that are applicable to this acquisition are:
  DFARS 252.225-7001 and DFARS 252.233-7000. Any contract awarded
  as a result of this solicitation will be a DO rated order certified
  for national use under the Defense Priorities and Allocations
  System (DPAS) (15 CFR 700). Note 1 applies. Offers must be
  delivered to Contracting Officer, Code 3230.MM, Bldg. 222,
  Rm 115A, Naval Research Laboratory, 4555 Overlook Ave., SW,
  Washington, DC 20375-5326 and received no later than 4:00 P.M.
  E.S.T. on 30 December 1996. The package should be marked RFP
  N00014-97-R-MM01, Closing Date: 30 December 1996. For information
  regarding this solicitation contact Marita Miller, Contract
  Specialist at (202) 404-7159. All responsible sources may submit
  a proposal which shall be considered by the agency.****
CITE: (I-352 SN012877)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: U.S. Department of Transportation, Maritime Administration,
  7737 Hampton Boulevard, Building 4D, Room 211, Norfolk, VA
  23505
SUBJECT: 61--TUG TOWING, PILOTAGE AND EXTRA LINE HANDLERS SERVICE
SOL DTMA92-97-B-00002
DUE 021497
POC Laurel Bishop, Contracting Officer, (757) 441-3120, FAX:
  (757) 441-6080
DESC: Provide tug towing, pilotage and extra line handlers service
  on an as needed basis for the James River Reserve Fleet, Fort
  Eustis, Virginia. For the period of 30 January 1997 thru 30
  September 1999. No telephone requests, only written and facsimile
  requests are acceptable. For Minority, Women-Owned and Disadvantaged
  Business Enterprises: The Department of Transportation (DOT)
  Office of Small and Disadvantaged Business Utilization (OSDBU)
  has a program to assist minority, women-owned and disadvantaged
  business enterprises to acquire short-term working capital
  assistance for transportation-related contracts. Loans are
  available under the DOT Short Term Lending Program (STLP) at
  prime interest rates to provide accounts receivable financing.
  The maximum line of credit is $500,000. For further information
  and applicable forms concerning the STLP, please call the OSDBU
  at (800) 532-1169.
CITE: (I-352 SN012807)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: CENTRAL CONTRACTING OFC MEDCOM, ATTN MCAA C BLDG 2015,
  1105 BEEBE LOOP, FT SAM HOUSTON TX 78234-6000
SUBJECT: 65--STERIS STERLIZER OR BRAND NAME OR EQUAL
SOL DADA10-97-R-0021
DUE 012297
POC Contract Specialist Robin Thomas (210) 221-9382 (Site Code
  DADA10)
DESC: The U.S. Army Medical Command, Central Contracting Office
  (CCO), has a anticipated requirement for Steris Sterilizers,
  Econ Cyle 10, and Safe Cycle 40 with the essential equipment
  and supplies, all manufactured by Steris Corporation, 5960
  Heisley Roa, Mentor, Ohio, BRAND NAME OR EQUAL for one-year
  (1) base period and four (4) option years. Delivery and installation
  will be at various Military Treatment Facilities (MTFs). The
  requirement includes: System 1 Process, general processing
  trays and containes, flexible endoscope trays, general processing
  trays, dual prefilter replacement, sterile water filter, sterile
  air filters, vasu-stat clip, pressure regulator assembly, sterilant
  concentrate, workstations cart, chemical monitoring strips,
  various quick connect kits, incubator, various cleaning brushes,
  various leak testers, bacillus stearothermophilus spore strips,
  aspirator assembly, mesh accessory bag, flexibl endoscope processing
  containers, directed flow processing containers and trays,
  microsurgial rack, temperature control valve, temperature booster,
  thermometer assembly, zmyme enxymatic detergent, Ecocyle 10
  Processor, biohazardous waste decontaminant, capliner, waste
  collection bag, HEPA filter, processing chamber, Safecycle
  40, tissue traps, external auxiliary pump. Contractor shall
  provide warranty on equipment, parts and labor necessary to
  remedy any deficiencies in the equipment identified. Provide
  service and operating manuals, installation and training at
  no additional cost to the government. Interested parties should
  request a copy of solicitation n writing on company letter
  head. Your request should include your company name, point
  of contact, address telephone number and solicitation number.
  All responsible sources may submit an offer which will be considered.
  Estimated issue date of solicitation s 6 Jan 97 with a closing
  date approximately 30 days after issue.
CITE: (I-352 SN012858)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies--Potential
  Sources Sought
OFFADD: HSC/YAK, 8107 13th St, Brooks AFB, TX 78235-5218
SUBJECT: 65--SPINAL CORD INJURY PATIENT TRANSPORT SYSTEM
SOL n/a
POC Cynthia Munch (210)536-2437,  Julie Heise (210)536-6342
DESC: The Human Systems Program Office, Aeromedical Systems Division,
  requests information from contractors who have design and
  manufacturing expertise in  aeromedical or ambulatory transport
  of patients with spinal cord injuries.  The purpose of this
  sources sought synopsis is to investigate the viability of
  the Government's performance specifications, Spinal Cord Injury
  Transport System (SCITS), and comparisons with commercial
  systems.  Emphasis should be placed on favorable comparisons
  to the contractor's commercial product and/or the  identification
  of requirements in the performance specification that would
  force a customized design.  Contact the Government contract
  negotiator, Cyndi Munch, for a copy of the SCITS performance
  specification, or access a copy of the specification via http://www.brooks.af.mil/HSC/PKA/rfp.htm.
   Technical questions may be directed to the SCITS program
  manager, Capt Joseph Orlando, (210)536-4725; e-mail: orlando@diamond.brooks.af.mil.
   It is requested that comments on the  SCITS specification
  and related commerical capabilities be provided on or before
   24 January 1997.  The forecast program requirement is 150
  SCITS units.  This is not a solicitation.   
LINK http://www.brooks.af.mil/HSC/PKA/rfp.htm
LINKDESC: 
EMAIL orlando@diamond.brooks.af.mil
EMAILDESC: 
CITE: (W-351 SN012505)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies--Potential
  Sources Sought
OFFADD: HSC/YAK, 8107 13th St, Brooks AFB, TX 78235-5218
SUBJECT: 65--SPINAL CORD INJURY PATIENT TRANSPORT SYSTEM
SOL n/a
POC Cynthia Munch (210)536-2437,  Julie Heise (210)536-6342
DESC: The Human Systems Program Office, Aeromedical Systems Division,
  requests information from contractors who have design and
  manufacturing expertise in  aeromedical or ambulatory transport
  of patients with spinal cord injuries.  The purpose of this
  sources sought synopsis is to investigate the viability of
  the Government's performance specifications, Spinal Cord Injury
  Transport System (SCITS), and comparisons with commercial
  systems.  Emphasis should be placed on favorable comparisons
  to the contractor's commercial product and/or the  identification
  of requirements in the performance specification that would
  force a customized design.  Contact the Government contract
  negotiator, Cyndi Munch, for a copy of the SCITS performance
  specification, or access a copy of the specification via http://www.brooks.af.mil/HSC/PKA/rfp.htm.
   Technical questions may be directed to the SCITS program
  manager, Capt Joseph Orlando, (210)536-4725; e-mail: orlando@diamond.brooks.af.mil.
   It is requested that comments on the  SCITS specification
  and related commerical capabilities be provided on or before
   24 January 1997.  The forecast program requirement is 150
  SCITS units.  This is not a solicitation.   
LINK http://www.brooks.af.mil/HSC/PKA/rfp.htm
LINKDESC: 
EMAIL orlando@diamond.brooks.af.mil
EMAILDESC: 
CITE: (W-351 SN012506)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--DETECTOR, COOL OFF
SOL SP0440-97-Q-T533
DUE 011597
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-4458. 
  For copies of RFQ solicitations,  contact:  D. Lena Mile S/AX504/804-279-4458.
  contracting officer:   Kreylon V.  Crewe/804-279-4105.
DESC: PR-NO:  FPG96338001055 NSN 6685-01-148-0471, part number:
    Dynamic Controls Corp., P/N 11239-1.  Specifications, plans
  or drawings  relating to the procurement described are not
  available and cannot be  furnished by the government.  25 -EA
  Del to Tracy CA 95376-5000 Del by  120 DARO.  Firm fixed price
  unrestricted Automated Best Value Model:   the final contract
  award decision may be based upon a combination of price,  past
  performance and other evaluation factors as described in the
   solicitation.  Other than full and open comp (10 U.S.C. 2304(C)(1))
  (FAR  6.302-1) see NOTE 22 intended source(S):  Dynamic Controls
  Corp  anticipated award date is:  16 Jan 97 all responsible
  sources may submit  offer which DGSC shall consider.
CITE: (I-351 SN012540)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: 66--DYNAMOMETER
SOL N00406-97-Q-1683
DUE 012197
POC J. Gregg
DESC: Dynamometer, horizontal (100 HP) electric motor test, 460
  volt, 3 phase, 60 HZ. (1 each) to be procured under simplified
  acquisition procedures. foreign military sale - taiwan Inspection
  at origin acceptance at destination FOB point destination-Puget
  Sound Naval Shipyard Bremerton WA 98314 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 Telephone requests will not be honored
CITE: (I-352 SN012779)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: VA Medical Center (90C), 4100 West Third St., Dayton,
  OH
SUBJECT: 66--COST-PER-TEST, COAGULATION
SOL RFP552-17-97
DUE 021097
POC Michael Brown, Contracting Officer, (937) 267-3992
DESC: Furnish and install all necessary equipment and supply
  all necessary reagents and controls (for a period of 5 years)
  to perform coagulation testing. Invoicing is to be on cost-per-test
  basis. Estimated number of tests per year is 42,000. SIC 2835.
  No telephone requests. Only fax requests,(937) 267-2183, will
  be accepted. Issued date o/a 12/26/96.***
CITE: (I-352 SN012796)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: USDA, APHIS, Field Servicing Office, Butler Square West,
  5th Floor, 100 North 6th St., Minneapolis, MN 55403
SUBJECT: 66--GRAIN MOISTURE METER
SOL 54-M-APHIS-97
DUE 032497
POC POC:  Robert Crowther is the Contracting Officer and he can
  be reached at Area Code (612) 370-2115.
DESC: The United States Department of Agriculture (USDA), Grain
  Inspection, Packers and Stockyards Administration (GIPSA) is
  soliciting offers for a firm, fixed price, requirements contract
  for the new official grain moisture meter.  The effective period
  of the contract shall be from the date of award through September
  30, 1997 with four (4) 1-year renewal options.  Under the U.S.
  Grain Standards Act and the Agriculture Marketing Act, GIPSA
  provides moisture determinations for grains, oilseeds, pulses,
  rice and related commodities.  GIPSA intends to standardize
  on new instrumentation to replace currently approved official
  moisture meter, the Motomco Model 919.  For this contract,
  only those moisture meters models that have met all requirements
  and currently have a certificate number under the National
  Conference on Weights and MEasures' (NCWM) National Type Evaluation
  Program (NTEP) will be considered for the contract.  Orders
  may be placed by the USDA, Official Agencies and Designated
  States.  The estimated quantity to be purchased by GIPSA durning
  the base year of the contract is 30 each with an estimated
  120 (plus or minus 25) during Option Period 1 or 2.  The Agencies
  and Designated States totaling an estimated 400 each during
  the remaining options is unknown at this time.  The solicitation
  is to be released on or about February 24, 1997.  For a copy
  of the solicitation, submit written or faxed request stating
  name, address, telephone number and solicitation number to
  the Contracting Officer.  FAX number is Area Code (612) 370-2106.
   Telephone request for the solicitation will not be accepted.

EMAIL rcrowther@APHIS.USDA.gov
EMAILDESC: 
CITE: (W-352 SN012859)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Operational Contracting Division, 1940 Allbrook Dr, Ste
  3 Bldg 1, WPAFB OH 45433-5309
SUBJECT: 66--H/P CELLULAR RADIO TEST SET/SOFTWARE
SOL F33601-97-R-A001
DUE 010797
POC For copy, ASC/PKWO, Attn: Bldg 260, 1940 Allbrook Dr, Ste
  3, WPAFB OH 45433-5309 POC: R Fulmer/PKWOCB/937-257-5858 Fax
  No 937-257-3926.
DESC: Wright-Patterson AFB OH intends to negotiate on a sole
  source basis with Hewlett-Packard for a RF Mobile/Cellular
  Radio Test Set and associated Radio Test software. This is
  a combined synopsis/solicitation for commercial items prepared
  in accordance with the format in FAR subpart 12.6, as supplimented
  with additional information included in this notice. This announcement
  constitutes the only solicitation; proposals are being requested
  and a written solicitation will not be issued. This solicitation
  no. F33601-97-R-A001 is a Request for Proposal (RFP). The solicitation
  document and incorporated provisions and clauses are those
  in effect through Federal Acqusition Circular 36. The associated
  Standard Industrial Code (SIC) for this procurement is 3825
  and the small business size standard is 500 employees. Contract
  line item number (CLIN) 0001 is one each Model 8922S Cellular
  Radio Test Set; CLIN 0002 is one each High Stability Time Base
  OPT 001; CLIN 0003 is one each HP83212B Mobile Station Test
  Software; CLIN 0004 is for one each HP83220E DCS/PCS MS Test
  Set; CLIN 0005 is for one each HP8922S OPT OB1 TWO Sets Users
  Guides and Service Manuals; and CLIN 0006 is for one each Option
  003 Protocol Logging Option for the HP8922S Cellular Radio
  Test Set. Delivery is required within 70 days after contract
  award, FOB destination to Wright-Patterson AFB OH. Descriptive
  literature is required and proof of prior experience of producing
  cellular radio test set supplies is required. The following
  FAR provisions apply to this solicitation; 52.212-1, Evaluation-Instructions
  to Offerors-Commercial. The offer must be held open for 120
  days; 52.212-2 Evaluation-Commerical Items. Evaluation criteria
  to be included in paragraph (a) of provision 52.212-2 are as
  follows: (i) technical capability of the item offered to meet
  the Government requirements; (ii) past performance; (iii) price;
  in descending order of importance. Technical and past performance,
  when combined, are significantly more important than price.
  All offerors are to include with their offers a completed copy
  of provision 52.212-3, Offeror Representations and Certifications-Commercial
  Items (available upon request). The following FAR clause applies
  to this acquisition; 52.212-4, Contract Terms and Conditions-Commercial
  Items. The following additional FAR clauses, which are cited
  in clause 52.212-5, Contract Terms and Conditions required
  to Implement Statues or Executive Orders-- Commerical Items,
  are applicable to this acquisition; 52.222-26, Equal Opportunity;
  52.222-35, Affirmative Action for Special Disabled and Vietnam
  Era Veterans; 52.222-36, Affirmative Action for Handicapped
  Works; 52.222-37, Employment Reports on Special Disabled Veterans
  and Veterans of the Vietnam Era; 52.232-28, Electronic Funds
  Transfer Payment Method. The following additional defense FAR
  clauses, which are sited in clause 252.212-7001, Contract Terms
  and conditions required to Implement Staatutes or Executive
  Orders Applicalable to Defense Acquisition; 252.219-7006, Notice
  of Evaluation Preference for Small Disadvantaged Business Concerns
  (Alt I); 252.225-7001, Buy American Act and Balance of Payment
  Program. All offers should be sent to ASC/PKWOCB, Attn: Robin
  Fulmer, 1940 Allbrook Drive, Suite 3, WPAFB OH 45433-5309.
  All offers are due 4:00 PM EST on 9 Jan 97. Direct all requests
  for solicitations and routine communication concerning this
  acquisition to Robin Fulmer, Contract Specialist, 937-257-5197.
  An Ombudsman has been established for this acquisition. The
  only purpose of the Ombudsman is to receive and communicate
  serious concerns from potential offerors when an offeror prefers
  not to use established channels to communicate his/her concern
  during the proposal development phase of this acquisition.
  Potential offerors should use established channels to request
  information, pose questions, and voice concerns before resorting
  to use of the Ombudsman. Potential offerors are invited to
  contact ASC's Ombudsman, Mr Daniel L. Kugel, ASC/SY, Bldg 52,
  2475 K Street, Suite 1, Wright-Patterson AFB OH 45433-7642,
  at (937) 255-3855, E-Mail kugeldl@sy.wpafb.af.mil, with serious
  concerns only. See Numbered Note(s): 22.
CITE: (I-352 SN012909)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment--Potential
  Sources Sought
OFFADD: Department of Commerce, Mountain Administrative Support
  Center, Procurement Division, MC3, 325 Broadway, Boulder, CO
  80303-3328
SUBJECT: 66--ELECTRON BACKSCATTERING DIFFRACTION SYSTEM
SOL NB853000703015MB
DUE 012197
POC Michelle A. Bernal, (303)497-3983 FAX# (303)497-3163
DESC: The National Institute of Standards & Technology (NIST),
  requires an electron backscattering diffraction image and data
  analysis system. Critical specifications as follows:  Hardware:
   1)Lowlight (light sensitivity of at least 1 X 10 minus 5 lux)
  camera with phosphor screen, capable of capturing and displaying:
  a live diffraction pattern image at an electron beam current
  of 2 to 3 nano-amps or less; an integrated, background-subtracted
  diffraction pattern image at an electron beam current of 0.2
  to 0.3 nano-amp or less.  2)SEM/camera interface including:
  motorized or manual control of camera position, with camera
  remaining in focus at all positions; simultaneous viewing of
  diffraction pattern and secondary electron image; forward scatter
  electron detector (multiple panel preferred, single panel acceptable);
  70 degrees tilted specimen holder; and system must interface
  to JEOL 6100 SEM.  3)Automated SEM stage control and beam control.
   Software: 1)Analysis software capable of automatic diffraction
  pattern recognition and indexing for all crystal symmetries.
   Imaging/mapping capable of images with intensities or colors
  indicating differences in orientation and intensity-coded or
  color-coded images displaying grain boundary characteristics
  such as misorientation angle and CSL values. Interested sources
  may request a copy of the RFQ either by mail or fax. See Note
  1.
CITE: (I-351 SN012508)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 67--Photographic Equipment
OFFADD: Commander, Pine Bluff Arsenal, 10-020 Kabrich Circle,
  Attn: SIOPB- PO, Pine Bluff, AR 71602-9500
SUBJECT: 67--CAUSTIC SODA
SOL DAAA03-97-B-0004
DUE 012297
POC Thaddious Kee, Contract Specialist, 501/540-3040.
DESC: Caustic Soda, (NaOH), diaphram grade. Provide 20,00 pounds
  (Best Estimated Base Quantity) for a Base Requirements Period
  of 01 Feb 1997 through 30 Sep 1997. Estimated quantity will
  be required within 24 hours of call for an actual delivery.
  Three (3) additional requirement periods are applicable for
  this particular acquisition. Specific Timeframes will be stipulated
  in the solicitation. The Government anticipates a firm-fixed
  unit-price requirements type contract with an estimate of 25
  deliveries. This is a 100% Small Business Set-Aside. All reponsible
  small business sources may submit a bid which shall be considered
  by the Contracting Officer. Fascimile Machine request may be
  made: 501/540-4090. Additionally, answering machine request
  will be honored: 501/540-4095. Delivery of any requested Caustic
  Soda will be FOB Destination, Pine Bluff Arsenal, Pine Bluff,
  AR 71602-9500.
CITE: (I-352 SN012770)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 67--Photographic Equipment
OFFADD: Panama Canal Commission, Logistical Support Division,
  Unit 2300, APO, AA 34011-2300
SUBJECT: 67--NIKON CAMERA OUTFITS
SOL PAC-86632-PI-29
DUE 010897
POC LOIDA COPPER, CONTRACT SPECIALIST, (507) 272-4658, RAQUEL
  MENDEZ, CONTRACTING OFFICER, (507) 272-4658
DESC: QUANTITY:  VARIOUS ITEMS FOR NIKON CAMERA F5, CAMERA BODY
  #1795, DELIVERY 30 DAYS FOB NEW ORLEANS, OR 60 DAYS CIF/FOB
  GRAPHIC BRANCH, PANAMA, REPUBLIC OF PANAMA AFTER RECEIPT OF
  NOTICE OF AWARD.  WHEN REQUESTING SOLICIATION, STATE NAME,
  ADDRESS AND SOLICITATION NUMBER. REQUEST WILL BE ACCEPTED BY
  FACSIMILE AT 011-507-272-7661 OR 272-1502.  ALL RESPONSIBLE
  SOURCES SHALL MAY SUBMIT AN OFFER WHICH SHALL BE CONSIDERED
  BY THE COMMISSION.
CITE: (I-352 SN012824)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 68--Chemicals and Chemical Products
OFFADD: Operational Contracting Division, 1940 Allbrook Dr, Ste
  3 Bldg 1, WPAFB OH 45433-5309
SUBJECT: 68--NITROGEN, BULK
SOL F33601-96-R-A069-01
DUE 012397
POC For copy, ASC/PKWO, Attn: Bldg 260, 1940 Allbrook Dr Ste
  3, WPAFB OH 45433-5309, POC: M Linkenhoker, 937-257-5852, Fax
  No 937-257-3926.
DESC: The Synopsis advertising the Request for Proposal, F33601-96-R-A069
  has been charged to an Invitation for Bid (IFP) F33601-97-B-0003.
  This solicitation will be issued approx 96 Dec 23. All responsible
  sources may submit a bid, proposal, or quotation which shall
  be considered. No tel requests. Only written or faxed requests
  received directly from the requestor are acceptable.
CITE: (I-352 SN012910)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 69--Training Aids and Devices
OFFADD: US Army Armament and Chemical Acquisition and Logistics
  Activity (ACALA) Attn: AMSTA-AC-PCC (HRL), Rock Island , IL
  61299-7630
SUBJECT: 69--MULTI-PURPOSE RANGE COMPLEX
SOL DAAE20-97R0015
DUE 043097
POC Contract Specialist: Suzie Yackley (309) 782-3865, PCO: Marilyn
  E. Strieter (309) 782-5521
DESC: Multi-Purpose Range Complex. This acquisition involves
  the design, construction, manufacturing and installation, and
  optional years of operation and maintenance of a Multi-purpose
  Range Complex in the country of Kuwait. The range is a two
  lane maneuver and live-fire training facility for Kuwait Abrams
  tanks and the Desert Warrior infantry vehicles with each lane
  having two assault trials and each trial having five defensive
  fighting positions. The down-range area is about 1700 by 4500
  meters, and includes a number of target lifting devices in
  selectively located protective bunkers. The target lifting
  devices are integrated into a computer controlled training
  system that can present diverse tactical training scenarios
  and quantify performance of the trainees. The uprange or administrative
  area is about 1400 by 580 meters, and includes a control tower
  facility and space for contractor usage. The contractor would
  be required to deliver an integrated "turnkey" range. This
  range will be used by the Kuwait Land Forces to provide realistic
  live-fire battlefield training for a variety of training objectives.
  A business arrangement in Kuwait and proof of it is required
  at time of proposal submission. A site survey in Kuwait is
  scheduled on 12 Feb 97 and is limited to one representative.
  A Pre-proposal conference is scheduled on 26 Feb 97 at Rock
  Island, IL and is limited to 3 representatives. Request you
  notify the Contracting Officer who will be attending the site
  survey by 10 Jan 97 and the Pre-proposal conference by 21 Feb
  97. Datafax number is (309) 782-3806. This is a formal source
  selection procurement and will require technical proposals
  in addition to price proposals. A draft solicitation will be
  issued around 14 Jan 97 with a final solicitation to follow.
  A nonrefundable fee of $275.00 is required for receipt of each
  draft solicitation ordered, and $300.00 for each final solicitation
  ordered. Submit a certified cashier's check for each solicitation
  ordered, specifying draft or final solicitation, payable to
  the treasurer of the United States, to the following address:
  TACOM-ACALA, ATTN: AMSTA-AC-PCH-A/Suzanne Yackley, Rock Island,
  IL 61299-7630. This is also being published under Classification
  Code Y in the CBD. All or part of this action is an unfunded
  FY97 requirement. Estimated issue date of this solicitation
  is 033197. 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. See Note(s): 26.
CITE: (I-352 SN012803)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: U.S. Department of Agriculture, Agriculture Research
  Service, Administrative and Financial Management, Procurement
  and Property Branch, 14th & Independence Avenue, S.W., Room
  1310 South Building, Washington, D.C. 20250
SUBJECT: 70--CABLETRON ITEMS
POC Contact Point, Shirley Bailey, (202) 720-8227, Contracting
  Officer
DESC:  The Government is seeking a contractor to provide the
  following Cabletron equipment and parts:  1) 24 port 10Base-T
  hub stack 24 RJ45 and 2 EPIM slots SNMP intelligent Cabletron
  SEHI-24, 28 each, 2) 24 port 10Base-T hub stack 24 RJ45 and
  2 EPIM slots non-intelligent Cabletron SEH-24, 36 each, 3)
  Interconnect cable for SEHI hub to connect to another SEH hub
  Cabletron 9380111, 28 each,4) Interconnect cable for SEH hub
  to connect to another SEH hub Cabletron 9380110, 8 each.  Written
  quotations will be solicited.  The anticipated award date is
  January 13, 1997.
CITE: (W-352 SN012614)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: U.S. Department of Agriculture, Agriculture Research
  Service, Administrative and Financial Management, Procurement
  and Property Branch, 14th & Independence Avenue, S.W., Room
  1310 South Building, Washington, D.C. 20250
SUBJECT: 70--CABLETRON ITEMS
POC Contact Point, Shirley Bailey, (202) 720-8227, Contracting
  Officer
DESC:  The Government is seeking a contractor to provide the
  following Cabletron equipment and parts:  1) 24 port 10Base-T
  hub stack 24 RJ45 and 2 EPIM slots SNMP intelligent Cabletron
  SEHI-24, 28 each, 2) 24 port 10Base-T hub stack 24 RJ45 and
  2 EPIM slots non-intelligent Cabletron SEH-24, 36 each, 3)
  Interconnect cable for SEHI hub to connect to another SEH hub
  Cabletron 9380111, 28 each,4) Interconnect cable for SEH hub
  to connect to another SEH hub Cabletron 9380110, 8 each.  Written
  quotations will be solicited.  The anticipated award date is
  January 13, 1997.
CITE: (W-352 SN012615)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 70--DISK DRIVE SUBASSEMBLY
SOL SP0970-97-Q-A111
DUE 012797
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:  YPE96318000418 NSN 7025-01-425-1815, CAGE 2S373
  Part No  DCM101 2 -EA Del to granite City IL 62040 other than
  full and open  competition:  part numbered item products offered
  clause applies.   Various increments solicited:  1-4, 5-9,
  10.  PR quantity:  2 EA line  1, quantity 2, W52H01 granite
  City, IL 62040-1801.  Delivery schedule:   60 days ADO set-aside:
   total small business set-aside.  Size standard:   1000 all
  responsible sources may submit offer which DESC shall consider.
CITE: (I-352 SN012749)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 70--DISPLAY UNIT
SOL SP0970-97-Q-A115
DUE 013197
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96325000636 NSN 7025-01-430-8758, CAGE 66257
  Part No  0130-06-MRMAS-CTX/17-1 ctx(OVRH3) monitor model 1765GME
  modified for  shipboard use 25 -EA Del to Mechanicsburg PA
  17055-0789 Del by 24 Mar 97.   25 -EA Del to Lathrop CA 95330
  other than full and open competition:   part numbered item
  products offered clause applies.  Various increments  solicited:
   10-24, 25-49, 50-99, 100-149, 150-249, 250-499.  PR  quantity:
   50 EA line 1, quantity 25, SW3100 Mechanicsburg PA  17055-0789
  line 2, quantity 25, W62G2T Stockton CA 95296-0130 delivery
   schedule:  60 days after date of order set-aside:  unrestricted
  (sole  source/single source) (no preference) size standard:
   1000 all  responsible sources may submit offer which DESC
  shall consider.
CITE: (I-352 SN012750)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: DEPARTMENT OF DEFENSE (CM), OCHAMPUS/CM, BLDG 225, AURORA,
  CO 80045-6900
SUBJECT: 70--AUTOMATED DATA PROCESSING EQUIPMENT, SOFTWARE, SUPPLIES
  AND SUPPORT EQUIPMENT
SOL MDA90697T0005
DUE 122696
POC Purchasing Agent, RUBY DURAN, 303-361-1017, Contracting Officer,
  SCOTT J. LAMOND, 303-361-1249
DESC: This is a combined synopsis/solicitation for commercial
  items prepared in accordance with the format in Subpart 12.6,
  as supplemented with additional information included in this
  notice. This announcement constitutes the only solicitation,
  proposals re being requested and a written solicitation will
  not be issued. This notice is used as a request for quotes
  (RFQ) and will be awarded as a purchase order using the simplified
  acquisition procedures. The solicitation document and incorporated
  provisions ad clauses are those in effect through Federal Acquisition
  Circular 32. The Standard Industrial Classification (SIC) is
  5045 Computers and Computer Peripheral Equipment and Software.
  Small Business Size is less than 100 employees. Item number
  0001, 2 each, Startime for Windows software, version 2.0, General
  Parametrics Corp part number 4000704. Item number 0002, 12
  each, Business Map for Windows software, version 2.0, Envronmental
  Systems Research part number 42200. Item number 0003, 7 each,
  Robohelp software, Bluesky Software part number PRH4RH4-CD.
  Item number 0004, 1 each, Installshield3 software, Bluesky
  Software part number IS3W. Item number 0005, 1 each, Logato
  Autocanger Module, Part number 2615. Item number 0006, 20 each,
  2149MB Seagate Ultra SCSI-3, Hard Drive, 9MS, Internal 3.5"
  1" 512K, 5400RPM, mounting rails with screws. 50 Pin ribbon
  internal SCSI Cable for drives SCSI HDD Install Guide. Seagate
  part number ST32155N. Item number 0007, 5 each, 1620MB Western
  Digital IDE Hard Drive Kit. IDE Internal 10MS, 128K, 5200RPM,
  3.5" 1". 40 Pin dual IDE cable mouning rails with screws EZ
  drive packet for Western Digital 2.5 gig drives, IDE HDD install
  guide, part number WD21600. Item number 0008, 100 each, LABTEC
  amplified computer speakers, part number LCS 1024 10W Speaker
  Set with AC Adapter. Item number 0009, 20each, Viking 16MB
  SIMM 70NS PARIT6 TIN, MDI 4X36N70T, part number 4X3660. Item
  number 0010, 100 each, Creative Labs Sound Blaster, 16pro PnP,
  Mfg part number. Item number 0011, 100 each, LABTEC AM-22 Microphone.
  Item number 0012, 1 each, Arts and Letters Express, Ver 6.0
  Media CD. Computer support Corp part number 59088-Server-Node.
  Item number 0013, 25 each, Arts and Letters Express Ver 6.0
  Media CD fortwenty-five (25) current users. Computer Support
  Corp part number 59088-WORKSTATION. Item number 0014, 1 package
  of 200 each, Bar Code Labels, Exabyte Corp part number 180493-000.
  Quotes must be submitted on or before December 26, 1996.
CITE: (I-352 SN012844)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment--Potential
  Sources Sought
OFFADD: Federal Aviation Administration, 800 Independence Avenue,
  S.W., Washington, D.C. 20591, ASU-330
SUBJECT: 70--FLIGHT DATA INPUT/OUTPUT (FDIO) PERIPHERAL DISPLAY
  REPLACEMENT
SOL DTFA01-96-R-18496
DUE 012197
POC Susan Thomas, 202/366-5641, Contracting Officer, Mark C.
  Brady, 202/366-5917
DESC: In accordance with the Federal Aviation Administration
  Acquisition Management System (FAAAMS), Section 3.2.1.3.12,
  industry is hereby informed that the Federal Aviation Administration
  (FAA) has a requirement valued at over $50,000.  The purpose
  of this Screening Information Request (SIR) is to perform a
  Market Survey and solicit information from interested and capable
  companies who want to participate in this procurement.  The
  FAA has a requirement to provide air traffic control towers
  with the capability to exchange flight plan information with
  the associated air route traffic control center (ARTCC) host
  computer.  This capability is currently provided by the Flight
  Data Input/Output (FDIO) system.  To meet this requirement
  the FAA plans to replace the FDIO peripheral displays currently
  in service at Air Traffic Control Facilities nationwide.  The
  FAA anticipates procuring 1800-2000 displays and engineering
  services for the FDIO project.  Specifications:  The Video
  display, or Cathode Ray Tube (CRT), shall have the capacity
  to simultaneously meet all of the following requirements with
  standard commercially available hardware (with modified software
  and/or firmware).  Functional Characteristics Interface Definition
  - The display shall connect to a host in accordance with a
  standard EIA RS-232-C connection in compliance with balanced
  operation as specified in EIA RS-422.  The display must have
  a full-duplex interface capable of operating at 2400 Baud.
   Character transmission shall be asynchronous and each character
  shall consist of eight (8) data bits, one (1) start bit, one
  (1) parity bit, and one (1) stop bit.  Odd parity with an error
  indicated by a parity character shall be provided.  Parity
  errors shall be communicated across the serial interface of
  parity is included.  The display interface shall be capable
  of emulating a VT-100 video display.  The pin out of the DB25S
  connector shall be as follows:  pin 1 is frame ground, pin
  7 is signal ground, pin 15 is negative input, pin 17 is positive
  input, pin 19 is negative transmit, and pin 25 is positive
  transmit.  The display shall show 25 lines of up to 80 characters
  each.  The display presentation shall be a minimum of 60 cycle
  non-interlaced refresh.  Fields or groups of lines shall be
  capable of being designated a scrolling region.  Character
  Set - A blinking cursor shall identify the next screen location
  to be modified.  The character located at the cursor position
  shall not be obscured by the cursor.  The characters shall
  be composed within a minimum 9 wide by 12 high (9 x 12) dot
  matrix (7 x 9 dot character).  The display shall be capable
  of displaying all characters as listed in Table 1.  (Call contact
  point to receive a fax copy of Table 1.)  The custom font shall
  be resident in the display's read only memory.  An upside-down
  question mark shall be displayed for each character received
  with a parity error, if parity is used.  Display operating
  controls shall be mounted on the front panel or operator accessible
  from the front (not on associated keyboard).  They shall consist,
  as a minimum, of an on/off switch, and a brightness control.
   Power - The display shall operate on 120 volt +/-10%, 60 Hz
  power.  The display shall consume less than 250 watts in the
  specified voltage range.  Mean Time Between Failure - The mean
  time between failure shall be greater than or equal to 20,000
  hours.  All default set-up parameters shall be configured at
  the vendor's facility.  Physical Characteristics - Dimensions
  - The display physical dimension (including the pedestal console
  cabinet mounting characteristics) shall be not greater than
  14.25 inches in depth, 14.25 inches in width and 18.00 inches
  in height.  Mounting for the display shall be console cabinet
  on a swivel pedestal tilt rotate base for table top mounting.
   The display shall weigh less than 30 lbs.  Display - The display
  area shall have a diagonal measurement of no less than 12 inches
  and no more than 14 inches.  A P-31 (green non-glare) type
  phosphor shall be used in the display.  Environmental Conditions
  - Operating Environment - The display shall operate in the
  following environments:  (1) Temperature 50(F to 95(F, (2)
  Relative Humidity 30% to 80% non-condensing.  Non-operating
  Environment - The display shall accommodate shipping and storage
  temperature ranges from - -4(F to 140(F.  Safety - The monitor
  shall be approved by Underwriter's Laboratory.  The monitor
  shall comply with FCC Class A Radio Frequency Interference
  Regulations.  It is requested that all interested offerors
  submit a detailed description of what they have commercially
  available today that meets, or could be easily modified to
  meet the display hardware specifications contained herein.
  Include with your description a matrix tying the specifications
  outlined herein with your documentation.  Offerors should also
  include a non-binding quote on costs, segregating start-up
  costs from unit production costs.  Offerors should indicate
  if they have ISO 9000 certification.  Responses should include
  the following:  description of similar modified display efforts;
  copies of commercial literature; pictures/specifications; past
  performance on similar efforts within the past three years;
  point of contact listing name, address, phone no., FAX no.,
  and Internet address; and capability to deliver the required
  supplies/services.  Companies interested in responding to this
  market survey should submit their written response no later
  than January 21, 1997, to Federal Aviation Administration,
  Attn: Mark C. Brady, Contracting Officer, ASU-330E, 800 Independence
  Ave., SW, Room 406, Washington, DC 20591.  All responses must
  be marked with the SIR number DTFA01-96-R-18496.  This is not
  a request for proposals.  No unsolicited proposals are desired
  and none will be accepted.  The FAA is not liable for costs
  associated with the preparation or submittals of inquiries
  or responses and shall not reimburse firms for any costs incurred
  in responding to this market survey.
CITE: (I-352 SN012972)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment--Potential
  Sources Sought
OFFADD: Federal Aviation Administration, 800 Independence Avenue,
  S.W., Washington, D.C. 20591, ASU-330
SUBJECT: 70--FLIGHT DATA INPUT/OUTPUT IFDIO) PERIPHERAL KEYBOARD
  RELACEMENT
SOL DTFA01-96-R-18495
DUE 012197
POC Susan Thomas, 202/366-5641, Contracting Officer, Mark C.
  Brady, 202/366-5917
DESC: In accordance with the Federal Aviation Administration
  Acquisition Management System (FAAAMS), Section 3.2.1.3.12,
  industry is hereby informed that the Federal Aviation Administration
  (FAA) has a requirement valued at over $50,000.  The purpose
  of this Screening Information Request (SIR) is to perform a
  Market Survey and solicit information from interested and capable
  companies who want to participate in this procurement.  The
  FAA has a requirement to provide air traffic control towers
  with the capability to exchange flight plan information with
  the associated air route traffic control center (ARTCC) host
  computer.  This capability is currently provided by the Flight
  Data Input/Output (FDIO) system.  To meet this requirement
  the FAA plans to replace the FDIO peripheral keyboards currently
  in service at Air Traffic Control Facilities nationwide.  The
  FAA anticipates procuring 1800-2000 keyboards and engineering
  services for the FDIO project.  Specifications - The following
  requirements shall be met with commercially available off-the-shelf
  hardware, with custom keycaps and modified software or firmware.
   The serial keyboard interface shall include the following:
   EIA RS-449 balanced operation as specified in EIA RS-422;
  a full-duplex interface capable of operating at 2400 Baud;
  each character shall comprise of eleven bits consisting of
  eight (8) data bits, one (1) start bit, one (1) parity bit,
  and one (1) stop bit; odd parity checking; parity errors communicated
  across the serial interface; the pin out of the DB25S connector
  shall be as follows - pin 1 is frame ground, pin 7 is signal
  ground, pin 15 is negative input, pin 17 is positive input,
  pin 19 is negative transmit, and pin 25 is positive transmit;
  and the keyboard shall be equipped with repeat-key functionality.
   Modifications - The keyboard shall be modified from a standard
  commercially available keyboard in the following manner:  a
  minimum of seventy-two (72) keys shall be available for custom
  keycaps, extending less than half an inch from the keyboard
  frame, including the space bar and irregular sized keycaps
  such as Shift, Control and/or Enter; all keys shall be programmable
  for up to three hexidecimal codes each (normal, shift, control);
  keycaps shall be engraved as per Table 1 (Call contact point
  to receive a fax copy of Table 1); a prototype keyboard shall
  be provided in a layout similar to Figure 1 (Call contact point
  to receive a fax copy of Figure 1), with the understanding
  that this may be modified; the hexidecimal coding of the keys
  shall be as shown in Table 1 and Figure 1; any excess keys
  shall be left blank and disabled, or preferably removed; if
  an AC power switch is provided, it shall be located behind
  the keyboard; and there shall be a visible indicator, such
  as a green LED, when the keyboard is powered on. Configuration
  - The keyboard shall be available in two configurations:  a
  keyboard assembled with standard non-illuminated keys and a
  keyboard configured with backlighting.  Backlit Specifications
  - The backlit keyboard shall differ from the standard non-illuminated
  keyboard by adhering to the additional specifications: all
  keycaps shall be self-illuminated by conventional methods,
  either the keycap shall be lit contrasting with dark alphanumerics/symbols,
  or the keycap shall be dark with lit alphanumerics/symbols;
  the keyboard shall have an adjustable instrument such as a
  knob that controls the backlighting intensity; and the consumable
  lighting source or bulb for the backlit keys shall be commercially
  available and replaceable with no special tools or requirements.
  Keyboard characteristics - The keyboard shall include the following
  equipment characteristics:  the keyboard shall operate on 120
  volt +/- 10%, 60 Hz power; the keyboard shall consume less
  than 250 watts in the specified voltage range; and the mean
  time between failures shall be greater than or equal to 8,000
  operating hours.  Physical characteristics:  the keyboard shall
  weigh less than 10 lbs.; the keyboard shall be contained in
  the following dimensions - 2.5 inches high, 20 inches wide,
  9 inches long; the power supply shall be contained within the
  following dimensions - 4" x 4" x 5"; and the power supply and
  the cable connecting the keyboard with the power supply shall
  be commercially available from multiple vendors for various
  lengths up to fifteen feet.  Environmental  conditions - the
  keyboard shall operate in the following environments:  temperature
  50(F to 104(F; relative humidity 20% to 80% non-condensing;
  altitude up to 8000 feet; maximum temperature gradient of 15(F
  per hour; and the keyboard shall accommodate shipping and storage
  temperature ranges from -20(F to 140(F.  Safety:  the keyboard
  shall be approved by Underwriter's Laboratory and the keyboard
  shall comply with FAA Class A Radio Frequency Interference
  Regulations.  Host Computer Interface (the host computer interface
  is described in further detail in the Software Interface Control
  Document [SCID].  Note the acronyms RFSP and FSP refer to the
  printer, [replacement] flight strip printer). The keyboard
  shall use the following status sequence:  the keyboard shall
  accept the following status request from the HOST; ESC[xETX.
  The keyboard shall respond to the status request as follows:
   X-OFF (maximum response time of 3.0 seconds); ACK/NAK (maximum
  response time 0.9 seconds)[the keyboard will respond with an
  ACK if it receives the request for status message correctly
  and is able to respond with a correct status byte.  An ACK
  is the correct response, even if the returned status byte indicates
  that an error condition exists, assuming the keyboard is able
  to correctly return the status byte. If the request for status
  message is received with a parity error, or the status byte
  cannot be successfully returned, the keyboard will return a
  NAK.]; STATUS BYTE (maximum response time 0.01 seconds)[If
  a NAK is returned, indicating some sort of error condition,
  the status byte may or may not accompany the response.]; Bits
  0-2 - Device Code (Keyboard Device Code is 1, or 01 Hex); Bit
  3 - On line (always set to default, 1); Bit 4 - Character Parity
  Error (set to 1 for bad parity); Bit 5 - Not Used (Default=0);
  Bit 6 - Device Fault (Default=0); Bit 7 Not Used (Default=0);
  and X-ON (maximum response time 0.01 seconds). Bit 0 is the
  least significant bit (LSB), and bit 7 is the most significant
  bit (MSB).  The keyboard shall respond to a diagnostic request,
  ESC[c ETX, with an X-ON.  The keyboard shall initiate an X-ON
  upon power up.  It is requested that all interested offerors
  submit a detailed description of what they have commercially
  available today that meets, or could be easily modified to
  meet the keyboard hardware specifications contained herein.
   Special attention should be paid to the specification on the
  RS-422 interface and the backlit specifications.  There are
  11 special keycaps required.  Include with your description
  a matrix tying the specifications outlined herein with your
  documentation.  Offerors should also include a non-binding
  quote on costs, segregating start-up costs from unit production
  costs. Offerors should indicate if they have ISO 9000 certification.
  Responses should include the following:  description of similar
  modified keyboard efforts; copies of commercial literature;
  pictures/specifications; past performance on similar efforts
  within the past three years; point of contact listing name,
  address, phone no., FAX no., and Internet address; and capability
  to deliver the required supplies/services.  Companies interested
  in responding to this market survey should submit their written
  response no later than January 21, 1997, to Federal Aviation
  Administration, Attn: Mark C. Brady, Contracting Officer, ASU-330E,
  800 Independence Ave., SW, Room 406, Washington, DC 20591.
   All responses must be marked with the SIR number DTFA01-96-R-18495.
   This is not a request for proposals.  No unsolicited proposals
  are desired and none will be accepted.  The FAA is not liable
  for costs associated with the preparation or submittals of
  inquiries or responses and shall not reimburse firms for any
  costs incurred in responding to this market survey.
CITE: (I-352 SN012973)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 74--Office Machines, Text Processing Systems and Visible
  Record Equipment--Potential Sources Sought
OFFADD: Technical Information Management Section, Second system
  quality Assurance Department, Sofrware, Nippon Telegraph and
  Telephone Corporation, Attn: Mr. Ohsawa, Telephone: +81-43-211-3594
SUBJECT: 74--I)SERVER  (II)SOFTWARE PACKAGE  (III)COMPUTER SERVICE
SOL KANPO 08-166 (So Hon 7)
DUE 011397
POC Point of Contact - NTT America, Inc., Head Office,  212/661-0810
  also NTT America, Inc., Pacific and Western Division, 415/940-6565:
  Contracting Office   Technical Information Management Section,
  Second system quality Assurance Department, Sofrware, Nippon
  Telegraph and Telephone Corporation, Attn: Mr. Ohsawa, Telephone:
  +81-43-211-3594
DESC: This announcement(RFC) is to request provision of general
  reference materials from potential suppliers prior to a procurement
  announcement. This is not a Request for Proposal. This announcement
  does not necessarily promise that a procurement announcement
  will follow. No payment will be made for the information submitted.
   The Outline of system is as follows: (1)Name:(i)Server  (ii)Software
  Package  (iii)Computer service  (2)Quantity:(i)one set   (ii)about
  1,200 sets   (iii)one set  (3)Deadline for RFC:5:00 pm, January
  13, 1997(Mail must arrive no later than the above date.), 
  (4)Addresses to send information for RFC:Technical Information
  Management Section, Second system quality Assurance Department,
  Sofrware, Nippon Telegraph and Telephone Corporation, 1-6 Nakase,
  Mihama-ku, Chiba-shi, Chiba 261 Japan, Attn: Mr. Ohsawa, Telephone:
  +81-43-211-3594 or NTT America, Inc., Head Office, 101 Park
  Avenue, 41st Floor New York, NY 10178, also NTT America, Inc.,
  Pacific and Western Division 700 E. El Camino Real, suite 200
  Mountain View, CA 94040, U.S.A. (5)Language:Japanese or English
LINKURL: http://wwwipo.nttinfo.ntt.co.jp
LINKDESC: 
CITE: (D-352 SN012549)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 76--Books, Maps and Other Publications
OFFADD: Asc/Pkwr Area C Bldg 1 Rm 111, 1940 Allbrook Drive Ste
  3,   Wright-Patterson Afb Oh 45433-5309
SUBJECT: 76--REFERENCE MATERIALS
SOL F33600-97-R-0019
DUE 012497
POC For copy, S. Carter/Pkwrm/[937]257-8344, For additional 
   information contact S. Carter/Pkwrm/[937]257-8344
DESC: Item 0001 NSN 7600-0 - - Standard Poor's subscriptions
  for Air  Force  Libraries world-wide. This is a notice of intend
  of ASC/PKWRM to purchase  subscriptions for Standard and Poor's
  library reference materials for 1995.  Total of 8 different
  titles;   varying quantities of each subscription; multi-ship-to
  list of Air Force  libraries world-wide. . Destn: Various Air
  Force Libraries. Item 0002 17.  "DIRECT ALL REQUESTS FOR SOLICITATIONS
  AND ROUTINE COMMUNICATION CONCERNING  THIS ACQUISITION TO ASC/PKWRM,
    ATTN: Sam Carter, Contract Negotiator, (937) 257-8344), FAX
  (937) 257-6390,  BUILDING 1, AREA C, 1940 ALLBROOK DRIVE, SUITE
  3, WRIGHT-PATTERSON AFB OH  45433-5309." An Ombudsman has been
  established for this acquisition. The  only purpose of the
  Ombudsman   is to receive and communicate serious concerns
  from potential offerors when  an offeror prefers not to use
  established channels to communicate his/her  concern during
  the proposed development phase of this acquisition. Potential
   ! offerors should use established ch annels to request information,
  pose questions, and voice concerns before  resorting to use
  of the Ombudsman, Daniel L. Kugel, ASC/SY, Bldg 52, 2475 K
   Street, STE 1, Wright-Patterson AFB OH 45433-7642, at (513)
  255-3855, with  serious concerns only. The app  roximate issue/response
  date will be 26 Dec 96. No telephone requests. Only  written
  or faxed requests received directly from the requestor are
   acceptable. All responsible sources solicited may submit a
  bid, proposal, or  quotation which shall be considere  d. See
  Note (s) 1.
CITE: (I-351 SN012512)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 77--Musical Instruments, Phonographs and Home-type
  Radios
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: 77--PROCUREMENT OF MUSICAL INSTRUMENTS
SOL N00600-97-R-1036
DUE 010297
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 433-2920 or by electronic mail at CBD_RESPONSE_at_NRCC_DC@MCHFMCCM.NAVY.MIL
  or contact Rodney Gartrell, Code 201.2G, 433-5282 or Barbara
  Morden, Code 201.2, 433-2895.
DESC: The Fleet and Industrial Supply Center Norfolk, Detachment
  Washington, intends to award a competitive commercial item
  contract for the purchase of brand name musical instruments
  for the U.S. Naval Academy Band.  Some of the brand name instruments
  to be purchased are: a Buffet Clarinet, A Besson Euphonium,
  A Yamaha Flute, a Yamaha Saxophone, a Yamaha Sousaphone, a
  Lebanc Bb Clarinet, a Loree English Horn, and a Yamaha Mute
  Systenms, for Trombone.  The quatity varies from 2 to 6 between
  the instruments.  All responsible sources may submit an offer
  which willbe considered.  The SIC Code is 3931.  This is a
  100% Small Business Set-Aside.  Proposal date is estimate only.
   See solicitation for exact date.
CITE: (W-352 SN012813)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings,
  Tents and Flags
OFFADD: Defense Personnel Support Center 2800 So. 20TH St.  Philadelphia,
   PA. 19145-5099
SUBJECT: 83--CLOTH, SATIN GLASS, TYPES IV AND VIIIB
SOL SP0100-97-R-4011
DUE 013197
POC Contact:  DPSC-FOEM-2 buyer-monica Roberts 215/737-3046
DESC: Synopsis of 19 Nov 96 is amended to include a 100% option
  quantity  for both items (type IV and viiib).
CITE: (I-352 SN012581)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings,
  Tents and Flags
OFFADD: Defense Personnel Support Center 2800 So. 20TH St.  Philadelphia,
   PA. 19145-5099
SUBJECT: 83--POLE, TENT, WOOD, TYPE II CLASS 2
SOL SP0100-97-Q-4068
DUE 013197
POC Contact:  DPSC-FOTM-1 buyer-william Kaufman 215/737-2434
DESC: Quotations are requested for the following two items: 
  pole, tent,  wood, type II (Ridge) class 2, 20 Ft 3 1/2 inches,
  NSN  8340-00-188-8401, quantity 200 each, and pole, tent, wood,
  type II  (Ridge) class 2, 11 feet 10 inches, NSN 8340-00-188-8396,
  quantity 100  each.  There will be one delivery to Tracy California
  180 days after date  of award.  END item specification:  MIL-P-549
  total small busines set  aside.  Quotations or requests for
  information may be faxed to William Kaufman,  215-737-8143.
   All responsible sources may submit offer which DPSC shall
   consider.
CITE: (I-352 SN012582)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings,
  Tents and Flags--Potential Sources Sought
OFFADD: SURVIVABILITY DIRECTORATE, US ARMY NATICK RD&E CENTER,
  ATTN: SSCNC-IC, NATICK MA 01760-5019
SUBJECT: 83--FLAME RESISTANT ELASTIC CORD - MARKET RESEARCH
SOL W13G07-CBD7-0018
POC Michael R. Zielinski Special Systems Group (508) 233-4417
  (Site Code DAAK60)
DESC: The US Army Natick RD&E Center is seeking information on
  commercially available Flame Resistant Elastic Cord for flame
  resistant protective clothing. If this item is not commercially
  available, the US Army Natick RD&E Center is seeking sources
  to devlop Flame Resistant Elastic Cord. United States and Foreign
  firms or universities which have the capability or have access
  to existing processes to develop and manufacture this type
  of material on a laboratory, pilot, and commercial scale are
  invited to sumit a summary of their capabilities and samples,
  if available. THIS IS NOT A REQUEST FOR PROPOSALS. NO SOLICITATION
  DOCUMENT IS AVAILABLE.
CITE: (I-352 SN012853)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings,
  Tents and Flags--Potential Sources Sought
OFFADD: GLORIA A. BARRETT, U.S. ARMY PM-SOLDIER, 10401 TOTTEN
  ROAD, FORT BELVOIR VA 22060-5852
SUBJECT: 83--MEETING ON JOINT SERVICE LIGHTWEIGHT INTEGRATED
  SUIT TECHNOLOGY PRE-PLANNED PRODUCT IMPROVEMENT (JSLIST P31)
SOL W13G07-CBD7-0016
POC Gloria Barrett (703) 704-3460 (Site Code DAAK60)
DESC: U.S. Army Soldier Systems Command (PM-Soldier) will hold
  an informal interactive meeting with industry, academia, and
  other government agencies from 1300 to 1700, 16 Jan 97 in the
  Northern Virginia area to discuss the approaches being considered
  to eecute JSLIST P3I. Project Managers on the JSLIST program
  from the U.S. Marine Corps, U.S. Air Force, and U.S. Navy will
  also attend. The JSLIST P3I program is a product improvement
  of the JSLIST I chemical ensemble through use of technology
  insertion. As te follow-on P3I phase to the JSLIST I program,
  JSLIST P3I is seeking the next generation materials technology
  for chemical protective ensemble items to include garments
  and hand cover. Up-front industry and academia input will assist
  in structuring JSLIST P3I to meet Department of Defense (DOD)
  needs for the continual improvement of its fielded chemical
  ensemble. Meeting on 16 Jan will focus on recommendations frm
  the Joint Service Analysis Team (JSAT), a government Integrated
  Product Team (IPT) chartered to analyze testing results and
  program structure of JSLIST I in order to minimize P3I testing
  requirements and maximize P3I scheduling benefits, while taking
  advntage of industry and academia expertise. Continued cooperation
  of a government-industry-academia team should benefit all parties
  and help provide servicemen and women the best chemical protective
  ensemble possible. Neither government nor industry or academia
  participants at this meeting are under any obligation to each
  other for future interaction related to the JSLIST P3I program.
  JSLIST P3I purchase orders o solicitations as applicable will
  be released at a later date. Information provided during this
  meeting will be shared with all participants; no proprietary
  technical data will be discussed; no one-on-one discussions
  will be held. During this meeting, govenment will not share
  results of ongoing or completed JSLIST I tests and industry
  may not provide any technical data on potential materials for
  JSLIST P3I. To register and obtain a packet of briefing information,
  names of industry and academia representatives who will attend
  this meeting should be provided by 3 Jan 97 to Gloria A. Barrett;
  U.S. Army PM-Soldier, 10401 Totten Road., Suite 121, Fort Belvoir
  VA 22060-5852; gbarrett@pm-soldier.us.net; telephone number
  703-704-3460 or FAX 703-704-3820.
CITE: (I-352 SN012855)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 84--Clothing, Individual Equipment and Insignia
OFFADD: Defense Personnel Support Center 2800 So. 20TH St.  Philadelphia,
   PA. 19145-5099
SUBJECT: 84--DECORATION SET, NAVY ACHIEVEMENT.  QUI
SOL SPO100-97-Q-4069
DUE 013197
POC Contact:  DPSC-FOTM-2 buyer-loretta Cicirello,, 215/737-3294
DESC: PR-NO:  YPT96347000003 NSN 8455-00-926-6784, 25,000 -SE
  Del to  Mechanicsburg PA 17055-0789 Del by 14 Jul 97.  See
  NOTES 1, 9, item  description:  decoration set, Navy, achievement
  first article required.   Quantity:  25,000 unit of issue:
   EA production leadtime:  165 days No.  of deliveries:  6 utilizing
  simplified procedures if procurement is under  $100,000.  All
  responsible sources may submit offer which DPSC shall  consider.
CITE: (I-352 SN012592)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 84--Clothing, Individual Equipment and Insignia--Potential
  Sources Sought
OFFADD: GLORIA A. BARRETT, U.S. ARMY PM-SOLDIER, 10401 TOTTEN
  ROAD, FORT BELVOIR VA 22060-5852
SUBJECT: 84--MEETING ON JOINT SERVICE LIGHTWEIGHT INTEGRATED
  SUIT TECHNOLOGY PRE-PLANNED PRODUCT IMPROVEMENT (JSLIST P31)
SOL W13G07-CBD7-0017
POC Gloria Barrett (703) 704-3460 (Site Code DAAK60)
DESC: U.S. Army Soldier Systems Command (PM-Soldier) will hold
  an informal interactive meeting with industry, academia, and
  other government agencies from 1300 to 1700, 16 Jan 97 in the
  Northern Virginia area to discuss the approaches being considered
  to eecute JSLIST P3I. Project Managers on the JSLIST program
  from the U.S. Marine Corps, U.S. Air Force, and U.S. Navy will
  also attend. The JSLIST P3I program is a product improvement
  of the JSLIST I chemical ensemble through use of technology
  insertion. As te follow-on P3I phase to the JSLIST I program,
  JSLIST P3I is seeking the next generation materials technology
  for chemical protective ensemble items to include garments
  and hand cover. Up-front industry and academia input will assist
  in structuring JSLIST P3I to meet Department of Defense (DOD)
  needs for the continual improvement of its fielded chemical
  ensemble. Meeting on 16 Jan will focus on recommendations frm
  the Joint Service Analysis Team (JSAT), a government Integrated
  Product Team (IPT) chartered to analyze testing results and
  program structure of JSLIST I in order to minimize P3I testing
  requirements and maximize P3I scheduling benefits, while taking
  advntage of industry and academia expertise. Continued cooperation
  of a government-industry-academia team should benefit all parties
  and help provide servicemen and women the best chemical protective
  ensemble possible. Neither government nor industry or academia
  participants at this meeting are under any obligation to each
  other for future interaction related to the JSLIST P3I program.
  JSLIST P3I purchase orders o solicitations as applicable will
  be released at a later date. Information provided during this
  meeting will be shared with all participants; no proprietary
  technical data will be discussed; no one-on-one discussions
  will be held. During this meeting, govenment will not share
  results of ongoing or completed JSLIST I tests and industry
  may not provide any technical data on potential materials for
  JSLIST P3I. To register and obtain a packet of briefing information,
  names of industry and academia representatives who will attend
  this meeting should be provided by 3 Jan 97 to Gloria A. Barrett;
  U.S. Army PM-Soldier, 10401 Totten Road., Suite 121, Fort Belvoir
  VA 22060-5852; gbarrett@pm-soldier.us.net; telephone number
  703-704-3460 or FAX 703-704-3820.
CITE: (I-352 SN012854)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 84--Clothing, Individual Equipment and Insignia--Potential
  Sources Sought
OFFADD: SURVIVABILITY DIRECTORATE, US ARMY NATICK RD&E CENTER,
  ATTN: SSCNC-IC, NATICK MA 01760-5019
SUBJECT: 84--COLD WEATHER CANTEEN SYSTEM
SOL W13G07-CBD7-0019
POC David Querim (508) 233-5432 (Site Code DAAK60)
DESC: The U.S. Army Natick Research, Development, and Engineering
  Center, located in Natick, Massachusetts, is looking for your
  assistance in providing the Army with a state of the art Cold
  Weather Canteen System (canteen, cup, and carrier) that meets
  the oldier needs. All manufacturers/distributors interested
  in providing a cold weather canteen for the Armed Services
  should review the following performance requirements and comment
  with their assessment of which requirements their current commercial
  item mets. Manufacturers are asked to provide to what degree
  their commercial products meet the requirements (example: Our
  product will not allow water to freeze when exposed to 15 degrees
  F below zero for 2 hours as opposed to the Army's requirement.)
  The Cold Weather Canteen Performance Requirements are: 1) That
  the canteen hold one to two quarts of liquid; 2) That the canteen
  have a wide enough opening (31 to 50 cm) o allow a soldier
  to use his bayonet to break up initially forming ice; 3) That
  the canteen be able to be heated directly on a campfire to
  quickly thaw frozen contents; 4) That the canteen shape not
  distort when used on a campfire; 5) That the canteen mateial
  not corrode or emit any substance not allowed by the Food and
  Drug Administration during use; 6) That the canteen shall be
  made such that the interior surfaces contain no crevices which
  would allow for bacterial growth; 7) That the mouth be made
  of a low thermal conductive material; 8) That the canteen be
  compatible with the M1 canteen cap (Nuclear, Biological and
  Chemical -NBC hardened) (A sample M1 capmay be obtained by
  calling 508 233-5432); 9) That the canteen have a cup which
  mates with the canteen and a insulated carrier which would
  carry the canteen and cup; 10) That carrier be compatible with
  other current Load Bearing Equipment (attachment points; 11)
  That the system (canteen, cup, and carrier) meets the requirement
  that the canteen contents not freeze when subjected to 4 hours
  at -40 degrees F; 12) That the canteen and cup each be free
  standing. Interested parties should respond with cost data,
  item literature, sample (if possible), and information regarding
  production capacity. Information should be provided by January
  8, 1996. All informatio shall be considered confidential. Information
  should be sent to the following address: U.S. Army Natick RD&E
  Center, ATTN: SSCNC-ICC (QUERIM), Kansas Street, Natick MA
  01760-5019. Contact David Querim at (508)233-5432 if there
  are any questions.
CITE: (I-352 SN012857)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 87--Agricultural Supplies
OFFADD: U. S. ARMY CORPS OF ENGINEERS, OMAHA DISTRICT, 215 NORTH
  17th STREET OMAHA, NE 68102-4978
SUBJECT: 87--RAPID RESPONSE/IMMEDIATE RESPONSE CONTRACTS FOR
  CONTROL/REMEDIATION OF HAZARDOUS, TOXIC AND RADIOACTIVE WASTE
SOL DACA45-97-R-0019
POC Contracting Division at: (402) 221-4266 Plans and specifications
  can be ordered by fax at (402) 221-4530.
DESC: Provide Rapid Response/Immediate Response Contracts for
  control/remediation of Hazardous, Toxic, and Radioactive Waste:
  Solicitation Number DACA45-97-R-0019. Work consists of control
  and/or remediation of sources of contamination at various sites
  throughout the United States, its territories, possessions
  and worldwide. Contractor must be capable of commencing work
  in the field within seventy-two (72) hours of notice of Immediate
  Response Actions. In response to Rapid Response actions, the
  contractor must be capable of commencing on site performance
  within 30 days of receipt of an obligating document. Up to
  three (3) indefinite quanity contracts may be awarded. The
  cumulative award amount for the three contracts shall not exceed
  $150 Million dollars. The RFP will contain criteria for the
  selection, negotiation and award of each Delivery Order. Basic
  performance period is two (2) years plus one (1) three (3)
  year option period, or until the dollar limit of the contracts
  are reached, whichever occurs first. Issue date on or about
  21 Jan 1997. The solicitation is unrestricted and closes on
  or about 6 March 1997. Those offerors who responded to the
  CBD Announcement for Solictation No. DACA45-96-R-0045 need
  not respond, their requests will be included in the mailing
  of Solicitation No. DACA45-97-R-0019.
CITE: (I-352 SN012795)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 87--Agricultural Supplies
OFFADD: NCCOSC RDTE Division, Code D214B, 53570 Silvergate Avenue,
  Bldg. A33, San Diego, CA 92152-5113
SUBJECT: 87--ENGINEERING SERVICES FOR PRODUCT ASSURANCE ON HARDWARE
  AND SOFTWARE
SOL N66001-97-R-5019
POC POC Ms. Nancy J. Trent Code D212, Contract Specialist, (619)553-4491.
  Richard Hammersmith, Contracting Officer. POC for copy, Mr.
  J.C. Norris, (619)553-4331.
DESC: Engineering Services for Product Assurance to Naval Command,
  Control and Ocean Surveillance Center (NCCOSC) RDTE Div, San
  Diego, CA programs, projects and their hardware and computer
  software components. Hardware support includes quality and
  design assurance; system safety; reliability, maintainability
  and reverse engineering. Integrated logistics support, configuration
  management; testing and evaluation. Software support includes
  Independent Verification and Validation (IVV); test bed and
  tool development; metrics application; sizing and cost estimation;
  system and application modeling and simulation. Solicitation
  Document to be issued on or about 01/08/97. Facsimile letters
  are acceptable at (619)553-6976. For copies of solicitation(s)
  only written requests will be honored.
CITE: (I-352 SN012925)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 89--Subsistence (Food)
OFFADD: DIRECTORATE OF CONTRACTING, MCGA DOC BLDG 4197, 2107
  17TH STREET, FT SAM HOUSTON TX 78234-5015
SUBJECT: 89--FURNISH AND DELIVER CRUSHED AND BLOCK ICE TO INCLUDE
  RENTAL OF ICE STORAGE CABINETS AT FORT SAM HOUSTON AND CAMP
  BULLIS, TEXAS
SOL DADA18-97-Q-0045
DUE 010897
POC Contract Specialist JESSE McHANEY (210) 221-3751 (Site Code
  DADA18)
DESC: Furnish crushed and block ice to include rental of ice
  storage cabinets for the Troop Issue Subsistence Activity (TISA)
  at various locations on Fort Sam Houston and Camp Bullis, Texas.
  The Request For Quote (RFQ) will be prepared in accordance
  with FR Part 12 for Commercial Items. Any award as a result
  of this announcement will be only to firms that are on an approved
  list on the Directory of Sanitarily approved Food establishments
  in accordance with Army Regulation 40-657 or they must be inspected
  bythe Veterinary Inspection branch at Fort Sam Houston and
  be approved prior to receiving an award. Deliveries called
  for will be made Monday through Saturday between the hours
  of 7:15 A.M. and 2:00 P.M. at Buildings 4055, 1377, 1350, 2265,
  2789, and 3600 at Fort Sam Houston and 5107 at Camp Bullis.
  The RFQ will be issued on or about 30 December 1996 and the
  time for receipt of offers is not later than 2:30 P.M. on 10
  Jnuary 1998. In order to submit and offer, potential offeror's
  must request a copy of the RFQ DADA18-97-Q-0045. Requests can
  be by fax at (210) 221-4430 or mailed, no telephone requests
  will be accepted. This requirement is a 100% Small Business
  Set-Aside fr small
CITE: (I-352 SN012840)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 89--Subsistence (Food)
OFFADD: Defense Personnel Support Center, 2800 S. 20th Street,
  Phila., PA 19145-5099
SUBJECT: 89--MILK AND ICE CREAM PRODUCTS
SOL SP0300-97-R-D043
DUE 021997
POC Contact: James T. Smith, Contract Specialist at (215) 737-8041
  or William Smith, Contracting Officer at (215) 737-4298.
DESC: McClellan AFB (Exchange) & (Troop Issue), NS Treasure Island
  (Exchange), San Jose Job Corp Center and Treasure Island Satellite
  require Milk and Ice Cream Products for deliveries starting
  01 Mar 97. The contract period will be for 12 months. The acquisition
  will be issued on an unrestricted basis with a 10% evaluation
  prefrence for small disadvantaged business concerns (For Troop
  Issue Only). Materials used in fabrication are to furnished
  by the offeror(s). All responsible sources may submit proposals
  which will be considered by the agency. Solicitation requests
  may be transmitted via facsimile at 215-737-7081 ATTN: DPSC-HFVW.
  Anticipated issuance date is 10 Jan 97.
CITE: (I-352 SN012939)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 89--Subsistence (Food)
OFFADD: Defense Personnel Support Center, 2800 S. 20th Street,
  Phila., PA 19145-5099
SUBJECT: 89--MILK AND MILK PRODUCTS
SOL SP0300-97-R-D037
DUE 021897
POC Contact: Mary Jean Steltz, Contract Specialist at (215) 737-7193
  or Barbara L. Jordan, Contracting Officer at (215) 737-7523.
DESC: US Naval Station Annapolis, MD; VA Baltimore, MD; Ft. Howard,
  MD; NNMC Bethesda, MD; Andrews & Bolling AFB, MD; Malcom Crew
  AFB, MD; USNS Dahlgren, Patuxent River, VA; Vint Hill Farms
  Station, VA; Ft. Meade, MD; Kimbrough Hospital, VAMC Washington,
  DC, Washington, NY; and Anacostia Washington, DC request milk
  and milk products for the period 01 May 97 thru 30 Apr 98.
  The contract will be for 12 months. Unrestricted Acquisition.
  All materials used in fabrication are to be furnished by the
  successful bidder(s). Solicitation requests may be transmitted
  via 215-737-2579 ATTN: Mary Jean Steltz/DPSC-HFMN. All responsible
  sources may submit proposals which will be considered by the
  agency. Anticipated solicitation issuance date 16 Jan 1997.
CITE: (I-352 SN012940)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 91--Fuels, Lubricants, Oils, and Waxes
OFFADD: Defense Fuel Supply Center, 8725 John J. Kingman Rd.,
  Suite 4950,  Ft. Belvoir, VA 22060-6222
SUBJECT: 91--COAL, BITUMINOUS
SOL SP0600-97-R-0049
DUE 020397
POC Contact P. Fordham, Contract Specialist, (703) 767-8533/D.
  Frankel, Contracting Officer, (703) 767-8524
DESC: Modification:  This synopsis was originally published in
  the CBD on 9 Dec 96.  This modification is issued to cancel
  this solicitation in its entirety. Requirements for Rock Island
  Arsenal, Rock Island, IL and for U. S. Penitentiary, Marion,
  IL will be solicited under SP0600-97-R-0047.
CITE: (I-352 SN012821)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 91--Fuels, Lubricants, Oils, and Waxes
OFFADD: Defense Fuel Supply Center, 8725 John J. Kingman Rd.,
  Suite 4950,  Ft. Belvoir, VA 22060-6222
SUBJECT: 91--COAL, BITUMINOUS
SOL SP0600-97-R-0047
DUE 013197
POC Contact P. Fordham, Contract Specialist, (703) 767-8533/D.
  Frankel, Contracting Officer, (703) 767-8524
DESC: Modification:  This synopsis was originally published in
  the CBD on 9 Dec and modified on 11 Dec 96.  This modification
  is issued to add the following items:  Rock Island Arsenal,
  Rock Island, IL, estimated quantity 15,000 net tons and U.
  S. Penitentiary, Marion, IL, estimated quantity 4,000 net tons
  and will be solicited as unrestricted.  Total unrestricted
  quantity is 19,000 net tons. Total small business set-aside
  quantity remains at 13,650 net tons.  All other information
  published in the original synopsis remains the same.
CITE: (I-352 SN012822)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 91--Fuels, Lubricants, Oils, and Waxes
OFFADD: Defense Fuel Supply Center, 8725 John J. Kingman Rd.,
  Suite 4950,  Ft. Belvoir, VA 22060-6222
SUBJECT: 91--DISTILLATES
SOL SP0600-97-R-0054
DUE 012797
POC Contact K. Fantasia, Contract Specialist, (703) 767-9551/E.
  A. Munns, Jr., Contracting Officer, (703) 767-9543
DESC: Diesel fuel, Arctic grade, quantity 165,000 U. S. Gallons
  for Eielson AFB, AK.  Contract period:  Date of award through
  30 Sep 97.  Requirements-type fixed price contract with economic
  price adjustment.  Facsimile offers are authorized, (703) 767-8506.
   See Note 12.  All responsible sources may submit a proposal
  which shall be considered.
CITE: (I-352 SN012823)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 91--Fuels, Lubricants, Oils, and Waxes
OFFADD: Defense Fuel Supply Center, 8725 John J. Kingman Rd.,
  Suite 4950,  Ft. Belvoir, VA 22060-6222
SUBJECT: 91--FUEL OIL AND KEROSENE FOR JAPAN
SOL SP0600-97-R-0107
DUE 030797
POC Contact P. Burke, Contract Specialist, (703) 767-9531/R.
  Bone, Contracting Officer, (703) 767-9536
DESC: Fuel oil, burner, Class 1 (FJ1), NSN:  9140-01-408-7183,
  quantity 67,880,925 U. S. Gallons; Fuel oil, burner, Class
  3 (FJ3), NSN: 9140-01-408-7198, quantity 10,080,000 U. S. Gallons,
  both FJ items under Spec JIS K 2204, .2% sulfur maximum; Kerosene
  1-K, Class 1 (KJ1), NSN:  9140-01-408-7211, quantity 1,695,825
  U. S. Gallons; Kerosene 2-K, Class 2 (KJ2), NSN:  9140-01-408-7221,
  quantity 562,000 U. S. Gallons, both items under Spec JIS K
  2203. Facsimile offers are authorized, (703) 767-8506.  Hard
  copies  must be received at DFSC within ten (10) days of the
  closing date.  See Note 12.  All responsible sources may submit
  a proposal which shall be considered.
CITE: (I-352 SN012871)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 93--Nonmetallic Fabricated Materials
OFFADD: Gemini 8-m Telescopes Project, AURA, 950 N. Cherry Ave.,
  P.O. Box 26732, Tucson, Arizona, 85726-6732. FAX (520) 318-8590
SUBJECT: 93--FABRICATION OF 50 CARBON COMPOSITE BAFFLE LEAVES
SOL 8101298
DUE 010397
POC John Roberts (520) 318-8413, Contracts Manager, Andrew Flach
  (520) 318-8537.
DESC: The Gemini 8-m Telescopes Project is seeking qualified
  firms to fabricate 50 carbon composite baffle leaves that will
  be used as part of the M2 Deployable Baffle assemblies on the
  Gemini telescopes. Each leaf will be composed of high-stiffness
  carbon composite, be approximately 300 mm wide, 560 mm long
  and 2.5 mm thick, and be curved about its long axis. Each leaf
  will also have a stainless steel backing plate bonded to it.
CITE: (M-352 SN012885)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 95--Metal Bars, Sheets and Shapes
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 95--PLATE, METAL STEEL, HIGH TENSILE, HOT ROLLED
SOL SP0500-97-Q-E612
DUE 010697
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  John E Riccio/YBA14/X5473 buyer:  Randy
   Kehrt/YBA12/X5403
DESC: PR-NO:  YPI96313001987 NSN 9515-01-409-2727, @WIDTH96.000
  inches  nominal @LENGTH33.000 feet nominal @CROSS-SECTIONAL
  THICKNESS0.3750 inches  nominal @MATERIALSTEEL, MIL-S-22698,
  grade eh-36t, class U 15 -PM Del  to Tracy CA 95376-5000 Del
  by 04 Jan 97.  RFQ due date 97 Jan 06 specs:   MIL-S-22698C
  predominant material:  steel size/dimen:  0.375 in thk, 96
   in W, 396 in LG this is a fixed quantity primary quantity:
   15 plates  delivery schedule:  80 days offers will be evaluated
  with a 10%  preference for small disadvantaged business concerns
  specs/Dwgs are not  required other NOTE:  award will be made
  only to contractor's on the  qualified suppliers list to obtain
  a copy of this solicitation please FAX  request to (215) 697-6333,
  X1462, X2978.
CITE: (I-352 SN012597)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous--Potential Sources Sought
OFFADD: GLORIA A. BARRETT, U.S. ARMY PM-SOLDIER, 10401 TOTTEN
  ROAD, FORT BELVOIR VA 22060-5852
SUBJECT: 99--MEETING ON JOINT SERVICE LIGHTWEIGHT INTEGRATED
  SUIT TECHNOLOGY PRE-PLANNED PRODUCT IMPROVEMENT (JSLIST P3I)
SOL W13G07-CBD7-0015
POC Gloria Barrett (703) 704-3460 (Site Code DAAK60)
DESC: U.S. Army Soldier Systems Command (PM-Soldier) will hold
  an informal interactive meeting with industry, academia, and
  other government agencies from 1300 to 1700, 16 Jan 97 in the
  Northern Virginia area to discuss the approaches being considered
  to eecute JSLIST P3I. Project Managers on the JSLIST program
  from the U.S. Marine Corps, U.S. Air Force, and U.S. Navy will
  also attend. The JSLIST P3I program is a product improvement
  of the JSLIST I chemical ensemble through use of technology
  insertion. As te follow-on P3I phase to the JSLIST I program,
  JSLIST P3I is seeking the next generation materials technology
  for chemical protective ensemble items to include garments
  and hand cover. Up-front industry and academia input will assist
  in structuring JSLIST P3I to meet Department of Defense (DOD)
  needs for the continual improvement of its fielded chemical
  ensemble. Meeting on 16 Jan will focus on recommendations frm
  the Joint Service Analysis Team (JSAT), a government Integrated
  Product Team (IPT) chartered to analyze testing results and
  program structure of JSLIST I in order to minimize P3I testing
  requirements and maximize P3I scheduling benefits, while taking
  advntage of industry and academia expertise. Continued cooperation
  of a government-industry-academia team should benefit all parties
  and help provide servicemen and women the best chemical protective
  ensemble possible. Neither government nor industry or academia
  participants at this meeting are under any obligation to each
  other for future interaction related to the JSLIST P3I program.
  JSLIST P3I purchase orders o solicitations as applicable will
  be released at a later date. Information provided during this
  meeting will be shared with all participants; no proprietary
  technical data will be discussed; no one-on-one discussions
  will be held. During this meeting, govenment will not share
  results of ongoing or completed JSLIST I tests and industry
  may not provide any technical data on potential materials for
  JSLIST P3I. To register and obtain a packet of briefing information,
  names of industry and academia representatives who will attend
  this meeting should be provided by 3 Jan 97 to Gloria A. Barrett;
  U.S. Army PM-Soldier, 10401 Totten Road., Suite 121, Fort Belvoir
  VA 22060-5852; gbarrett@pm-soldier.us.net; telephone number
  703-704-3460 or FAX 703-704-3820.
CITE: (I-352 SN012856)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition
   Center (AMSTA-AQ-DS), Warren, MI 48397-5000
SUBJECT: A--TACTICS SYS ARC
CNT DAAE0793CR042P00026
AMT $199,920
DTD 121096
TO Tasc Inc., 55 Walkers Brook Dr Reading, MA018673932
CITE: (I-351 SN012499)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition
   Center (AMSTA-AQ-DS), Warren, MI 48397-5000
SUBJECT: A--ANTI DOZING AID
CNT DAAE0796CX177P00001
AMT $179,690
DTD 121096
TO Brtrc, Inc, 8260 willow oaks corporate Fairfax, VA220310000
CITE: (I-351 SN012501)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition
   Center (AMSTA-AQ-DS), Warren, MI 48397-5000
SUBJECT: A--INTRAVEHICLE EL
CNT DAAE0796CX132P00001
AMT $1,057,218
DTD 121196
TO Environmental research, 1975 green Rd Ann Arbor, MI481134001
CITE: (I-351 SN012502)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: A--ABRASIVE WHEELS
POC K. Palmer
CNT N00406-97-D-4032
AMT $33,258
LINE N/A
DTD 121196
TO e.f. bailey co 5610 4th ave south seattle wa 98108
CITE: (I-352 SN012776)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: A--ABRASIVE WHEELS
POC K. Palmer
CNT N00406-97-D-4033
AMT $27,359
LINE N/A
DTD 121196
TO spede tool manufacturing co 10042 rancho raod p o box 40 adelanto
  ca 92301
CITE: (I-352 SN012777)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: AFOSR, 110 Duncan Avenue, Room B115, Bolling AFB DC 20332-8080
SUBJECT: A--FABRICATION OF TIC FIBERS VIA POLYMER PYROLYSIS
POC Kathryn Pheulpin, (202) 767-0623
CNT F49620-97-C-0001
AMT $336,000
LINE N/A
DTD 111396
TO Chemat Technology, Inc., 19365 Business Center Dr., Northridge,
  CA 91324
CITE: (I-352 SN012904)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: Centers for Disease Control and Prevention (CDC), Procurement
  & Grants Office, Program Acquisition Branch, 255 East Paces
  Ferry Rd, NE, Rm 500, Atlanta, GA 30305
SUBJECT: B--EVALUATION OF THE USE AND EFFICACY OF INFECTION CONTROL
  MEASURES FOR PREVENTION OF NOSOCOMIAL TRANSMISSION OF MULTI-DRUG
  RESISTANT TB TO PATIENTS AND HEALTH CARE WORKERS
POC Allyson R. Shoe, Contract Specialist, (404) 842-6636
CNT 200-96-0523
AMT $89,409
LINE N/A
DTD 093096
TO Jackson Memorial Hospital, 1611 NW 12th Avenue, Miami, Florida
  33136-1094
CITE: (I-352 SN012893)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: Centers for Disease Control and Prevention (CDC), Procurement
  & Grants Office, Program Acquisition Branch, 255 East Paces
  Ferry Rd, NE, Rm 500, Atlanta, GA 30305
SUBJECT: B--EVALUATIONS OF CHANGES IN IMMUNIZATION COVERAGE ACHIEVED
  IN TARGET POPULATIONS SERVED BY EACH OF THE ACADEMIC MEDICAL
  CENTER PROJECT AREAS
POC Allyson R. Shoe, Contract Specialist, (404) 842-6636
CNT 200-97-0604
AMT $2,983,871
LINE N/A
DTD 101596
TO Westat, Inc., 1650 Research Boulevard, Rockville, MD 20850
CITE: (I-352 SN012894)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: Centers for Disease Control and Prevention (CDC), Procurement
  & Grants Office, Program Acquisition Branch, 255 East Paces
  Ferry Rd, NE, Rm 500, Atlanta, GA 30305
SUBJECT: B--ASSISTANCE TO SUPPORT THE EVALUATION OF ADOLESCENT,
  HIV/STD PREGNANCY PREVENTION PROGRAMS AND COMPREHENSIVE SCHOOL
  HEALTH PROGRAMS
POC Allyson R. Shoe, Contract Specialist, (404) 842-6636
CNT 200-96-0517
AMT $4,687,735
LINE N/A
DTD 093096
TO Academy for Educational Development, 1255 23rd Street, N.W.,
  Washington, D.C. 20037
CITE: (I-352 SN012920)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: Centers for Disease Control and Prevention (CDC), Procurement
  & Grants Office, Program Acquisition Branch, 255 East Paces
  Ferry Rd, NE, Rm 500, Atlanta, GA 30305
SUBJECT: B--SURVEILLANCE OF OCCUPATIONAL EXPOSURES AND INFECTIONS
  AMONG HOSPITAL-BASED HEALTH CARE WORKERS
POC Allyson R. Shoe, Contract Specialist, (404) 842-6636
CNT 200-96-0545
AMT $306,121
LINE N/A
DTD 093096
TO Beth Israel Medical Center, First Avenue at 16th Street, New
  York, New York 10003
CITE: (I-352 SN012921)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: Centers for Disease Control and Prevention (CDC), Procurement
  & Grants Office, Program Acquisition Branch, 255 East Paces
  Ferry Rd, NE, Rm 500, Atlanta, GA 30305
SUBJECT: B--SURVEILLANCE OF OCCUPATIONAL EXPOSURES AND INFECTIONS
  AMONG HOSPITAL-BASED HEALTH CARE WORKERS
POC Allyson R. Shoe, Contract Specialist, (404) 842-6636
CNT 200-96-0548
AMT $267,290
LINE N/A
DTD 093096
TO Mount Sinai School of Medicine, One Gustave L. Levy Place,
  New York, New York 10029-6574
CITE: (I-352 SN012922)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: Centers for Disease Control and Prevention (CDC), Procurement
  & Grants Office, Program Acquisition Branch, 255 East Paces
  Ferry Rd, NE, Rm 500, Atlanta, GA 30305
SUBJECT: B--SURVEILLANCE OF OCCUPATIONAL EXPOSURES AND INFECTIONS
  AMONG HOSPITAL-BASED HEALTH CARE WORKERS
POC Allyson R. Shoe, Contract Specialist, (404) 842-6636
CNT 200-96-0549
AMT $404,866
LINE N/A
DTD 093096
TO Presbyterian Hospital, Columbia-Presbyterian Medical Center,
  New York, New York 10032-3784
CITE: (I-352 SN012928)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: Centers for Disease Control and Prevention (CDC), Procurement
  & Grants Office, Program Acquisition Branch, 255 East Paces
  Ferry Rd, NE, Rm 500, Atlanta, GA 30305
SUBJECT: B--SURVEILLANCE OF OCCUPATIONAL EXPOSURES AND INFECTIONS
  AMONG HOSPITAL-BASED HEALTH CARE WORKERS
POC Allyson R. Shoe, Contract Specialist, (404) 842-6636
CNT 200-96-0546
AMT $251,362
LINE N/A
DTD 093096
TO Boston University, 88 East Newton Street, Boston, MA 02118
CITE: (I-352 SN012929)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: H--Quality Control, Testing and Inspection Services
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: H--OVERHAUL GFE
POC J. Gregg
CNT N00406-97-D-5005
AMT $224,914
LINE N/A
DTD 121296
TO Coltec industries inc 18926 13th pl so seattle wa 98148
CITE: (I-352 SN012778)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: WR-ALC/PKXOA, 235 Byron St, Robins AFB, GA 31098-1611
SUBJECT: J--SERVICES ALL MATERIAL NECESSARY FOR COST PLUS FIXED
  FEE REPAIRS
POC N/A
CNT F09603-96-C-0031-P00007/F09603-97-R-21218
AMT $3,649,127.00
LINE N/A
DTD 121396
TO To: McDonnell Douglas Aerospace, P O BOx 516, Saint Louis,
  63166-0516
CITE: (W-352 SN012872)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Commander (v), U.S. Coast Guard, Maintenance and Logistics
  Command Atlantic, 300 E. Main St., Suite 600, Norfolk, VA 23510-9102
SUBJECT: J--EMERGENCY DRYDOCK REPAIRS TO USCGC JUNIPER (WLB-201)
POC Contact Mr. Pyong N. Ko, Contracting Officer (757) 628-4645
CNT DTCG80-97-D-3FA752
AMT $117,949
LINE N/A
DTD 121196
TO COLONNA'S SHIPYARD, INC., 400 EAST INDIAN RIVER ROAD, NORFOLK,
  VA 23523
CITE: (I-352 SN012947)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: Phoenix Area Indian Health Service, 3738 N. 16th Street,
  Suite A, Phoenix, AZ 85016-5981
SUBJECT: Q--HOSPITAL SERVICES
POC Peggy S. Monroe, Contract Specialist (602) 640-2078 or Rudolph
  Buckman, Supervisory Contract Specialist (602) 640-2072.
CNT 247-97-0026, per RFP 781
AMT $200,000.00
DTD 121596
TO OrNda Healthcorp--Arizona, 1800 E. Van Buren, Phoenix, Arizona
  85006
CITE: (M-352 SN012886)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Fleet and Industrial Supply Center, San Diego, Bid Officer,
  937 N. Harbor Drive, San Diego, CA 92132-0212
SUBJECT: R--TELEPHONE OPERATIONS SUPPORT
POC Contracting Officer, Teddy M. Santos; Contract Specialist
  Steve Cannon,(619)532-2566
CNT N00244-97-C-8001 awarded for a base year and two option years.
AMT $74,726
DTD 121296
TO Systems Development Corporation, 6703 Odyssey Drive, Suite
  103, Huntsville, AL  35806-3301
CITE: (I-351 SN012522)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: NIH, OPM, AB-A, EPS, Rm 806, 6120 Executive Blvd., MSC
  7260 Bethesda, Maryland 20892-7260
SUBJECT: R--PATENT LEGAL SERVICE
POC Anthony M. Revenis, J.D., Contracting Officer, (301)402-3073,
  FAX- 3406.
CNT 263-97-D-0022
AMT $2,242,600.00
LINE ALL
DTD 121396
TO Morgan & Finnegan 345 Park Ave., New York, NY 10154-0053
CITE: (I-352 SN012938)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: NIH, OPM, AB-A, EPS, Rm 806, 6120 Executive Blvd., MSC
  7260 Bethesda, Maryland 20892-7260
SUBJECT: R--PATENT LEGAL SERVICE
POC Anthony M. Revenis, J.D., Contracting Officer, (301)402-3073,
  FAX- 3406.
CNT 263-97-D-0023
AMT $1,982,000.00
LINE N/A
DTD 121396
TO Needle & Rosenberg Suite 1200, 127 Peachtree St., NE, Atlanta,
  GA 30303-1811
CITE: (I-352 SN012944)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: NIH, OPM, AB-A, EPS, Rm 806, 6120 Executive Blvd., MSC
  7260 Bethesda, Maryland 20892-7260
SUBJECT: R--PATENT LEGAL SERVICE
POC Anthony M. Revenis, J.D., Contracting Officer, (301)402-3073,
  FAX- 3406.
CNT 263-97-D-0024
AMT $1,509,250.00
LINE N/A
DTD 121396
TO Spencer & Frank Suite 300 East, 1100 New York Ave, NW Washington,
  DC 20005-3955
CITE: (I-352 SN012946)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: NIH, OPM, AB-A, EPS, Rm 806, 6120 Executive Blvd., MSC
  7260 Bethesda, Maryland 20892-7260
SUBJECT: R--PATENT LEGAL SUPPORT
POC Anthony M. Revenis, J.D., Contracting Officer, (301)402-3073,
  FAX- 3406.
CNT 263-97-D-0020
AMT $1,872,300.00
LINE N/A
DTD 121396
TO Medlen & Carroll, 220 Montgomery St., Suite 2200, San Francisco,
  CA 94104
CITE: (I-352 SN012948)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: 37th Contracting Squadron, 1655 Selfridge Avenue, Lackland
  AFB, TX 78236-5253
SUBJECT: S--PUMP GREASE/SAND TRAPS
POC Sharon Roemmich, 210-671-1738
CNT F41636-97-D0002
AMT $767,967.00
LINE 0001-4008
DTD 121696
TO CCR, Inc., PO Box 544, Helotes TX  78023
EMAIL roemmichs@lakgate1.lak.aetc.af.mil
EMAILDESC: 
CITE: (W-352 SN012836)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Procurement & Contracts Office, Washington Headquarters
  Services, 1155 Defense Pentagon, Washington, DC 20301-1155
SUBJECT: S--PROVIDE LANDSCAPE MAINTENANCE SERVICES AT THE PENTAGON
  COMPLEX AND PENTAGON UTILITIES PLANT, ARLINGTON, VIRGINIA!!
POC Joyce Lofty, Contract Specialist!!
CNT MDA946-97-C-0006!!
AMT $467,686 (Initial Period)!!
LINE N/A!!
DTD 120596
TO Custom Lawn Service, 7146 Presley Road, Lanham, MD  20706!!
CITE: (W-352 SN012873)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Drug Enforcement Administration, 700 Army Navy Drive,
  Arlington, Virginia 22202
SUBJECT: S--GROUNDS, ROADS, AND PARKING LOT MAINTENANCE SERVICES
POC Doreen Upshur, Contract Specialist, (202) 307-7806.
CNT DEA-97-C-0005
AMT $195,795.00
LINE N/A
DTD 121296
TO The Growing Concern, 1918 Bassett, El Paso, Texas 79901
CITE: (I-352 SN012943)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: Mount Rushmore National Memorial, Box 268, Keystone,
  South Dakota 57751
SUBJECT: T--EXHIBIT FABRICATION
POC Donna K. Kalvels, 605/574-2523 X 110, Contracting Officer
CNT 1443-CX-1500-97-002
AMT $1,369,035.00
DTD 121696
TO Universal Exhibits, 9517 East Rush Street, South El Monte,
  CA 91733
CITE: (I-351 SN012523)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: Philadelphia Regional Printing Procurement Office, U.S.
  Government Printing Office, Southampton Office Park, Suite
  A-190, 928 Jaymore Road, Southampton, PA 18966
SUBJECT: T--OFFSET PRINTING
CNT Program 2227-S
AMT $55,962.40
DTD 120296
TO McDonald & Eudy Printers, Inc., 4509 Beech Road, Temple Hills,
  MD 20748
CITE: (M-352 SN012754)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: North Central Regional Contracting, 1300 Metropolitan
  Ave, Leavenworth, KS 66048
SUBJECT: U--ADVANCED OCCUPATIONAL EDUCATION FOR THE FEDERAL MEDICAL
  CENTER, ROCHESTER, MN
POC Contact Supervisor Contract Specialist/Toni Andruk (913)682-8700,
  ext. 302.
CNT J127c-105
AMT $36,684.00
LINE N/A
DTD 120996
TO Rochester Community and Technical College, 851 30th Avenue
  SE, Rochester, MN 55904
CITE: (I-352 SN012780)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: VA Medical Center, Contract Office, 2215 Fuller Road,
  Ann Arbor, MI 48105
SUBJECT: V--BASIC LIFE SUPPORT & ADVANCED LIFE SUPPORT AMBULANCE
  TRANSPORTATION SERVICES
POC Shirley Sanderson, (313) 930-5591
CNT V506P-2973
AMT $156,510
LINE 1a-1i & 2a-2g
DTD 121396
TO Huron Valley Ambulance, 2215 Hogback Rd., Ann Arbor, MI 48105
CITE: (I-352 SN012942)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Federal Highway Administration, Loudoun Tech Center,
  21400 Ridgetop Circle, Sterling, VA 20166-6511
SUBJECT: Y--VICKSBURG NATIONAL MILITARY PARK PROJECT PRA-VICK
  500(2) (SECOND PROPOSAL)
CNT DTFH71-97-C-00001
AMT $256,740.00
DTD 120996
TO Shiloh Contractors, Inc., 805 Franklin Drive, Clinton, MS
  39056
CITE: (I-351 SN012507)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Umpqua National Forest, P.O. Box 1008, Roseburg, OR 97470
SUBJECT: Y--STORAGE BUILDING CONSTRUCTION
CNT Award No. 50-04T1-7-5
AMT $163,471.00
DTD 112596
TO Northern Management Services, Inc., P.O. Box 1764, Sandpoint,
  ID 83864
CITE: (M-352 SN012720)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Umpqua National Forest, P.O. Box 1008, Roseburg, OR 97470
SUBJECT: Y--JACKSON CREEK NO. WATERSHED RESTORATION
CNT Award No. 43-04T1-7-2011
AMT $31,246.89
DTD 112796
TO Sullivan & Co., Inc., 2841 Del Rio Road, Roseburg, OR 97470
CITE: (M-352 SN012721)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: DEPARTMENT OF THE ARMY, MEMPHIS DISTRICT, CORPS OF ENGINEERS,
  167 N MAIN ST RM B202 ATTN: CELMM-CT, MEMPHIS TN 38103-1894
SUBJECT: Y--MAIN & DITCH 2, ITEM NO. 2, TWO COUNTY BRIDGES AT
  MILES 17.12 AND 19.85, PEMISCOT COUNTY, MISSOURI, ST. FRANCIS
  BASIN PROJECT - CONSTRUCTION
POC N/A (Site Code DACW66)
CNT DACW66-97-C-0010
AMT $621,703
DTD 112196
TO ROBERTSON INC BRIDGE & GRADING DIVISION, P O BOX 880, POPLAR
  BLUFF, MO 63902
CITE: (I-352 SN012847)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Commanding Officer, Naval Facilities Engineering Command,
  P. O. Box 190010, North Charleston, SC  29419-9010.
SUBJECT: Z--C-17 ADAL APRON/HYDRANT SYSTEM, PHASE III, CHARLESTON
  AIR FORCE BASE, SC
POC N/A
CNT N62467-93-C-0763
AMT $9,876,000.00
DTD 121396
TO Bell Constructors, Inc. 1340 Lexington Ave., Rochester, NY
  14606
CITE: (I-351 SN012514)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 354 Contracting Squadron/LGCC, 3112 Broadway Ave, Unit
  5B, Eielson AFB, Alaska 99702-1887
SUBJECT: Z--CONSTRUCT NEW FIRE STATION
POC Damon Cheatham, (907) 377-2445, Contract Administrator, Eielson
  AFB, Alaska.
CNT F65503-97-C0002
AMT $2,528,000
LINE 0001
DTD 111496
TO Alcan General, Inc., P.O. Box 91535, Anchorage, AK 99509
CITE: (M-352 SN012761)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Engineering Services - Dallas, 1200 Main Street, Room
  1900, Dallas, Texas 75202-4348
SUBJECT: Z--TUBA CITY QUARTERS AND FACILITIES RENOVATIONS, TUBA
  CITY IHS, TUBA CITY, ARIZONA
POC Wanda L. Burton (214) 767-3492
CNT 161-97-0006
AMT $500,000.00
DTD 121796
TO Roger A. Hoerauf Co., 1150 Patterson Lane, Pacific Grove,
  CA 93950
CITE: (W-352 SN012769)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: C1(16) F010 OIC of NAVFAC Contracts, NAV Submarine Base
  New London, Box 26, Bldg 135, Groton CT 06349-5026
SUBJECT: Z--INDEFINITE QUANTITY ROOF REPAIRS, NAVAL SUBMARINE
  BASE, NEW LONDON, GROTON, CT
POC Joyce Edmond, Contract Specialist (860) 449-5136.
CNT N62472-96-D-5703
AMT $3,420,710.00
LINE N/A
DTD 120996
TO The Hartford Roofing Company, Inc., 734 Hebron Avenue, Glastonbury,
  Ct 06033
CITE: (I-352 SN012788)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: DEPARTMENT OF THE ARMY, MEMPHIS DISTRICT, CORPS OF ENGINEERS,
  167 N MAIN ST RM B202 ATTN: CELMM-CT, MEMPHIS TN 38103-1894
SUBJECT: Z--INDEFINITE QUANTITY INDEFINITE DELIVERY CONTRACT
  FOR MISCELLANEOUS REPAIRS WITHIN THE MEMPHIS DISTRICT
POC N/A (Site Code DACW66)
CNT DACW66-97-D-0004
AMT $8,062,414
DTD 112696
TO RANDY KINDER EXCAVATING INC, PO BOX 758, DEXTER, MO 63841
CITE: (I-352 SN012846)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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--GIWW-CHANNEL TO PORT MANSFIELD, TEXAS, DREDGING CHANNEL
  TO PORT MANSFIELD IN WILLACY COUNTY, TEXAS
POC Contracting Officer Mary A. Monnell (409) 766-3851 (Site
  Code DACW64)
CNT DACW64-97-C-0005 IFB NO. DACW64-96-B-0032
AMT $2,142,340
DTD 121396
TO MIKE HOOKS INC, PO BOX 1525, LAKE CHARLES, LA 70602
CITE: (I-352 SN012848)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: OICC, Box 368113, Navy Public Works Center, 2730 McKean
  Street, San Diego, CA 92136
SUBJECT: Z--INSTALL AMMO PIER LIGHTNING PROTECTION NAVAL AIR
  STATION NORTH ISLAND SAN DIEGO CALIFORNIA
POC n/a.
CNT N63387-96-B-3369
AMT $125,457.00
LINE N/A
DTD 112796
TO Southern Contracting Company 559 N Twin Oaks Valley Road San
  Marcos California 92069
CITE: (I-352 SN012913)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: OICC, Box 368113, Navy Public Works Center, 2730 McKean
  Street, San Diego, CA 92136
SUBJECT: Z--INSTALL AMMO PIER LIGHTNING PROTECTION NAVAL AIR
  STATION NORTH ISLAND SAN DIEGO CALIFORNIA
POC n/a.
CNT N63387-96-C-3369
AMT $125,457.00
LINE N/A
DTD 112796
TO Southern Contracting Company 559 N Twin Oaks Valley Road San
  Marcos California 92069
CITE: (I-352 SN012916)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: OICC, Box 368113, Navy Public Works Center, 2730 McKean
  Street, San Diego, CA 92136
SUBJECT: Z--PROVIDE SEWAGE PUMP AND ACCESSORIES IN LABORATORY
  BUILDING AT THE SEWAGE TREATMENT PLANT NO 2 AT THE MARINE CORPS
  BASE CAMP PENDLETON OCEANSIDE CALIFORNIA
POC n/a.
CNT N63387-96-C-4680
AMT $61,948.00
LINE N/A
DTD 121096
TO Pacific Sonlight Electrical Services 43510 Verde Rd Temecula
  California 92592
CITE: (I-352 SN012917)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: U.S. DOE, Western Area Power Administration, 200 4th
  Street SW, Huron, SD 57350
SUBJECT: Z--BONESTEEL SUBSTATION, STAGE 04, SOUTH DAKOTA
POC James E. Dickey, Contract Specialist, (605) 353-9215 James
  E. Dickey, Contracting Officer.
CNT DE-AC65-97WC10804
AMT $494,721.00
LINE LINE ITEMS 1-25
DTD 120296
TO Addison Construction Company, 1526 Horse Creek Road, Cheyenne,
  WY 82009
CITE: (I-352 SN012949)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 10--Weapons
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 10--LINK, CONVEYOR ELEMENT. CAST STEEL MATERIAL.
SOL SP0760-96-Q-T402
CNT SP0760-97-M-4814
AMT $35,534.94
LINE 0001 THROUGH 0009
DTD 121696
TO Goodman ball Inc 3639 Haven Ave Menlo Park CA 94025-1009
CITE: (I-352 SN012583)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 14--Guided Missiles
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 14--MULTIPIER,AMPLIFIER
POC Contact Point, Donald     C Hinkson, 0234.06, (215)697-2598,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038396D005F7001, NIIN 001221344
AMT $57,480
DTD 121296
TO Litton Solid State Div , Santa Clara ,CA 95054-3095
CITE: (I-352 SN012621)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--INSULATION, THERMAL
SOL SP0460-96-Q-LL01
CNT SP0460-97-M-2396
AMT $25,564.00
LINE 0001
DTD 121696
TO Hi-temp insulation Inc 4700 Calle Alto Camarillo CA 93010-8509
CITE: (I-351 SN012536)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--SUPPORT ASSY, AFT CR
SOL SP0460-96-R-2602
CNT SP0460-97-M-6339
AMT $84,042.00
LINE 0001 THROUGH 0002
DTD 121696
TO W and G Machine Co Inc 4 Hamden Park Dr P.O.Box 6187 Hamden
  CT  06517-3149
CITE: (I-352 SN012558)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--RIB, AIRFOIL
SOL SP0460-96-Q-XT11
CNT F09603-94-G-0035-XHV7
AMT $110,403.60
LINE 0001
DTD 121696
TO Lockheed Martin Corp Lockheed Martin Aeronautical Systems
  86 S  Cobb Dr Marietta GA 30063
CITE: (I-352 SN012560)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--FOAM, PROTECTIVE, FUEL
SOL SP0460-95-R-4129
CNT SP0460-97-C-5108
AMT $134,000.00
LINE 0001 THROUGH 0002
DTD 121696
TO Engineered Fabrics Corp 669 Goodyear St Rockmart GA 30153
CITE: (I-352 SN012561)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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--LEADING EDGE,AIRCRA
POC Contact Point, Beverly    D Brooks, 0221.08, (215)697-6462,
  Fax, (215)697-0491, Twx, Not-avail
CNT N0038393GB4179087, NIIN 012866684
AMT $367,706
DTD 121296
TO Mcdonnell Douglas Corp , St Louis ,MO 63166-0516
CITE: (I-352 SN012622)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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--LEADING EDGE,AIRCRA
POC Contact Point, Beverly    D Brooks, 0221.08, (215)697-6462,
  Fax, (215)697-0491, Twx, Not-avail
CNT N0038393GB4179088, NIIN 012866685
AMT $220,705
DTD 121296
TO Mcdonnell Douglas Corp , St Louis ,MO 63166-0516
CITE: (I-352 SN012623)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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--SAS ACTUATOR ASSY
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038394G811NLFU6, NIIN 011291256
AMT $214,550
DTD 102396
TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129
CITE: (I-352 SN012624)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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--FLAP,SPOILER
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
CNT N0038396G006A5028, NIIN 002612960
AMT $249,158
DTD 121196
TO Lockheed Aeroparts Inc , Johnstown ,PA 15904-1961
CITE: (I-352 SN012625)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 16--LIGHT TRIM PANEL
SOL SP0460-96-Q-LP12
CNT F09603-96-G-0001-TYQ1
AMT $31,307.31
LINE 0001
DTD 121696
TO McDonnell Douglas Corp McDonnell Douglas Aerospace Lambert
  St  Louis Intl Airport P.O.Box 516 Saint Louis Mo 63166-0516
CITE: (I-351 SN012533)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 16--SCREW AND TUBE, ACTU
SOL SPO460-96-Q-AF46
CNT SP0460-97-M-4624
AMT $47,052.00
LINE 0001
DTD 121696
TO Thomson Saginaw Ball Screw Co Inc 628 N Hamilton St Saginaw
  MI  48602-4301
CITE: (I-351 SN012534)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 16--COVER, DOME HANGER-T
SOL SP0460-97-Q-D211
CNT DAAJ09-93-G-0017-TYG3
AMT $40,032.00
LINE 0001 THROUGH 0003
DTD 121696
TO Sikorsky Aircraft Corp MS S420A 6900 Main St P.O.Box 9729
   Stratford CT 06497-9129
CITE: (I-351 SN012535)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 16--SENSING ELEMENT, TEMPERATURE
SOL SP0460-97-Q-B318
CNT SP0460-97-M-2390
AMT $27,847.50
LINE 0001
DTD 121696
TO Kidde Technologies Inc Fenwal safety systems Div 700 Nickerson
  Rd  Marlborough MA 01752
CITE: (I-351 SN012539)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 16--BELT ASSEMBLY, PILOT RESTRAINT
SOL SPO460-97-R-0063
CNT SP0460-97-C-5115
AMT $181,717.25
LINE 0001 THROUGH 0002
DTD 121696
TO Koch H and Sons Co 5410 E LA palma Ave Anaheim CA 92807-2099
CITE: (I-352 SN012554)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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,SUBASSEMBL
POC Contact Point, Anthony    C Etheridge, 0231.21, (215)697-2560,
  Fax, (215)697-3161, Twx, Not-avail
CNT F0960394G0056GC07, NIIN 010706877
AMT $209,854
DTD 121196
TO Curtiss Wright Flight Systems Inc , Fairfield ,NJ 07004-19
CITE: (I-352 SN012626)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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,FOLD,MAIN
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038390GK221WT9D, NIIN 012429588
AMT $44,172
DTD 110496
TO Gec-marconi Aerospace Inc , Whippany ,NJ 07981-1640
CITE: (I-352 SN012627)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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,FOLD,MAIN
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038390GK221WT9E, NIIN 012429588
AMT $64,356
DTD 110496
TO Gec-marconi Aerospace Inc , Whippany ,NJ 07981-1640
CITE: (I-352 SN012628)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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,FOLD,MAIN
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038390GK221WT9F, NIIN 012429588
AMT $58,355
DTD 110496
TO Gec-marconi Aerospace Inc , Whippany ,NJ 07981-1640
CITE: (I-352 SN012629)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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,FOLD,MAIN
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038390GK221WT9G, NIIN 012429588
AMT $72,020
DTD 110496
TO Gec-marconi Aerospace Inc , Whippany ,NJ 07981-1640
CITE: (I-352 SN012630)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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,FOLD,MAIN
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038390GK221WT9H, NIIN 012429588
AMT $64,256
DTD 110496
TO Gec-marconi Aerospace Inc , Whippany ,NJ 07981-1640
CITE: (I-352 SN012631)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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,FOLD,MAIN
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038390GK221WT9J, NIIN 012429588
AMT $51,824
DTD 110496
TO Gec-marconi Aerospace Inc , Whippany ,NJ 07981-1640
CITE: (I-352 SN012632)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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,FOLD,MAIN
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038390GK221WT9K, NIIN 012429588
AMT $57,075
DTD 110496
TO Gec-marconi Aerospace Inc , Whippany ,NJ 07981-1640
CITE: (I-352 SN012633)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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--TIE ROD ASSEMBLY,AF
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 N0038392GK3119998, NIIN 012212616
AMT $53,546
DTD 121296
TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129
CITE: (I-352 SN012634)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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--PROBE ASSEMBLY,INFL
POC Contact Point, Rosa         Woods, 0221.13, (215)697-3408,
  Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Steven
  C Lackatos, 0221.01, (215)697-3723
CNT N0038393GB4179092, NIIN 011257935
AMT $74,024
DTD 121296
TO Mcdonnell Douglas Corp , St Louis ,MO 63166-0516
CITE: (I-352 SN012635)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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--TANK,WATER,AIRCRAFT
POC Contact Point, Alan       M Rodgers, 0223.07, (215)697-2563,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038394GB5005144, NIIN 991085680
AMT $126,138
DTD 121296
TO British Aerospace Defence/m A D , Lancashire Uk Bb2 7lf Uk
CITE: (I-352 SN012636)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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,ROTARY WING
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038394G811NLF7R, NIIN 013163474
AMT $484,338
DTD 110396
TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129
CITE: (I-352 SN012637)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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,ROTARY WING
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038394G811NLF7S, NIIN 013163474
AMT $242,627
DTD 110396
TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129
CITE: (I-352 SN012638)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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,REGULATING,FL
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038394G811NLF7U, NIIN 012093044
AMT $234,750
DTD 110696
TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129
CITE: (I-352 SN012639)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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 ACCESSORY
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038394G811NLF7Z, NIIN 013533825
AMT $280,859
DTD 111396
TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129
CITE: (I-352 SN012640)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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,TR
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038394G811NLF8J, NIIN 012015623
AMT $102,854
DTD 111896
TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129
CITE: (I-352 SN012641)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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 N0038394G811NLF8K, NIIN 012871645
AMT $147,250
DTD 111896
TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129
CITE: (I-352 SN012642)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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--ACCUMULATOR,HYDRAUL
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038394G811NLF8M, NIIN 011589683
AMT $34,325
DTD 111896
TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129
CITE: (I-352 SN012643)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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--BEAM ASSEMBLY,ROTOR
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038394G811NLF8N, NIIN 011898765
AMT $32,685
DTD 111896
TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129
CITE: (I-352 SN012644)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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,ROTARY RUDDER
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038394G811NLF8P, NIIN 011589678
AMT $199,178
DTD 111996
TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129
CITE: (I-352 SN012645)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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--PROBE ASSEMBLY,REFU
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038394G811NLF8R, NIIN 011769087
AMT $222,000
DTD 111996
TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129
CITE: (I-352 SN012646)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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 N0038394G811NLF8V, NIIN 013470735
AMT $192,178
DTD 112596
TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129
CITE: (I-352 SN012647)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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,ROTARY WING
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038394G811NLF8W, NIIN 011589679
AMT $245,096
DTD 112596
TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129
CITE: (I-352 SN012648)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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 SUB-ASSEMBLY
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038394G811NLF8X, NIIN 011589589
AMT $69,000
DTD 112596
TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129
CITE: (I-352 SN012649)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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--RADIATOR ASSEMBLY,O
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038394G811NLF9A, NIIN 011256959
AMT $36,750
DTD 112596
TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129
CITE: (I-352 SN012650)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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--WINCH,AIRCRAFT MOUN
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038394G811NLF9B, NIIN 011842708
AMT $61,525
DTD 112596
TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129
CITE: (I-352 SN012651)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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--SLEEVE-SPINDLE ASSE
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038394G811NLF9C, NIIN 012093091
AMT $213,500
DTD 112596
TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129
CITE: (I-352 SN012652)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038394G811NLF9D, NIIN 013978859
AMT $210,648
DTD 112596
TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129
CITE: (I-352 SN012653)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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--RING ASSEMBLY,ELECT
POC Contact Point, Kent         Hall, 0223.03, (215)697-6548,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038395G004A5121, NIIN 001217509
AMT $61,373
DTD 121296
TO Hamilton Standard Div Of , Windsor Locks ,CT 06096-0000
CITE: (I-352 SN012654)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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--BELL CRANK
POC Contact Point, Antoinette   Lewis, 0233.08, (215)697-3472,
  Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Maria
  C Allen, 0233.01, (215)697-3770
CNT N0038396G001N6043, NIIN 000667826
AMT $98,662
DTD 121396
TO Boeing Co The , Philadelphia ,PA 19142-0858
CITE: (I-352 SN012655)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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--DAMPER,STEER-NOSE
POC Contact Point, Norman     B Huntowski, 0234.01, (215)697-5999,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038396G010F7000, NIIN 011510304
AMT $268,125
DTD 121296
TO Tactair Fluid Controls Inc , Liverpool ,NY 13088-0000
CITE: (I-352 SN012656)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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--INDICATOR,OXYGEN FL
POC Contact Point, Sandra     A Parker, 0222.03, (215)697-3374,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038397CP024, NIIN 013264474
AMT $132,930
DTD 121196
TO Litton Systems Inc , Davenport ,IA 52808-4508
CITE: (I-352 SN012657)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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--HOUSING,STEERING,LA
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038397M046J, NIIN 000379676
AMT $53,055
DTD 120696
TO Canadian Commercial Corp , Ottawa Ontario Canada K1a 0s6
CITE: (I-352 SN012658)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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--CONNECTOR, OXYGEN MA
SOL SP0920-96-Q-A212
CNT SP0920-97-M-1199
AMT $56,085.40
LINE 0001 THROUGH 0003
DTD 121696
TO Alek Industries Inc 3170 rodenbeck Dr beavercreek OH 45432
CITE: (I-352 SN012735)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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--MASK, OXYGEN
SOL SP0920-96-R-A030
CNT SP0920-97-C-0007
AMT $557,000.00
LINE 0001AA THROUGH 0001AC
DTD 121696
TO Scott Aviation Div Figgie international Inc 225 Erie St Lancaster
   NY 14086-9502
CITE: (I-352 SN012740)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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--BELLOWS, PRESSURE
SOL SP0920-96-Q-3269
CNT F09603-94-G-0038-UB2K
AMT $96,958.13
LINE 0001
DTD 121696
TO United Technologies Corp Hamilton Standard Div 1 Hamilton
  Rd  Windsor Locks CT 06096-1010
CITE: (I-352 SN012743)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Supply Directorate, Contracting Department, Supply MCAS,
  PSC Box 8018, Cherry Point, NC 28533-0018
SUBJECT: 16--VARIOUS PARTS FOR CONSOLIDATED AUTOMATED SUPPORT
  SYSTEM OPERATIONAL TEST PROGRAM SETS
POC Willie Humphrey, Contract Specialist (SUL 1D), Tel: (919)
  466-2895, (FAX (919) 466-3571), Paula Robinson, Contracting
  Officer, (919) 466-2846
CNT N00146-97-D-0003
AMT $321,744.16
DTD 110896
TO Virginia Panel Corporation, 1400 New Hope Road, Waynesboro,
  VA 22980
CITE: (M-352 SN012816)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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--RAMP ASSEMBLY.
SOL SP0770-96-Q-QF44
CNT SP0770-97-M-AX77
AMT $43,020.00
LINE 0002
DTD 121696
TO Jsb Co Inc 8510 quail crest Dr Missouri City TX 77489
CITE: (I-352 SN012569)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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--BAR, STRAIN, HOLDBACK ASSEMBLY.
CNT SP0740-97-M-5131
AMT $68,862.00
LINE 0001 THROUGH 0002
DTD 121696
TO Dowty Decato Inc DBA Dowty Aerospace Yakima 2720 W Washington
  Ave  P.O.Box 9907 Yakima WA 98909-0907
CITE: (I-352 SN012572)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 19--Ships, Small Craft, Pontoons, and Floating Docks
OFFADD: Supervisor of Shipbuilding C&R,USN,Portsmouth,VA,P.O.Box
  215,Portsmouth,VA,23705-0215
SUBJECT: 19--USS COMTE DE GRASSE (DD-974), SSP 072-97, TAV
CNT Job Order 7041
AMT $44,830.00
LINE 0001, 0002, 0003
DTD 121796
TO Moon Engineering Company, Inc., 2 Harper Ave., Portsmouth,
  VA 23707
CITE: (I-352 SN012971)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 20--Ships and Marine Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 20--TABLE, DINING 8FT. LENGTH
SOL SP0451-96-R-1370
CNT SP0490-97-C-5111
AMT $50,290.00
LINE 0001 THROUGH 0002
DTD 121696
TO Delta Industries Inc 1490 lindsay Blvd Idaho Falls ID 83405
CITE: (I-351 SN012529)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 20--Ships and Marine Equipment
OFFADD: Portsmouth Naval Shipyard, Contracting Division, Portsmouth,
  NH  03801-2590
SUBJECT: 20--ATTACK SUBMARINE CAMEL
CNT N00102-97-C-1209
AMT $201,206.00
LINE 0001
DTD 121696
TO Anfrank Metal Fabrication Industries, Inc., Brooklyn, NY 11205
CITE: (I-352 SN012768)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers,
  and Cycles
OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition
   Center (AMSTA-AQ-DS), Warren, MI 48397-5000
SUBJECT: 23--FAMILY OF MEDIU
CNT DAAE0792CR001P00111
AMT $77,613
DTD 120696
TO Stewart and Stevenson Services, 5000 Interstate 10 W Sealy,
   TX77474
CITE: (I-351 SN012500)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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--COVER ASSEMBLY, CONVERTER PUMP.
SOL 97T365-22-P-0700
CNT SP0750-97-M-8257
AMT $25,200.00
LINE 0001
DTD 121696
TO Polytechnic Industries 112 Henfield Ave Cherry Hill NJ 08003-1523
CITE: (I-352 SN012566)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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--WOBBLER, VARIABLE
SOL SP0750-96-Q-B240
CNT N00383-93-G-M111-UBLM
AMT $81,120.26
LINE 0001 THROUGH 0002
DTD 121696
TO Sundstrand Aerospace 4747 Harrison Ave Rockford IL 61125-7002
CITE: (I-352 SN012570)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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--DOOR ASSEMBLY, REAR, BOTTOM. EXCEPTION TO
SOL SP0750-96-X-B635
CNT SP0750-97-M-8236
AMT $27,900.00
LINE 0001 THROUGH 0002
DTD 121696
TO Greene Metal Products Inc 24500 Capital Blvd Clinton Township
  MI  48036
CITE: (I-352 SN012578)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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--PLATE,REAR COOLING
POC Contact Point, Charles    J Farrell, 0232.03, (215)697-2572,
  Fax, (215)697-3161, Twx, Not-avail
CNT F3460197G0002GD02, NIIN 013978863
AMT $520,013
DTD 121296
TO General Electric Co , Lynn ,MA 01910-2690
CITE: (I-352 SN012659)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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--BLADE,COMPRESSOR RO
POC Contact Point, Charles    J Farrell, 0232.03, (215)697-2572,
  Fax, (215)697-3161, Twx, Not-avail
CNT F3460197G0002GD03, NIIN 001633279
AMT $432,062
DTD 121296
TO General Electric Co , Lynn ,MA 01910-2690
CITE: (I-352 SN012660)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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--SHAFT,TURBINE,AIRCR
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
CNT F3460197G0002GD05, NIIN 013968512
AMT $5,919,760
DTD 121296
TO General Electric Co , Lynn ,MA 01910-2690
CITE: (I-352 SN012661)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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--SEAL,METALLIC,AIRCR
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
CNT F3460197G0002GD06, NIIN 013931181
AMT $1,922,274
DTD 121296
TO General Electric Co , Lynn ,MA 01910-2690
CITE: (I-352 SN012662)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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--LINER,INNER
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
CNT F3460197G0002GD07, NIIN 013833365
AMT $4,691,371
DTD 121296
TO General Electric Co , Lynn ,MA 01910-2690
CITE: (I-352 SN012663)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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--NUT HALF,BLADE
POC Contact Point, David      J Russial, 0232.21, (215)697-2557,
  Fax, (215)697-3161, Twx, Not-avail
CNT F3460197G0002GD14, NIIN 011293572
AMT $114,100
DTD 121296
TO General Electric Supply Co , Mt Laurel ,NJ 08054-0000
CITE: (I-352 SN012664)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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--BLADE,TURBINE,ROTOR
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038395D070M0004, NIIN 012436649
AMT $3,067,320
DTD 120596
TO Blades Technology Ltd , Nahariya Israel 22102
CITE: (I-352 SN012665)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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, Brian      J Connolly, 0232.36, (215)697-1032,
  Fax, (215)697-1388, Twx, Not-avail
CNT N0038395G054M5389, NIIN 993980601
AMT $221,575
DTD 121296
TO Rolls-royce Plc , Bs12 7qe England
CITE: (I-352 SN012666)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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--HOUSING,SEAL
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 N0038395G054M5393, NIIN 011617813
AMT $63,377
DTD 121296
TO Rolls-royce Plc , Bs12 7qe England
CITE: (I-352 SN012667)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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--SEGMENT,NOZZLE,TURB
POC Contact Point, Brian      J Connolly, 0232.36, (215)697-1032,
  Fax, (215)697-1388, Twx, Not-avail
CNT N0038397CM021, NIIN 001645870
AMT $348,277
DTD 121196
TO Canadian Commercial Corp , Ottawa Ontario Canada K1a 0s6
CITE: (I-352 SN012668)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 29--KIT, OVERHAUL.
SOL SP0770-97-R-5489
CNT N00383-95-G-M122-UB9R
AMT $399,338.91
LINE 0001AA THROUGH 0001AE
DTD 121696
TO Alliedsignal Inc Alliedsignal Engines DBA Alliedsignal Aerospace
   Co 111 S 34TH St P.O.Box 52181## Phoenix AZ 85072-2181
CITE: (I-352 SN012568)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 29--TANK, FUEL, ENGINE
SOL SP0770-97-Q-MG59
CNT SP0770-97-M-AP07
AMT $61,506.00
LINE 0001
DTD 121696
TO Lunn Industries Inc 1 garvies point Rd glen cove NY 11542-2828
CITE: (I-352 SN012576)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 29--AIR CLEANER, INTAKE.  ON 550 CFM ENGINE.
SOL 95TLQ2-52-P-0700
CNT SP0750-97-C-2107
AMT $160,705.90
LINE 0001 THROUGH 0016
DTD 121696
TO TDC-UAC Inc sub of TDC Filter Mfg Inc 1331 S 55TH CT Cicero
  IL  60650
CITE: (I-352 SN012584)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 29--NOZ0LETFUEL INJECTI
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT F0960396G0020GB07, Sol Nr N00383-96-R-0113, NIIN 010156190
AMT $202,230
DTD 102896
TO Parker Hannifin Corp , Andover ,OH 44003-0000
CITE: (I-352 SN012669)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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,MODULATING
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038393G018UWY51, NIIN 011594660
AMT $193,288
DTD 111396
TO Allied-signal Aerospace Co , Tempe ,AZ 85284-2200
CITE: (I-352 SN012670)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 29--FUEL CONTROL,MAIN,T
POC Contact Point, Christine  A Hertkorn, 0234.07, (215)697-2580,
  Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, David
       C Gioia, 0234.14, (215)697-5793
CNT N0038394D009G7003, NIIN 013322469
AMT $669,500
DTD 121196
TO Woodward Governor Co , Rockford ,IL 61125-7001
CITE: (I-352 SN012671)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 29--BLANKET INSULATIN
POC Contact Point, Brian      J Connolly, 0232.36, (215)697-1032,
  Fax, (215)697-1388, Twx, Not-avail
CNT N0038395G054M5379, NIIN 004686626
AMT $125,176
DTD 121296
TO Rolls-royce Plc , Bs12 7qe England
CITE: (I-352 SN012672)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 29--BLANKET INSULATIN
POC Contact Point, Brian      J Connolly, 0232.36, (215)697-1032,
  Fax, (215)697-1388, Twx, Not-avail
CNT N0038395G054M5380, NIIN 004686625
AMT $127,300
DTD 121296
TO Rolls-royce Plc , Bs12 7qe England
CITE: (I-352 SN012673)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 29--DISK,VALVE
POC Contact Point, Rosa         Woods, 0221.13, (215)697-3408,
  Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Steven
  C Lackatos, 0221.01, (215)697-3723
CNT N0038397PD048, NIIN 013939995
AMT $80,763
DTD 121296
TO Whittaker Controls Inc , North Hollywood ,CA 91605-0000
CITE: (I-352 SN012674)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421
  Jefferson Davis Hwy, Arlington, Va 22243-5120
SUBJECT: 29--INTEGRATED LOGISTICS SUPPORT SERVICES FOR F404 ENGINES
POC Contact, Dan Haertle, Phone (703)604-6100
CNT N00019-95-C-0132 / P00004 (Synopsis no. 20196-96)
AMT $9,880,080
LINE N/A
DTD 120396
TO GE Aircraft Engines, General Electric Company, 1000 Western
  Avenue, Lynn, MA 01910-0445 
CITE: (I-352 SN012931)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 30--GEARSHAFT SPUR.
SOL 96TMW8-92-P-0700
CNT F41608-96-G-0007-UB27
AMT $46,728.00
LINE 0001
DTD 121696
TO Service and sales Inc 1853 E 3RD St Tempe AZ 85281-2990
CITE: (I-352 SN012571)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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--LEVER, MANUAL CONTROL (ASSEMBLY) FOR FUEL SYSTEM
SOL SP0740-96-Q-4538
CNT SP0740-97-M-5129
AMT $96,356.00
LINE 0001
DTD 121696
TO Vickers Inc electromechanical Div 3675 Patterson Ave SE Grand
   Rapids MI 49512
CITE: (I-352 SN012573)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 31--BEARING, ROLLER, CYLINDRICAL
SOL SP0500-97-Q-B583
CNT SP0500-97-M-T277
AMT $27,075.00
LINE 0001
DTD 121696
TO MPB Corp Split Ballbearing Div sub of Wheelabrator-Frye Inc
  336  Mechanic St Lebanon NH 03766-2627
CITE: (I-352 SN012602)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 31--BEARING, BALL, ANNULAR
SOL SP0500-97-Q-B577
CNT SP0500-97-M-T843
AMT $49,640.00
LINE 0001
DTD 121696
TO MRC Bearings SKF Aerospace 402 Chandler Street Jamestown New
  York  14701
CITE: (I-352 SN012603)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 31--BEARING, BALL
SOL SP0500-96-Q-MY09
CNT SP0500-97-M-T472
AMT $36,483.75
LINE 0001
DTD 121596
TO Carter J C Co Inc 671 W 17TH St Costa Mesa CA 92627
CITE: (I-352 SN012605)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 31--BEARING, BALL, AIRFRAME, ANTIFRICTION, PULLY TYPE
SOL SP0500-96-Q-1284
CNT SP0500-97-M-S835
AMT $99,990.90
LINE 0001AA THROUGH 0001AB
DTD 121696
TO Torrington Co Fafnir bearings Div 59 Field St Torrington CT
   06790-4942
CITE: (I-352 SN012608)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 31--BEARING, BALL, ANNULAR
SOL SP0500-97-Q-8211
CNT SP0500-97-M-T519
AMT $32,148.90
LINE 0001
DTD 121596
TO Jamaica bearings Co 1700 Jericho Turnpike New Hyde Park NY
   11040-4716
CITE: (I-352 SN012610)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 31--BEARING,ROLLER,SPEC
POC Contact Point, David      J Russial, 0232.21, (215)697-2557,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038397CM069, NIIN 011581701
AMT $156,100
DTD 121196
TO Split Ballbearing , Lebanon ,NH 03766-2627
CITE: (I-352 SN012675)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 41--Refrigeration, Air Conditioning and Air Circulating
  Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 41--BLOWER, CENTRIFUGAL
SOL SP0430-97-Q-Q101
CNT SP0430-97-M-R524
AMT $48,319.00
LINE 0001 THROUGH 0002
DTD 121696
TO ARC Systems Inc 2090 Joshuas Path Hauppauge NY 11788
CITE: (I-351 SN012530)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 41--Refrigeration, Air Conditioning and Air Circulating
  Equipment
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 41--AIR CONDITIONER
SOL SP0500-97-Q-G583
CNT SP0500-97-M-U006
AMT $31,608.00
LINE 0001
DTD 121596
TO Liebert Corp 1050 Dearborn Dr P O Box 29186 Columbus OH 43229
CITE: (I-352 SN012609)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 41--Refrigeration, Air Conditioning and Air Circulating
  Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 41--FAN,VANEAXIAL
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
CNT N0038397PA021, NIIN 006247275
AMT $52,500
DTD 121396
TO Imc Magnetics Corp , Tempe ,AZ 85281-0000
CITE: (I-352 SN012676)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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,AXIAL PISTONS
POC Contact Point, Antoinette   Lewis, 0233.08, (215)697-3472,
  Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Maria
  C Allen, 0233.01, (215)697-3770
CNT F0960395G0015GC43, NIIN 010218410
AMT $262,500
DTD 121396
TO Abex/nwl Aerospace , Kalamazoo ,MI 49001-4165
CITE: (I-352 SN012677)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 43--Pumps and Compressors
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: 43--AIR SUPPLY PKG
POC D. Grimes
CNT N00406-97-M-C624
AMT $77,094
LINE N/A
DTD 120696
TO precision automation 4964 stara st se grand rapids mi 49546
CITE: (I-352 SN012773)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 47--MANIFOLD, FUELING.
SOL SP0770-97-Q-MD19
CNT SP0770-97-M-CP36
AMT $35,287.20
LINE 0001
DTD 121696
TO L and S machine Co Inc 2019 Southwest Blvd P.O.Box 12264 Wichita
   KS 67277
CITE: (I-352 SN012567)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 47--HOSE ASSEMBLY, AIR DUCT. 8 IN. ID, 15 FT. LG.
SOL SP0750-97-Q-0161
CNT SP0750-97-M-3147
AMT $37,312.80
LINE 0001
DTD 121696
TO Mid-state sales Inc 1101 gahanna pkwy Columbus, OH 43230-6600
CITE: (I-352 SN012577)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 48--VALVE, OPERATOR
SOL SP0770-97-Q-MB47
CNT SP0770-97-M-DN01
AMT $77,400.00
LINE 0001 THROUGH 0003
DTD 121696
TO New ERA contract sales Inc 1501 center Street Tacoma WA 98409
CITE: (I-352 SN012574)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 48--BELLOWS ASSEMBLY, REGULATOR.
SOL SP0740-96-Q-GD05
CNT SP0740-97-M-3990
AMT $51,127.00
LINE 0001
DTD 121696
TO Crane Co Hydro-Aire Div 3000 Winona Ave P.O.Box 7722 Burbank
  CA  91510-7722
CITE: (I-352 SN012575)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: 48--VALUES - 3 WAYS DIVERTERS
POC A. Ross
CNT N00406-97-C-5028
AMT $114,952
LINE N/A
DTD 121196
TO control factors inc 19501 144th ave ne B-900 woodinville wa
  98072
CITE: (I-352 SN012774)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 49--Maintenance and Repair Shop Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 49--BORESIGHTING EQUIPM
POC Contact Point, Raymond    F Lynch, 0225.07, (215)697-4959,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038395G012J5032, NIIN 012990256
AMT $196,850
DTD 121396
TO Texas Instruments Inc , Mckinney ,TX 75070-0801
CITE: (I-352 SN012678)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 49--Maintenance and Repair Shop Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 49--TEST SET,OXYGEN HOS
POC Contact Point, Sandra     A Parker, 0222.03, (215)697-3374,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038397CP016, NIIN 013177799
AMT $198,534
DTD 120996
TO Aerospace Design Inc , Carson ,CA 90745-0000
CITE: (I-352 SN012679)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition
   Center (AMSTA-AQ-DS), Warren, MI 48397-5000
SUBJECT: 53--SEAL NO 6 BEARI
CNT DAAE0797CT075
AMT $274,041
DTD 121196
TO Technetics Corp, 1600 Industrial Dr DE land, FL32724
CITE: (I-351 SN012503)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition
   Center (AMSTA-AQ-DS), Warren, MI 48397-5000
SUBJECT: 53--SEAL RING METAL
CNT DAAE0797CT079
AMT $339,429
DTD 121196
TO Technetics Corp, 1600 Industrial Dr DE land, FL32724
CITE: (I-351 SN012504)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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--PIN STRAIGHT HEADED
SOL SP0500-97-Q-3690
CNT SP0500-97-W-1024
AMT $69,905.00
LINE 0001
DTD 121796
TO Ripa engineering Co 9848 Owensmouth Ave Chatsworth CA 91311
CITE: (I-352 SN012601)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--BOLT, SHOULDER
SOL SP0500-96-Q-1166
CNT N00383-92-G-K311-TZLH
AMT $48,085.80
LINE 0001
DTD 121696
TO Sikorsky Aircraft Corp MS S420A 6900 Main St P.O.Box 9729
   Stratford CT 06497-9129
CITE: (I-352 SN012604)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--SEAL PLAIN ENCASED
SOL 97T520-12-P-0500
CNT SP0500-97-M-T576
AMT $30,899.70
LINE 0001
DTD 121696
TO CR Industries Chicago Rawhide Mfg 900 North State Street Elgin
   Illinois 60123 2193
CITE: (I-352 SN012606)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--SEAL ASSEMBLY
SOL SP0500-97-Q-9076
CNT SP0500-97-M-T531
AMT $31,699.50
LINE 0001
DTD 121796
TO Seal Dynamics Inc 75 Burt Dr Deer Park NY 11729-5701
CITE: (I-352 SN012607)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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--CAP, FILLER OPENING
SOL SP0500-97-Q-8297
CNT SP0500-97-M-T832
AMT $76,320.00
LINE 0001
DTD 121696
TO Shaw Aero Devices Inc 12291 Towne Lake Dr Fort Myers FL 33913
CITE: (I-352 SN012611)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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--SEAL,OIL,ROTATING
POC Contact Point, David      J Russial, 0232.21, (215)697-2557,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038397CM075, NIIN 011392282
AMT $82,080
DTD 121396
TO Berkshire Industries Inc , Westfield ,MA 01085-0000
CITE: (I-352 SN012680)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: 53--VALUES AND PIPE FITTINGS
POC D. Gordon
CNT N00406-97-M-D733
AMT $6,608,174
LINE N/A
DTD 121096
TO acs systems & engineer inc 504 viking dr virginia beach va
  23452
CITE: (I-352 SN012775)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 54--Prefabricated Structures and Scaffolding
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: 54--PRE-ENGINEERED METAL WAREHOUSE, TOPPENISH, WA (PO4YAA14C7)
POC Abram L. Vinikoor, Contracting Officer, 206-615-2457
CNT 102-97-0006 (Sol. #102-IFB-96-0024)
AMT $120,000
DTD 121696
TO Huylar Construction Company, Inc. 12 South Fir, Toppenish,
  WA 98948
CITE: (W-351 SN012509)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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--MODULATOR-RECEIVER
POC Contact Point, Jean       L Destefano, 0235.01, (215)697-6545,
  Fax, (215)697-3161, Twx, Not-avail
CNT F3460195G0004GC12, NIIN 013561650
AMT $276,738
DTD 121196
TO Northrop Grumman Corporation , Rolling Meadows ,IL 60008 -
  -1098
CITE: (I-352 SN012681)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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--FORWARD LOOKING INF
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038394GB5010054, NIIN 013638645
AMT $10,150,000
DTD 120596
TO Hughes Aircraft Co , El Segundo ,CA 90245-0000
CITE: (I-352 SN012682)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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--DATA STORAGE UNIT
POC Contact Point, Kent         Hall, 0223.03, (215)697-6548,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038395G004A5122, NIIN 013893721
AMT $250,400
DTD 121296
TO Hamilton Standard Div Of , Windsor Locks ,CT 06096-0000
CITE: (I-352 SN012683)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 58--SLIDE ASSEMBLY, FORE
SOL SP0970-97-Q-A060
CNT SP0970-97-M-1486
AMT $71,601.00
LINE 0001 THROUGH 0002
DTD 121696
TO Autodyne Mfg Co Inc 200 N Strong Ave P O Box 623 Lindenhurst
  NY  11757-0623
CITE: (I-352 SN012724)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 58--TELEPHONE
SOL SP0970-97-Q-A018
CNT SP0970-97-M-1523
AMT $52,248.00
LINE 0001 THROUGH 0004
DTD 121696
TO Cortelco Intl Inc 1703 Sawyer Rd Corinth MS 38834
CITE: (I-352 SN012739)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 58--CONTROL, MODULATOR
SOL SP0970-97-Q-0469
CNT SP0970-97-M-1506
AMT $29,403.00
LINE 0001 THROUGH 0002
DTD 121696
TO Oai Inc 6960 E 12TH St Tulsa OK 74112
CITE: (I-352 SN012742)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Commander, Naval Air Warfare Center Weapons Division,
  Code 220000D, 1 Administration Circle, China Lake, CA 93555-6100
SUBJECT: 58--VIDEO CODER/DECODER
POC Marge Schafer, Contract Specialist, 619-939-4292.
CNT N68936-97-C-0062
AMT $239,358.00
LINE LINE 0001 THROUGH 000
DTD 121696
TO Tektronix, Inc., Grass Valley Products, P.O. Box 1114, Grass
  Valley, CA 95945, (Lg.)
CITE: (I-352 SN012897)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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 N0038391GK214WQ48, NIIN 013304886
AMT $158,230
DTD 112596
TO Computing Devices International , Bloomington ,MN 55431-19
CITE: (I-352 SN012684)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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, Stephen    T Vannote, 0224.02, (215)697-5998,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038392GK2187006, NIIN 012938983
AMT $41,395
DTD 121296
TO Smiths Industries Aerospace & , Clearwater ,FL 34618-0000
CITE: (I-352 SN012685)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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--ELECTRONIC COMPONEN
POC Contact Point, Rosa         Woods, 0221.13, (215)697-3408,
  Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Steven
  C Lackatos, 0221.01, (215)697-3723
CNT N0038393GB4179089, NIIN 014292615
AMT $53,378
DTD 121296
TO Mcdonnell Douglas Corp , St Louis ,MO 63166-0516
CITE: (I-352 SN012686)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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--RELAY ASSEMBLY GROU
POC Contact Point, Kathryn    M Andrews, 0231.01, (215)697-5980,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038394GM1145857, NIIN 013425845
AMT $190,332
DTD 121296
TO Grumman Aerospace Corp , Bethpage ,NY 11714-3582
CITE: (I-352 SN012687)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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--ANTENNA
POC Contact Point, David      C Gioia, 0234.14, (215)697-5793,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038395G003F7003, NIIN 001004902
AMT $438,840
DTD 121196
TO Eaton Corp , Deer Park ,NY 11729-0000
CITE: (I-352 SN012688)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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, Raymond    F Lynch, 0225.07, (215)697-4959,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038395G012J5033, NIIN 011861739
AMT $100,386
DTD 121396
TO Texas Instruments Inc , Mckinney ,TX 75070-0801
CITE: (I-352 SN012689)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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, Thomas     F Kendra, 0233.14, (215)697-1383,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038396D014N7003, NIIN 012186183
AMT $385,049
DTD 121296
TO Sierra Technologies Inc , Buffalo ,NY 14225-0222
CITE: (I-352 SN012690)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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, Sylvia     M Cummings, 0221.03, (215)697-2583,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038396G002D5036, NIIN 013233599
AMT $36,600
DTD 121296
TO Smiths Industries Aerospace , Clearwater ,FL 34618-0000
CITE: (I-352 SN012691)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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, Donald     F Mcgettigan, 0223.02, (215)697-6549,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038396G007A5008, NIIN 997984765
AMT $67,856
DTD 121196
TO Gec-marconi Sensors Ltd , Essex Ss14 3el Uk
CITE: (I-352 SN012692)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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--PLUNGER,SOLENOID
POC Contact Point, William    M Fitzpatrick, 0231.10, (215)697-3820,
  Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Anthony
     C Etheridge, 0231.21, (215)697-2560
CNT N0038397PB010, NIIN 005566334
AMT $42,240
DTD 121296
TO Eaton Corp , El Segundo ,CA 90245-4896
CITE: (I-352 SN012693)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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--ELECTRONIC COMPONEN
POC Contact Point, Rosa         Woods, 0221.13, (215)697-3408,
  Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Steven
  C Lackatos, 0221.01, (215)697-3723
CNT N0038397PD049, NIIN 013045506
AMT $34,020
DTD 121296
TO Aerospace Avionics Inc , Bohemia ,NY 11716-0000
CITE: (I-352 SN012694)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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--NETWORK,PULSE FORMI
POC Contact Point, Rosa         Woods, 0221.13, (215)697-3408,
  Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Steven
  C Lackatos, 0221.01, (215)697-3723
CNT N0038397PD054, NIIN 013752590
AMT $55,328
DTD 121296
TO Litton Systems Inc , Apopka ,FL 32703-0000
CITE: (I-352 SN012695)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--ITEM NAME RESISTOR, FIXED, COMP
SOL SP0900-97-Q-0087
CNT SP0900-97-M-0045
AMT $99,270.12
LINE 0001 THROUGH 0013
DTD 121696
TO Tti 6500 POE Ave Suite 400 Dayton Ohio 45414
CITE: (I-352 SN012723)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--CIRCUIT CARD ASSEMB
CNT SP0960-97-M-1482
AMT $35,650.56
LINE 0001
DTD 121696
TO Rosemount Aerospace Inc 14300 Judicial Rd Burnsville MN  55306-4898
CITE: (I-352 SN012725)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--RESISTOR, FIXED, COMPOSITION
SOL SP0900-97-Q-0082
CNT SP0900-97-M-0051
AMT $87,325.40
LINE 0001 THROUGH 0008
DTD 121696
TO Tti 6500 POE Ave Suite 400 Dayton Ohio 45414
CITE: (I-352 SN012726)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--CIRCUIT CARD ASSEMB
SOL 96AA68-92-P-0900
CNT SP0900-97-M-1526
AMT $30,433.86
LINE 0001AA THROUGH 0001AB
DTD 121696
TO Cable masters 31 W Adams Dr East Saint Louis IL 62206-3120
CITE: (I-352 SN012733)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--NETWORK, HYBRID CIRC
SOL SP0905-97-Q-A002
CNT SP0905-97-M-1143
AMT $40,482.99
LINE 0001
DTD 121696
TO E S Components Co. 1922 S Smithville Rd. P.O.Box 20565 Dayton
  OH  45420-2854
CITE: (I-352 SN012734)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--LINE SECTION, RADIO
CNT SP0970-97-M-1325
AMT $28,120.00
LINE 7001 THROUGH 7004
DTD 120996
TO Randtron systems Inc Lockheed Martin Randtron 130 Constitution
  Dr  Menlo Park CA 94025-1166
CITE: (I-352 SN012736)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--ELECTRON TUBE
CNT SP0960-97-M-1476
AMT $67,925.00
LINE 0001
DTD 121696
TO National Electronics Division Richardson Electronics Ltd 40W267
   Keslinger Road LaFox IL 60147
CITE: (I-352 SN012737)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--HEADSET, ELECTRICAL
SOL SP0970-97-R-A026
CNT SP0970-97-C-0015
AMT $192,722.40
LINE 0001AA THROUGH 0001AH
DTD 121696
TO Roanwell Corp 180 varick St new NY 10014-4606
CITE: (I-352 SN012738)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--SWITCH, SENSITIVE
SOL SP0930-97-Q-A048
CNT SP0930-97-M-2285
AMT $30,997.48
LINE 0001 THROUGH 0002
DTD 121696
TO Saint switch Inc 950 E state Ave P.O.Box 604 Saint Charles
  IL  60174-0604
CITE: (I-352 SN012741)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--SOLENOID
SOL SP0930-97-Q-A033
CNT SP0930-97-M-2263
AMT $31,875.00
LINE 0001 THROUGH 0002
DTD 121696
TO Communications instruments Inc Hwy 74 East P.O.Box 520 Fairview
   NC 28730
CITE: (I-352 SN012744)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--MICROCIRCUIT, DIGITAL
CNT SP0960-97-M-1508
AMT $86,401.00
LINE 0001 THROUGH 0004
DTD 121696
TO Gec-Marconi Electronic Systems Corp 164 Totowa Rd P.O.Box
  975  Wayne NJ 07474-0975
CITE: (I-352 SN012745)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 61--STATOR
SOL SP0430-96-Q-B806
CNT SP0430-97-M-P389
AMT $60,503.36
LINE 0001
DTD 121696
TO Gec-Marconi Aerospace Inc 110 Algonquin Pky Whippany NJ  07981-1640
CITE: (I-352 SN012555)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 61--MOTOR, AC
SOL SP0430-96-Q-2533
CNT SP0430-97-M-P373
AMT $41,994.00
LINE 0001
DTD 121696
TO Ashland Electric Products Div of Visual Electronics Corp 10
   Industrial Way P.O.Box 1380 Rochester NH 03867-4296
CITE: (I-352 SN012559)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 61--WIRING HARNESS, BRANCHED
SOL SP0451-97-Q-H007
CNT SP0451-97-M-C422
AMT $71,785.28
LINE 0001 THROUGH 0002
DTD 121696
TO Burke Products Inc 954 Senate Dr Centerville OH 45459-4017
CITE: (I-352 SN012563)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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--CABLE ASSEMBLY,SPEC
POC Contact Point, Rosa         Woods, 0221.13, (215)697-3408,
  Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Steven
  C Lackatos, 0221.01, (215)697-3723
CNT N0038393GB4179090, NIIN 013177906
AMT $52,390
DTD 121296
TO Mcdonnell Douglas Corp , St Louis ,MO 63166-0516
CITE: (I-352 SN012696)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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--MOTOR,TORQUE
POC Contact Point, Kathleen   M Logan, 0233.05, (215)697-2124,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038394D011Q5005, NIIN 009061331
AMT $132,123
DTD 121296
TO Abex/nwl Aerospace , Kalamazoo ,MI 49001-4165
CITE: (I-352 SN012697)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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,ALTERNATI
POC Contact Point, Tyrone       White, 0223.12, (215)697-2118,
  Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Kent
  Hall, 0223.03, (215)697-6548
CNT N0038395GM1205322, NIIN 014117051
AMT $32,070
DTD 121196
TO Allied-signal Aerospace Co , Tempe ,AZ 85284-2200
CITE: (I-352 SN012698)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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--MOTOR,ALTERNATING C
POC Contact Point, Tyrone       White, 0223.12, (215)697-2118,
  Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Kent
  Hall, 0223.03, (215)697-6548
CNT N0038395GM1205325, NIIN 000526958
AMT $77,373
DTD 121196
TO Allied-signal Aerospace Co , Tempe ,AZ 85284-2200
CITE: (I-352 SN012699)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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 SUBASS
POC Contact Point, Raymond    F Lynch, 0225.07, (215)697-4959,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038395G012J5031, NIIN 011856943
AMT $98,085
DTD 121396
TO Texas Instruments Inc , Mckinney ,TX 75070-0801
CITE: (I-352 SN012700)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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, Kent         Hall, 0223.03, (215)697-6548,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038397PA022, NIIN 013994349
AMT $35,176
DTD 121296
TO Advanced Conversion Technology , Middletown ,PA 17057-0000
CITE: (I-352 SN012701)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code 8732
  , PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 61--MOTOR,UNIVERSAL
POC Contact Point, Jacqueline L Michael, 87321.14, (717)790-1427,
  Fax, (717)790-2284, Twx, Not-avail
CNT N0010497C7004, Sol Nr N00104-96-R-BK11, NIIN 013537556
AMT $76,102
DTD 122696
TO Jo-kell Inc , Norfolk ,VA 23517-1014
CITE: (I-352 SN012713)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 62--Lighting Fixtures and Lamps
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 62--LIGHT, INDICATOR
SOL SP0441-96-Q-GS04
CNT SP0441-97-M-V478
AMT $29,246.00
LINE 0001 THROUGH 0002
DTD 121696
TO Eaton Corp aerospace & commericial Div MSC products 1640 Monrovia
   Ave.  Costa Mesa CA 92627-4405
CITE: (I-352 SN012562)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: Defense Personnel Support Center 2800 S 20TH Street Phila
  PA  19101-8419
SUBJECT: 65--CABINET, MEDICINE, BASE SECTION, STEEL.
CNT SP0200-97-C-8004
AMT $154,160.00
LINE 0001AA THROUGH 0002AB
DTD 121396
TO Delta Industries Inc 1490 lindsay Blvd Idaho Falls ID 83405
CITE: (I-352 SN012565)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--METER, TIME TOTALIZING
SOL 96TF01-32-P-0400
CNT SP0440-97-M-X557
AMT $84,857.43
LINE 0001 THROUGH 0002
DTD 121696
TO Protronics Corp 2411 11TH Ave S great Falls MT 59405
CITE: (I-351 SN012531)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--GAGE, DIFFERENTIAL, D
SOL SP0440-96-R-2796
CNT SP0440-97-C-0149
AMT $49,566.00
LINE 0001 THROUGH 0002
DTD 121696
TO ITT Barton 900 S Turnbull Canyon Rd P.O.Box 1882 LA puente
  CA  91749-1882
CITE: (I-351 SN012532)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--TRANSMITTER, TEMPERA
SOL SP0440-96-R-3205
CNT SP0440-97-C-0150
AMT $30,280.00
LINE 0001AA THROUGH 0001AB
DTD 121696
TO Allied-Signal Aerospace Canada a unit of Allied-Signal Canada
  Inc  255 Attwell Dr Rexdale on M9W 6L7 Canada
CITE: (I-352 SN012551)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--GAGE ROD-CAP, LIQUID
SOL SP0440-97-Q-T177
CNT SP0440-97-M-X544
AMT $34,807.50
LINE 0001 THROUGH 0002
DTD 121696
TO Shaw Aero Devices Inc 12291 Towne Lake Dr Fort Myers FL 33913
CITE: (I-352 SN012552)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--TRANSMITTER, LIQUID QUANTITY
SOL SP0440-96-Q-HZ10
CNT SP0440-97-M-X597
AMT $40,824.00
LINE 0001 THROUGH 0002
DTD 121696
TO Simmonds Precision Products Inc 100 Panton Rd Vergennes VT
   05491-8801
CITE: (I-352 SN012553)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--GAGE ASSEMBLY, ACCUM
SOL SP0440-97-Q-T247
CNT SP0440-97-M-X635
AMT $35,436.50
LINE 0001
DTD 121696
TO Pioneer Valve & Fitting Co. Inc.  93 Seigel Street Brooklyn,
   NY 11206-3299
CITE: (I-352 SN012556)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--RECEIVER, INDICATOR,
SOL SP0440-97-Q-T206
CNT SP0440-97-M-X648
AMT $41,480.00
LINE 0001
DTD 121696
TO S A R C O P.O. Box 893 Voorhees, n.j.  08043
CITE: (I-352 SN012557)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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--SENSOR,PRESSURE
POC Contact Point, Donna      M Sibel, 0224.04, (215)697-5970,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038392GK0077002, NIIN 000033957
AMT $112,240
DTD 121296
TO Allied-signal , Tucson ,AZ 85740-8001
CITE: (I-352 SN012702)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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--SERVOCYLINDER
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038394G811NLF8S, NIIN 012596810
AMT $93,500
DTD 112496
TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129
CITE: (I-352 SN012703)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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--SERVOCYLINDER
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038394G811NLF8T, NIIN 011298410
AMT $128,350
DTD 111996
TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129
CITE: (I-352 SN012704)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 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--SERVOCYLINDER
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038394G811NLF8U, NIIN 012660958
AMT $234,650
DTD 111996
TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129
CITE: (I-352 SN012705)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 68--Chemicals and Chemical Products
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 68--ANTI-ICING, DEFROSTING-DEICING FLUID
SOL SP0450-97-X-B134
CNT SP0450-97-M-M426
AMT $57,700.00
LINE 0001
DTD 121696
TO Octagon Process Inc 596 River Rd Edgewater NJ 07020-1192
CITE: (I-351 SN012528)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 70--DISPLAY,HEADS-UP
POC Contact Point, Kathleen     Johnson, 0221.09, (215)697-4069,
  Fax, (215)697-0491, Twx, Not-avail, Contracting Officer, Suzanne
       Brophy, 0221, (215)697-6519
CNT N0038394GM4005047, NIIN 013939997
AMT $16,418,400
DTD 121296
TO Kaiser Electronics , San Jose ,CA 95131-0000
CITE: (I-352 SN012706)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 70--COMPUTER,DIGITAL
POC Contact Point, Gerald     R Buday, 0235.11, (215)697-6511,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038395D007G7013, NIIN 012080468
AMT $73,959
DTD 121196
TO Hamilton Standard Div Of , Windsor Locks ,CT 06096-0000
CITE: (I-352 SN012707)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 70--TERMINAL,DATA PROCE
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038397PXZ30, NIIN 013663054
AMT $990,000
DTD 112296
TO Department Of The Navy , Washington ,DC 20360-0000
CITE: (I-352 SN012708)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 73--Food Preparation and Serving Equipment
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 73--CABINET, FOOD WARMING, ELECTRIC
SOL SP0500-97-Q-TN03
CNT SP0500-97-M-U016
AMT $27,387.00
LINE 0001 THROUGH 0005
DTD 121696
TO Five star marketing Inc 8000 plaza Blvd Suite 318 Mentor OH
  44060
CITE: (I-352 SN012612)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 84--Clothing, Individual Equipment and Insignia
OFFADD: Defense Personnel Support Center 2800 So. 20TH St.  Philadelphia,
   PA. 19145-5099
SUBJECT: 84--SHIRT, WOMEN'S, POLYESTER/WOOL, TROPICAL,
CNT SP0100-97-M-CA59
AMT $50,711.64
LINE 0001AA THROUGH 0005AA
DTD 121696
TO Macon Apparel Corp 2760 N Main St Madisonville KY 42431
CITE: (I-352 SN012580)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 89--Subsistence (Food)
OFFADD: Defense Personnel Support Center, 2800 S. 20th Street,
  Phila., PA 19145-5099, DPSC-HFGB
SUBJECT: 89--MILITARY UNIQUE SUBSISTENCE ITEM COORDINATION (MUSIC)
POC Contact: Albina A. Farrant, Contracting Officer at (215)
  737-4526.
CNT SPO300-97-D-1000
AMT $11,297,156.56
LINE N/A
DTD 112296
TO Advocacy & Resources Corporation, 435 Gould Avenue, Cookeville,
  TN 38506
CITE: (I-352 SN012941)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 93--Nonmetallic Fabricated Materials
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 93--TAPE, REFLECTIVE
SOL SP0440-96-Q-JZ41
CNT SP0441-97-M-T599
AMT $66,500.00
LINE 0001
DTD 121596
TO American decal and Mfg Co 4100 W Fullerton Ave Chicago IL
   60639-2106
CITE: (I-351 SN012537)

[Commerce Business Daily: Posted December 16, 1996]
[Printed Issue Date: December 19, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 93--Nonmetallic Fabricated Materials
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 93--WINDOR, OBSERVATION
SOL SP0441-97-Q-R081
CNT SP0441-97-M-T647
AMT $51,255.90
LINE 0001 THROUGH 0002
DTD 121696
TO Mindle a and associates 871 latour CT napa CA 94558
CITE: (I-351 SN012538)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: SPECIAL NOTICES
SUBJECT: 19--MARKET SURVEY TO DETERMINE DOMESTIC SOURCES OF SMALL
  WATERPLANE AREA TWIN HULL (SWATH) OCEANOGRAPHIC RESEARCH VESSEL
DESC: NAVSEA is conducting a market survey to determine the existence
  of domestic sources for a small waterplane area twin hull(SWATH)
  oceanographic research vessel.  This ship is expected to replace
  the aging and technically obsolete university operated research
  vessel, R/V MOANA WAVE (AGOR 22).  It is anticipated that this
  ship will operate in coastal and deep ocean areas and conduct
  general purpose oceanographic research.  All interested firms
  should provide pertinent ship information such as size, weight,
  mission, dimensions, draft, displacement, payload weight, material,
  speed, installed power, propulsion type, steering type, design
  sea state and rough order of magnitude cost.  If available,
  please provide photos or sketches of general arrangements.
   In addition, state whether the ship currently exists, is under
  construction, or is currently being planned. This announcement
  is a request for information only and is not a Request for
  Proposal (RFP) or an announcement of solicitation.  No telephone
  inquiries will be accepted.  The Government will not pay for
  any materials provided in response to this synopsis. Respondents
  will not be notified of the results of this evaluation.  Responses
  are due by 17 January 1997. Responses should be addressed to
  Commander, Naval Sea Systems Command, Attn: Paul Conroy, PMS
  325E31, RM 6S08, 2531 Jefferson Davis Highway, Arlington, VA
  22242-5160.
CITE: (I-352 SN012765)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: SPECIAL NOTICES
SUBJECT: A--CALL FOR TECHNICAL PAPERS ON ELECTRICAL POWER APPLICATIONS
  TO NAVAL SHIPS
DESC: In reference to CBD Announcement, Issue No. PSA-1732, for
  the Call for Technical Papers on Electrical Power Applications
  to Naval Ships, published on 02 DEC 1996, the date for receipt
  of technical papers is revised to 17 JAN 1997. In addition,
  since the original announcement was published in the research
  and development section incorrectly, the entire announcement
  is reprinted here for clarity. The Office of Naval Research
  (ONR) and the Defense Advanced Research Projects Agency (DARPA)
  are jointly soliciting information in the form of technical
  papers to support an assessment of current and cutting edge
  electrical power technologies for application to a broad range
  of future ship types. In particular, it is desired to identify
  commercial technology or commercial parallels that can be leveraged
  for future ship application. This is not a formal request for
  proposals. ONR and DARPA have chartered a technology assessment
  study of a broad range of commercial and military high density
  electrical power technologies and applications in order to
  determine levels of technical maturity, areas requiring engineering
  development, or those areas that still require research in
  order to meet the specific requirements for a fully integrated
  application to future Naval surface ships and submarines. The
  study will be conducted by an independent group of senior industry
  and internationally known experts in the fields of ship systems
  and electrical power technologies. This study will address
  the current state of technology and evaluate future technology
  enablers for technical shortfalls, technical maturity, and
  technical risks in six basic technology categories. They are:
  (1) Generation, (2) Distribution, (3) Consumption, (4) Conditioning,
  (5) Storage and (6) Control. In order to address the scalability
  for electric power technologies, the study will consider electrical
  system technologies that apply to four bounding ship types,
  namely: a large combatant, a small combatant, an attack submarine,
  and a mid-range amphibious ship. For each technology candidate,
  assessments will include a review of the "ilities", identification
  of expected affects on ships signature, and an analysis of
  risk and associated costs. Inputs from the power industry,
  commercial interests, government laboratories, etc., both domestic
  and foreign are welcome. Based on your input, ONR may invite
  a submitter to a private briefing with the study group in order
  to allow a more in-depth technical exchange of ideas. Technical
  papers may be submitted at any time during this period to the
  ONR POC : Geanie Stokes, 800 North Quincy Street, Code 334,
  Arlington, VA 22217-5660. However, since these papers will,
  in part, serve as a basis for scheduling meetings with the
  panel, they will be considered in the order in which they are
  received. All submittals must consist of three (3) copies of
  the paper using the following format: (A) Cover page, clearly
  labeled "ELECTRIC SHIP TECHNICAL PAPER", including this notice
  title and date, the basic technology area being addressed (one
  of the six listed above), plus administrative and technical
  points of contact along with telephone and fax numbers, and
  (B) A concise summary, not to exceed three pages, describing
  the specific technology candidate that you are offering including
  technical rationale and instances of actual commercial application
  or other implementation. Submitters may offer more than one
  technical paper, however, it is requested that each paper limit
  itself to a single technology candidate in one of the six technology
  areas of interest. The government may use selected support
  contractors as special resources to prepare the technical assessment
  study. These contractors are restricted by their contracts
  from disclosing proprietary information or for using it for
  other than technical assessment. All papers are to be developed
  at private expense and are not returnable. Any data considered
  proprietary should be clearly marked. Submission of technical
  papers is not restricted in any way to any particular entity.
  Interested parties can obtain additional information from the
  POC identified above. Papers should be received by COB 17 January
  1997. The government does not represent that any future program
  opportunities will result from this solicitation. This notice
  constitutes a Special Notice.
CITE: (I-352 SN012797)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: SPECIAL NOTICES
SUBJECT: AFCEA--S VIRTUAL GOVERNMENT '97 CONFERENCE
DESC: AFCEA International, for 50 years the world's leading information
  technology Association, will  host "Virtual Government '97:
   Applying Information Technology to the Business of Government,"
  on February 11-13, 1997, at the Ritz-Carlton Tysons Corner,
  McLean, Virginia.    This conference will bring together
  key players from the federal, state, and local Information
  Technology (IT) communities for an unprecedented dialogue on
  IT challenges and opportunities.  Vice President Gore kicked
  off the U.S. General Store initiative at Virtual Government
  '96.  He's invited back this year to preview the Administration's
  newest IT initiatives.  Virtual Government  97 will cover IT
  from "A to Z."  The first day will focus on IT policy reform.
   Day two will spotlight government IT initiatives, and the
  third day will explore the Web and its role in tomorrow's government.
   In addition, a select group of exhibitors will showcase IT
  applications, allowing attendees to see firsthand how technology
  can help provide better serve to citizens.   In addition
  to the Vice President, others scheduled to be on the agenda
  include, The Honorable Thomas M. Davis, III, US Congress; The
  Honorable John A. Koskinen, Deputy Director for Management,
  Office of Management and Budget; The Honorable Emmett Paige,
  Jr., Assistant Secretary of Defense C3I; Ms. Sally Katzen,
  Administrator, Office of Information and Regulatory Affairs,
  Office of Management and Budget; Ms. Christine Comaford, President,
  PlanetU and Intranet Columnist, PC Week;  Dr. Jerry Mechling,
  John F. Kennedy School of Government, Harvard University; Mr.
  John Kost, Senior Vice President for State and Local Database
  Service, Federal Sources, Inc.; Ms. Patty Edfors, Champion
  for Security and Privacy, Government Information Technology
  Services Board; Ms. Nada Harris, Associate for Intergovernmental
  Relations, Government Information Technology Services Board;
  selected federal, state, and industry Chief Information Officers;
  and many more!  The conference agenda has been designed to
  attract IT experts and program managers involved in operations,
  policy and procurement issues.  The 1996 audience profile included
  state telecommunications directors, Congressional staffers
  and key players in the Administration's IT programs and initiatives.
   All aspects of the agenda will incorporate viewpoints which
  cross government lines   federal, state, and local   and merge
  industry's perspective on solving today's greatest IT challenges.
     Symposium fees:  Government/Military:  $300.  Industry
  AFCEA Member:  $425.  Industry Non-AFCEA Member:  $475.  After
  January 27, 1997, the rates increase $25 for each category.
   Symposium fees include all program sessions, three breakfasts,
  three lunches, and the IT reception.  Virtual Government
  '97 should be a particularly important conference for anyone
  looking for solutions in today's fast paced IT environment.
     For program details or to register, visit the AFCEA Web
  site  or call Ms. Lisa Lambert at 1-800-336-4583,
  extension 6126 or (703) 631-6126.       
LINK http://www.afcea.org
LINKDESC: 
EMAIL sritchey@afcea.org
EMAILDESC: 
CITE: (W-352 SN012876)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: SPECIAL NOTICES
SUBJECT: DEPT--OF TRANSPORTATION TECHNOLOGY EXPO
DESC:  There will be a one day information technology expo at
   the Dept. of Transportation in Washington, DC on January 
   28, 1997 from 10:00 a.m. to 2:00 p.m. Requested technologies
   include: LAN/WAN, Graphics, Imaging, INFOSEC, Video  Teleconferencing,
  Communication Products, Notebooks, Design Automation, and
  Year 2000 Technologies.  For more information on exhibiting,
  please call Tina Sheehy at(800) 878-2940 ext 212.  
LINK www.clark.net/fbc
LINKDESC: 
EMAIL tsheehy-fbcinc@juno.com
EMAILDESC: 
CITE: (W-352 SN012878)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: SPECIAL NOTICES
SUBJECT: DEA--DOD TECH EXPO
DESC:  There will be a one day information technology expo held
   for the personnel from the DEA Building at 700 Army Navy 
   Drive.  The event will take place at the Marriott Residence
   Inn on 550 Army Navy Drive in Crystal City, VA on January
   29, 1997 from 10:00 a.m. to 2:00 p.m. All technologies are
  appropriate with an emphasis on Database Management, Network
  Security, Scanners, CD-ROM, Wireless Communications, Computer
  Hardware, and Computer Software. For more information on exhibiting,
  please call(800) 878-2940 ext 208.  
LINK www.clark.net/fbc
LINKDESC: 
EMAIL tsheehy-fbcinc@juno.com
EMAILDESC: 
CITE: (W-352 SN012888)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: SPECIAL NOTICES
SUBJECT: CRYSTAL--CITY/NAVSEA INFORMATION TECHNOLOGY EXPO
DESC:  There will be a one day information technology expo held
   for the personnel from NAVSEA in Arlington, VA on January
   30, 1997 from 10:00 a.m. to 2:00 p.m. . Requested technologies
   include: Wireless Communications, CAD/CAM/CAE, Acoustic Processing,
  Automated Signal and Information Processing, Modeling & Simulation,
  Real-Time Applications, Secure Communications, Electro-Optics
  and COTS Hardware and Software. For more information on exhibiting,
  please call(800) 878-2940 ext 244.  
LINK www.clark.net/fbc
LINKDESC: 
EMAIL tsheehy-fbcinc@juno.com
EMAILDESC: 
CITE: (W-352 SN012892)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: SPECIAL NOTICES
SUBJECT: FT--MCNAIR/NATIONAL DEFENSE UNIVERSITY TECHNOLOGY EXPO
  FOR PERSONAL AND GOV'T USE.
DESC:  There will be a one day computer expo and tech event at
  Ft.  McNair/NDU in the Officer's Club Main Ballroom on January
   31, 1997 from 10:00 a.m. to 2:00 p.m. The focus of this show
  is for personal purchases by students and for standard GSA
  and 8(a) purchasing vehicles for government use.  Ft. McNair/NDU
  has 1600 personnel as students and faculty. Requested technologies
   include: Notebooks, Laptops, Desktops, Graphics, Presentation
   Systems, Multimedia, Educational Tools, Software, Fax Boards,
  DOS, Windows 95, Microcomputers, Modems, Video Conferencing,
  Laser/ Color Printers, Scanners, CD-ROM, PC Cards, Entertainment/Reference
   Software. For more information on exhibiting, please call(800)
   878-2940 ext 212.  
LINK www.clark.net/fbc
LINKDESC: 
EMAIL tsheehy-fbcinc@juno.com
EMAILDESC: 
CITE: (W-352 SN012952)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: FOREIGN GOVERNMENT STANDARDS
SUBJECT: MEXICO--FLOW METERS--SPECIFICATION AND TESTING METHODS
DESC: The following notification is being circulated in accordance
  with Article 10.6. G/TBT/Notif.96.412. 1. Member to Agreement
  notifying: MEXICO. If applicable, name of local government
  involved (Articles 3.2 and 7.2). 2. Agency responsible: Ministry
  of Trade and Industrial Development. Agency or authority designated
  to handle comments regarding the notification can be indicated
  if different from above. 3. Notified under Article 2.9.2. 4.
  Products covered (HS or CCCN where applicable, otherwise national
  tariff heading. ICS numbers may be provided in addition, where
  applicable): Flow meters. 5. Title, number of pages and language(s)
  of the notified document:  Draft Mexican Official Standard
  NOM-005-CNS-1995, Flow Meters--Specifications and Testing Methods
  (9 pages, available in Spanish). 6. Description of content:
  This draft Mexican Official Standard establishes the specifications
  and testing methods for flow meters for lavatories and urinals
  in order to ensure water saving in their use and hydraulic
  operation. It applies to domestic and foreign flow meters of
  different materials marketed on the national territory. 7.
  Objective and rationale: Safety. 8. Relevant documents: Diario
  Oficial de la Federaci|on (Official Journal) of 16 October
  1996. 9. Proposed date of adoption: To be determined; Proposed
  date of entry   into force: To be determined. 10. Final date
  for comments: 16 January 1997.
CITE: (M-352 SN012862)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: FOREIGN GOVERNMENT STANDARDS
SUBJECT: MEXICO--HUMANE TREATMENT IN THE TRANSPORT OF ANIMALS
DESC: The following notification is being circulated in accordance
  with Article 10.6. G/TBT/Notif.96.417. 1. Member to Agreement
  notifying: MEXICO. If applicable, name of local government
  involved (Articles 3.2 and 7.2). 2. Agency responsible: Ministry
  of Agriculture, Livestock and Rural Development. Agency or
  authority designated to handle comments regarding the notification
  can be indicated if different from above. 3. Notified under
  Article 2.9.2. 4. Products covered (HS or CCCN where applicable,
  otherwise national tariff heading. ICS numbers may be provided
  in addition, where applicable): Animals. 5. Title, number of
  pages and language(s) of the notified document:  Draft Mexican
  Official Standard NOM-051-ZOO-1995, Humane Treatment in the
  Transport of Animals, 13 pages. 6. Description of content:
  The purpose of this mandatory Mexican Official Standard is
  primarily to establish animal transport systems that reduce
  the animals' suffering, by avoiding or reducing stress during
  the transportation process. 7. Objective and rationale: Animal
  safety. 8. Relevant documents: Diario Oficial de la Federaci|on
  (Official Journal) of 31 October 1996 (Spanish). 9. Proposed
  date of adoption: To be determined; Proposed date of entry
  into force: To be determined. 10. Final date for comments:
  31 January 1997.
CITE: (M-352 SN012863)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: FOREIGN GOVERNMENT STANDARDS
SUBJECT: THAILAND--STANDARD FOR HOT-ROLLED STRUCTURAL STEEL SECTIONS
DESC: The following notification is being circulated in accordance
  with Article 10.6. G/TBT/Notif.96.410. 1. Member to Agreement
  Notifying: THAILAND. If applicable, name of local government
  involved (Articles 3.2 and 7.2). 2. Agency responsible: Thai
  Industrial Standards Institute. Agency or authority designated
  to handle comments regarding the notification can be indicated
  if different from above. 3. Notified under Article 2.9.2. 4.
  Products covered (HS or CCCN where applicable, otherwise national
  tariff heading. ICS numbers may be provided in addition, where
  applicable): Hot-rolled structural steel. 5. Title, number
  of pages and language(s) of the notified document: TIS 1227-2539
    (1996) Standard for Hot-Rolled Structural Steel Sections
  (Amendment No. 1). 6. Description of content: Amendment to
  TIS 1227-2537 (1994) Standard for Hot-Rolled Structural Steel
  Sections. The substantial revision is as follows: 1. Additional
  classification of structural steel sections to cover grades
  denoted by the symbols SS 400, SS 490, and SS 540; 2. amending
  relevant requirements to correspond to the mentioned additional
  grades (i.e. shape and dimensional tolerances of H section,
  chemical composition by cast analysis, bending, yield point
  or proof stress, tensile strength, elongation, impact test,
  marking and labelling, sampling and criteria for conformity,
  testing). 7. Objective and   rationale: To cover structural
  steel sections available in the market. 8. Relevant documents:
  The Industrial Product Standards Act B.E. 2511 (1968). 9. Proposed
  date of adoption: To be determined; Proposed date of entry
  into force: To be determined. 10. Final date for comments:
  3 December 1996.
CITE: (M-352 SN012864)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: FOREIGN GOVERNMENT STANDARDS
SUBJECT: BOTSWANA--DRAFT REGULATIONS ON THE MARKETING OF BREAST
  MILK SUBSTITUTES
DESC: The following notification is being circulated in accordance
  with Article 10.6. G/TBT/Notif.96.418. 1. Member to Agreement
  notifying: BOTSWANA. If applicable, name of local government
  involved (Articles 3.2 and 7.2). 2. Agency responsible: Ministry
  of Health. Agency or authority designated to handle comments
  regarding the notification can be indicated if different from
  above: Community Health Services Division. 3. Notified under
  Article 2.9.2. 4. Products covered (HS or CCCN where applicable,
  otherwise national tariff heading. ICS numbers may be provided
  in addition, where applicable): Infant foods, feeding bottles,
  teats and pacifiers. 5. Title, number of pages and language(s)
  of the notified document: Draft Regulations on the Marketing
  of Breast Milk Substitutes. 6.   Description of content: The
  Regulations aim at ensuring safe and adequate nutrition for
  infants by promoting and protecting breastfeeding and by regulating
  the marketing of infant foods, feeding bottles, teats and pacifiers.
  7. Objective and rationale: 1. Protection of babies' health;
  2. To ensure the quality and availability of feeding bottles,
  teats and pacifiers; and 3. To increase consumers' information
  on their use. 8. Relevant documents: Section 13, (1) of the
  Food Control Act of 1993. 9. Proposed date of adoption: March
  1997. Proposed date of entry into force: January 1998. 10.
  Final date for comments: 15 December 1996. 11. Texts available
  from: National enquiry   point [] or address and telefax number
  of other body: Chief Community Health Officer, Private Bag
  00269, Gaborone, Botswana.
CITE: (M-352 SN012865)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: FOREIGN GOVERNMENT STANDARDS
SUBJECT: DENMARK--SAFE MANAGEMENT AT ICE TRANSPORT BELTS IN FISHING
  SHIPS
DESC: The following notification is being circulated in accordance
  with Article 10.6. G/TBT/Notif.96.419. 1. Member to Agreement
  notifying: DENMARK. If applicable, name of local government
  involved (Articles 3.2 and 7.2). 2. Agency responsible: Danish
  Maritime Authority. Agency or authority designated to handle
  comments regarding the notification can be indicated if different
  from above. 3. Notified under Article 2.9.2. 4. Products covered
  (HS or CCCN where applicable, otherwise national tariff heading.
  ICS numbers may be provided in addition, where applicable):
  Fishing ships. 5. Title, number of pages and language(s) of
  the notified document: 5121-60 Order on Safe Management at
  Ice Transport Belts in Fishing Ships (3 pages, available in
    Danish). 6. Description of content: Rules on Construction
  and Screening of Systems of Ice Transport Belts with Worm Drive
  Conveyors, Bands, or Chain Conveyors. 7. Objective and rationale:
  To require a safety management system for fishing ships and
  the companies operating such trips in order to enhance safety
  at sea and to avoid marine pollution. 9. Proposed date of adoption:
  1 April 1996; Proposed date of entry into force: 1 April 1996.
  10. Final date for comments: 25 January 1996. 11. Texts available
  from: National enquiry point [X] or address and telefax number
  of other body: Dansk Standard, Baunegaardsvej 73, 2900 Hellerup.
CITE: (M-352 SN012866)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: FOREIGN GOVERNMENT STANDARDS
SUBJECT: JAPAN--REVISION OF THE ENFORCEMENT ORDINANCE OF THE
  GAS UTILITY INDUSTRY
DESC: The following notification is being circulated in accordance
  with Article 10.6. G/TBT/Notif.96.411. 1. Member to Agreement
  notifying: JAPAN. If applicable, name of local government involved
  (Articles 3.2 and 7.2). 2. Agency responsible: Ministry of
  International Trade and Industry. Agency or authority designated
  to handle comments regarding the notification can be indicated
  if different from above. 3. Notified under Article 2.9.2. 4.
  Products covered (HS or CCCN where applicable, otherwise national
  tariff heading. ICS numbers may be provided in addition, where
  applicable): Equipments used by the gas utility industry and
  gas appliances (HS: 72.01-85.48). 5. Title, number of pages
  and language(s) of the notified document:  Revision of the
  Enforcement Ordinance of the Gas Utility Industry Law, etc.
  (2 pages, available in Japanese). 6. Description of content:
  Deregulation on equipments used by the gas utility industry
  and adoption of international system units. 7. Objective and
  rationale: To review the regulations including the Enforcement
  Ordinance of the Gas Utility Industry Law, in order to undertake
  deregulation on equipments used by the gas utility industry.
  8. Relevant documents: The basic law is the Gas Utility Industry
  Law. This Ordinance will appear in "KAMPO" (Official Government
  Gazette) when adopted. 9. Proposed date of adoption: Not yet
  determined; Proposed date of entry into force: Not yet determined.
  10. Final date for comments: 13 January 1997.
CITE: (M-352 SN012880)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: FOREIGN GOVERNMENT STANDARDS
SUBJECT: JAPAN--HIGH-PRESSURE GAS CYLINDERS
DESC: The following notification is being circulated in accordance
  with Article 10.6. G/TBT/Notif.96.420. 1. Member to Agreement
  notifying: JAPAN. If applicable, name of local government involved
  (Articles 3.2 AND 7.2). 2. Agency responsible: Ministry of
  International Trade and Industry Agency or authority designated
  to handle comments regarding the notification can be indicated
  if different from above. 3. Notified under Article 2.9.2. 4.
  Products covered (HS or CCCN where applicable, otherwise national
  tariff heading. ICS numbers may be provided in addition, where
  applicable): High-pressure gas cylinders (HS: 7311). Pressure
  equipment used in high-pressure gas production plants (HS:
  7311). 5. Title, number of pages and language(s) of   the notified
  document: Revision of Container Safety Regulations, Designated
  Equipment Inspection Regulations and Seismic Design Standard
  for High-Pressure Gas Equipment (2 pages, available in Japanese).
  6. Description of content: 1. Introducing self-inspection system
  for cylinder manufacturers, which have sufficient quality assurance
  system; 2. introducing self-inspection system for the manufacturers
  of gas equipment, which is designated as a "Designated Equipment"
  and used in high-pressure gas production plants, when the manufacturers
  are verified to have sufficient quality assurance system; 3.
  establishing the provisions for "non-refillable cylinders"
  whose domestic manufacturing and use is prohibited at present,
  and manufacturing and use of   "non-refillable" cylinders is
  possible when those provisions are met; 4. establishing the
  standards for fibre-reinforced plastic composite cylinders
  the storage tanks to be used in bulk-supplying system; 5. revising
  Seismic Design Standards for High-Pressure Gas Equipment which
  are referred to when designated equipment is designed. 7. Objective
  and rationale: Based on the revision of the High-Pressure Gas
  Control Law, to establish requirements and standards in the
  field of high-pressure gas cylinders and designated equipment
  for self-inspection by cylinder manufacturers and manufacturers
  of designated equipment instead of legal third-party inspection;
  to establish the provisions for the "non-refillable cylinders"
  in order to enable the manufacture and   use of the "non-refillable
  cylinders"; revision of Seismic Design Standards for High-Pressure
  Gas Equipment to include pipeline as covered equipment under
  the Standards. 8. Relevant documents: The basic law is the
  High-Pressure Gas Control Law. This Ordinance will appear in
  "KAMPO" (Official Government Gazette) when adopted. 9. Proposed
  date of adoption: To be determined. Proposed date of entry
  into force: 1 April 1997. 10. Final date for comments: 27 January
  1997.
CITE: (M-352 SN012881)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: FOREIGN GOVERNMENT STANDARDS
SUBJECT: SLOVAK--REPUBLIC: BREEDING AND COMMERCIAL PIGS
DESC: The following notification is being circulated in accordance
  with Article 10.6. G/TBT/Notif.96.421. 1. Member to Agreement
  notifying: SLOVAK REPUBLIC. If applicable, name of local government
  involved (Articles 3.2 and 7.2). 2. Agency responsible: Slovak
  Ministry of Agriculture. Agency or authority designated to
  handle comments regarding the notification can be indicated
  if different from above. 3. Notified under Article 2.9.2. 4.
  Products covered (HS or CCCN where applicable, otherwise national
  tariff heading. ICS numbers may be provided in addition, where
  applicable): Breeding boars and sows, breeding boar piglets
  and sow piglets, rearing sows and sow  piglets, commercial
  pigs. 5. Title, number of pages and language(s) of the notified
  document: STN 46 6150 Breeding and Commercial Pigs (13 pages,
  available in Slovak). 6. Description of content: Proposed Slovak
  Standard establishes categories of breeding, rearing, and commercial
  pigs. Furthermore, it describes methods for determination of
  the breeding value of pigs. The pigs evaluation is given by:
  reproduction ability, performance, fattening ability and meat
  efficiency, as well as the exterior of the animal. New methods
  for the performance and heredity inspection are taken into
  account, which has an effect on the breeding and rearing animals
  evaluation, namely stating their breeding value. The whole
  of Standard STN 46 6150 is obligatory. 7. Objective  and rationale:
  Providing unified approach to evaluation and breeding value
  for determination for pigs. 8. Relevant documents: STN 46 6150
  substitutes hitherto the valid Standard STN 46 6150 dated 1
  February 1981; adoption announcement will be published in Vestni|k
  UNMS SR (Official Journal). 9. Proposed date of adoption: Not
  determined; Proposed date of entry into force: Not determined.
  10. Final date for comments: 28 February 1997.
CITE: (M-352 SN012964)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: FOREIGN GOVERNMENT STANDARDS
SUBJECT: BRAZIL--REGULATION ON ELECTRICAL LOW-TENSION DEVICES
DESC: The following notification is being circulated in accordance
  with Article 10.6. G/TBT/Notif.96.415. 1. Member to Agreement
  notifying: BRAZIL. If applicable, name of local government
  involved (Articles 3.2 and 7.2). 2. Agency responsible: National
  Institute of Metrology, Standardization and Industrial Quality--INMETRO.
  Agency or authority designated to handle comments regarding
  the notification can be indicated if different from above.
  3. Notified under Article 2.9.2. 4. Products covered (HS or
  CCCN where applicable, otherwise national tariff heading. ICS
  numbers may be provided in addition, where applicable): Knife
  switches with or without fuses, circuit  breakers, fuses, fuse
  bases, extensions and multiple plugs, wires, cables and flexible
  cords, starters, switches, plugs, sockets, adaptors, lamps,
  reactors, independent lighting circuits, receptacles, luminaries,
  light fittings, connectors. 5. Title, number of pages and language(s)
  of the notified document: Regulation on Electrical Low-Tension
  Devices (3 pages, available in Portuguese). 6. Description
  of content: This Regulation gives provisions for the use of
  electrical low-tension devices. For the effect of this Regulation,
  the above-mentioned articles (item 4) are considered electrical
  low-tension devices. The electrical low-tension devices which
  are marketed in the country should be identified in an indelible
  way, or in relief, with the  manufacturer's name or logo and
  the tension for which they are intended to be used. As these
  electrical devices are manufactured with no compliance to technical
  standards, an increasing level of fires and several residential
  accidents have occurred. 7. Objective and rationale: Consumer
  protection. 8. Relevant documents: NBR 6148. 9. Proposed date
  of entry into force: The Institute proposes this Regulation
  become effective at the date of its publication in the Official
  Journal.
CITE: (M-352 SN012963)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: FOREIGN GOVERNMENT STANDARDS
SUBJECT: SLOVAK--REPUBLIC: PERFORMANCE AND PROGENY TESTING OF
  PIGS
DESC: The following notification is being circulated in accordance
  with Article 10.6. G/TBT/Notif.96.423. 1. Member to Agreement
  notifying: SLOVAK REPUBLIC. If applicable, name of local government
  involved (Articles 3.2 and 7.2). 2. Agency responsible: Slovak
  Ministry of Agriculture. Agency or authority designated to
  handle comments regarding the notification can be indicated
  if different from above. 3. Notified under Article 2.9.2. 4.
  Products covered (HS or CCCN where applicable, otherwise national
  tariff heading. ICS numbers may be provided in addition, where
  applicable): Breeding boars and sows, boar piglets and sow
  piglets, rearing sows and sow piglets. 5. Title, number of
  pages and language(s) of the notified document: STN 46 6164
   Performance and Progeny Testing of Pigs (13 pages, available
  in Slovak). 6. Description of content: Proposed Slovak Standard
  specifies terms and definitions related to inspection of performance
  and progeny of pigs, including terms of records and documentation.
  Individual instructions for inspecting utility characteristics
  of reproduction, performance, fattening ability and meat efficiency
  are defined. The animals are judged according to the performance
  results, and the heredity inspection is evaluated. The Standard
  STN 46 6164 is obligatory, with the exception of Articles 3.2.7
  and 3.2.8 respectively, which are in the form of recommendation.
  7. Objective and rationale: This standard is providing unified
  approach to the determination of  the performance parameters
  and their evaluation in the Slovak Republic by creating identical
  conditions for all breeders of pigs. In this manner the progeny
  testing of all animals will be performed at the same conditions.
  The new methods and proceeds for inspecting the performance
  and progeny testing of pigs will have a positive impact on
  performance and genetic disposition of pigs. 8. Relevant documents:
  -STN 46 6164 substitutes hitherto valid Standard STN 46 6164,
  dated 19 April 1978; -adoption announcement will be published
  in Vestni|k UNMS SR (Official Journal). 9. Proposed date of
  adoption: Not determined; Proposed date of entry into force:
  Not determined. 10. Final date for comments: 28 February 1997.
CITE: (M-352 SN012883)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: FOREIGN GOVERNMENT STANDARDS
SUBJECT: AUSTRALIA--DIGITAL CELLULAR MOBILE TELECOMMUNICATIONS
  SYSTEMS--GSM MOBILE STATION
DESC: The following notification is being circulated in accordance
  with Article 10.6. G/TBT/Notif.96.422. 1. Member to Agreement
  notifying: AUSTRALIA. If applicable, name of local government
  involved (Articles 3.2 and 7.2). 2. Agency responsible: AUSTEL
  (Australian Telecommunications Authority). Agency or authority
  designated to handle comments regarding the notification can
  be indicated if different from above. 3. Notified under Article
  2.9.2. 4. Products covered (HS or CCCN where applicable, otherwise
  national tariff heading. ICS numbers may be provided in addition,
  where applicable): Customer equipment connected to a GSM public
  land mobile network. 5. Title, number of pages and language(s)
  of the notified document: TS 018: "Digital Cellular  Mobile
  Telecommunications Systems--GSM Mobile Station" (32 pages,
  available in English). 6. Description of content: This Technical
  Standard relates to Customer Equipment (CE). It defines the
  technical conditions and requirements for non-interference
  interworking, that CE must meet for connection to a public
  GSM digital cellular mobile telecommunications system. It is
  based upon the ETSI GSM Standards as listed in the References
  of this Technical Standard. 7. Objective and rationale: As
  above. 8. Relevant documents: Listed in Reference Section of
  Standard. 9. Proposed date of adoption: Early 1997; Proposed
  date of entry into force: Early 1997. 10. Final date for comments:
  13 January 1997. 11. Texts available from: National enquiry
  point [X] or address  and telefax number of other body: National
  Sales Centre, Standards Australia, P.O. Box 1055, Strathfield
  NSW 2135, Australia.
CITE: (M-352 SN012882)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: FOREIGN GOVERNMENT STANDARDS
SUBJECT: MEXICO--SAFETY AND HEALTH CONDITIONS FOR THE OPERATION
  OF CONTAINERS SUBJECT TO PRESSURE AND STEAM GENERATORS OR BOILERS
  OPERATING IN THE WORKPLACE
DESC: The following notification is being circulated in accordance
             with Article 10.6. G/TBT/Notif.96.413. 1. Member
  to Agreement notifying:            MEXICO. If applicable, name
  of local government involved (Articles 3.2 and            7.2).
  2. Agency responsible: Ministry of Labour and Social Security.
  3. Notified under Article 2.9.2. 4. Products covered (HS or
  CCCN where applicable, otherwise national tariff heading. ICS
  numbers may be provided in addition, where applicable): Containers
  subject to pressure and steam generators or boilers. 5. Title
  and number of pages of the notified document: Draft Mexican
  Official Standard NOM-122-STPS-1996 on Safety and Health Conditions
  for the Operation of Containers Subject to Pressure and Steam
   Generators or Boiler Operating in the Workplace (14 pages,
  in Spanish). 6. Description of content: This draft Mexican
  Official Standard establishes minimum safety and health requirements
  for containers subject to pressure and steam generators or
  boilers installed in the workplace, regardless of the type
  or scale of the workplace. 7. Objective and rationale: Safety.
  8. Relevant documents: Diario Oficial de la Federacio|n (Official
  Journal) of 23 October 1996. 9. Proposed date of adoption and
  entry into force: To be determined. 10. Final date for comments:
  23 January 1997.
CITE: (M-352 SN012884)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: FOREIGN GOVERNMENT STANDARDS
SUBJECT: BRAZIL--VEHICLE SAFETY INSPECTIONS
DESC: The following notification is being circulated in accordance
  with Article 10.6. G/TBT/Notif.96.414. 1. Member to Agreement
  notifying: BRAZIL. If applicable, name of local government
  involved (Articles 3.2 and 7.2). 2. Agency responsible: National
  Institute of Metrology, Standardization and Industrial Quality--INMETRO.
  Agency or authority designated to handle comments regarding
  the notification can be indicated if different from above.
  3. Notified under Article 2.9.2. 4. Products covered (HS or
  CCCN where applicable, otherwise national tariff heading. ICS
  numbers may be provided in addition, where applicable): Motor
  vehicles. 5. Title, number of pages and language(s) of the
  notified document: RTQ-42 Vehicle Safety Inspection (23  pages,
  available in Portuguese). 6. Description of content: This Regulation
  establishes the necessary requirements for vehicle safety inspections.
  It applies to the periodic inspection stations for vehicle
  safety, which are accredited by competent bodies. Annex A contains
  a Manual for the Installation and Functioning of a Safety Inspection
  Station, with the minimum requirements relating to the equipment
  and installation of such a station. Annex B contains the Procedure
  Manual for the Inspection of Vehicle Safety which establishes
  the methodology under which the inspection of the vehicle must
  be made. 7. Objective and rationale: Human safety. 8. Relevant
  documents: Resoluc|a|o CONTRAN 809/95. 9. Proposed date of
  adoption: Soon after  public consulting period has ended.
CITE: (M-352 SN012958)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: FOREIGN GOVERNMENT STANDARDS
SUBJECT: BRAZIL--REGULATION ON ELECTRICAL LOW-TENSION DEVICES
DESC: The following notification is being circulated in accordance
  with Article 10.6. G/TBT/Notif.96.415. 1. Member to Agreement
  notifying: BRAZIL. If applicable, name of local government
  involved (Articles 3.2 and 7.2). 2. Agency responsible: National
  Institute of Metrology, Standardization and Industrial Quality--INMETRO.
  Agency or authority designated to handle comments regarding
  the notification can be indicated if different from above.
  3. Notified under Article 2.9.2. 4. Products covered (HS or
  CCCN where applicable, otherwise national tariff heading. ICS
  numbers may be provided in addition, where applicable): Knife
  switches with or without fuses, circuit  breakers, fuses, fuse
  bases, extensions and multiple plugs, wires, cables and flexible
  cords, starters, switches, plugs, sockets, adaptors, lamps,
  reactors, independent lighting circuits, receptacles, luminaries,
  light fittings, connectors. 5. Title, number of pages and language(s)
  of the notified document: Regulation on Electrical Low-Tension
  Devices (3 pages, available in Portuguese). 6. Description
  of content: This Regulation gives provisions for the use of
  electrical low-tension devices. For the effect of this Regulation,
  the above-mentioned articles (item 4) are considered electrical
  low-tension devices. The electrical low-tension devices which
  are marketed in the country should be identified in an indelible
  way, or in relief, with the  manufacturer's name or logo and
  the tension for which they are intended to be used. As these
  electrical devices are manufactured with no compliance to technical
  standards, an increasing level of fires and several residential
  accidents have occurred. 7. Objective and rationale: Consumer
  protection. 8. Relevant documents: NBR 6148. 9. Proposed date
  of entry into force: The Institute proposes this Regulation
  become effective at the date of its publication in the Official
  Journal.
CITE: (M-352 SN012959)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: FOREIGN GOVERNMENT STANDARDS
SUBJECT: SLOVAK--REPUBLIC: BREEDING AND COMMERCIAL PIGS
DESC: The following notification is being circulated in accordance
  with Article 10.6. G/TBT/Notif.96.421. 1. Member to Agreement
  notifying: SLOVAK REPUBLIC. If applicable, name of local government
  involved (Articles 3.2 and 7.2). 2. Agency responsible: Slovak
  Ministry of Agriculture. Agency or authority designated to
  handle comments regarding the notification can be indicated
  if different from above. 3. Notified under Article 2.9.2. 4.
  Products covered (HS or CCCN where applicable, otherwise national
  tariff heading. ICS numbers may be provided in addition, where
  applicable): Breeding boars and sows, breeding boar piglets
  and sow piglets, rearing sows and sow  piglets, commercial
  pigs. 5. Title, number of pages and language(s) of the notified
  document: STN 46 6150 Breeding and Commercial Pigs (13 pages,
  available in Slovak). 6. Description of content: Proposed Slovak
  Standard establishes categories of breeding, rearing, and commercial
  pigs. Furthermore, it describes methods for determination of
  the breeding value of pigs. The pigs evaluation is given by:
  reproduction ability, performance, fattening ability and meat
  efficiency, as well as the exterior of the animal. New methods
  for the performance and heredity inspection are taken into
  account, which has an effect on the breeding and rearing animals
  evaluation, namely stating their breeding value. The whole
  of Standard STN 46 6150 is obligatory. 7. Objective  and rationale:
  Providing unified approach to evaluation and breeding value
  for determination for pigs. 8. Relevant documents: STN 46 6150
  substitutes hitherto the valid Standard STN 46 6150 dated 1
  February 1981; adoption announcement will be published in Vestni|k
  UNMS SR (Official Journal). 9. Proposed date of adoption: Not
  determined; Proposed date of entry into force: Not determined.
  10. Final date for comments: 28 February 1997.
CITE: (M-352 SN012960)

[Commerce Business Daily: Posted December 17, 1996]
[Printed Issue Date: December 19, 1996]

PART: FOREIGN GOVERNMENT STANDARDS
SUBJECT: BRAZIL--VEHICLE SAFETY INSPECTIONS
DESC: The following notification is being circulated in accordance
  with Article 10.6. G/TBT/Notif.96.414. 1. Member to Agreement
  notifying: BRAZIL. If applicable, name of local government
  involved (Articles 3.2 and 7.2). 2. Agency responsible: National
  Institute of Metrology, Standardization and Industrial Quality--INMETRO.
  Agency or authority designated to handle comments regarding
  the notification can be indicated if different from above.
  3. Notified under Article 2.9.2. 4. Products covered (HS or
  CCCN where applicable, otherwise national tariff heading. ICS
  numbers may be provided in addition, where applicable): Motor
  vehicles. 5. Title, number of pages and language(s) of the
  notified document: RTQ-42 Vehicle Safety Inspection (23  pages,
  available in Portuguese). 6. Description of content: This Regulation
  establishes the necessary requirements for vehicle safety inspections.
  It applies to the periodic inspection stations for vehicle
  safety, which are accredited by competent bodies. Annex A contains
  a Manual for the Installation and Functioning of a Safety Inspection
  Station, with the minimum requirements relating to the equipment
  and installation of such a station. Annex B contains the Procedure
  Manual for the Inspection of Vehicle Safety which establishes
  the methodology under which the inspection of the vehicle must
  be made. 7. Objective and rationale: Human safety. 8. Relevant
  documents: Resoluc|a|o CONTRAN 809/95. 9. Proposed date of
  adoption: Soon after  public consulting period has ended.
CITE: (M-352 SN012962)