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

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: NASA Headquarters(HQ) Acquisition Division, 300 E. St.,SW
  Washington DC 20546
SUBJECT: A -- EXTREME ULTRAVIOLET EXPLORER (EUVE) EPISODE 5 RESEARCH
  PROGRAM 
SOL NRA 96-OSS-15
DUE 022897
POC Dr. Guenter Riegler, Code SR, NASA Headquarters, Research
  Program Management Division, Office of Space Science, Washington,
  DC 20546 202/358-1588
DESC: The National Aeronautics and Space Administration (NASA),
  Office of Space Science (OSS) solicits basic research proposals
  for the program to acquire scientific data from the Extreme
  Ultraviolet Explorer (EUVE) Episode 5 under NRA 96-OSS-15.
   This NRA is the fifth announcement for the EUVE Guest Observer
  Program and solicits proposals for observations to be carried
  out during the 12-month period of pointed operations beginning
  April 1997.  The NRA will be available electronically at URL
  http://www.hq.nasa.gov/office/oss/research.htm and http://www.cea.berkeley.edu
  (For NRA and pertinent Reference Documents) upon the release
  date of December 30, 1996.  Proposals are due February 28,
  1997.  Participation in this program is open to all categories
  of organizations, domestic and foreign, including educational
  institutions, profit and nonprofit organizations, and NASA
  Centers and other Government agencies.  For those not having
  access to the Internet, a paper copy may be requested from
  the EUVE Project Science Office, by E-mail .
   Scientific inquiries should be addressed to Dr. Guenter Riegler,
  Research Program Management Division, Code SR, Office of Space
  Science, NASA Headquarters, Washington, DC 20546-0001, (202)358-1588,
  E-mail:  .  This announcement
  will be released on December 30, 1996, and proposals are due
  by February 28, 1997.  This notice constitutes a NASA Research
  Announcement (NRA) as contemplated in FAR 6.102(d)(2).  
LINK http://www.hq.nasa.gov/office/oss/research.htm
LINKDESC: 
EMAIL guenter.riegler@hq.nasa.gov
EMAILDESC: 
CITE: (W-346 SN010796)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: R&D Contracting, Bldg 7, 2530 C Street, WPAFB OH 45433-7607
SUBJECT: A -- FIXED WING VEHICLE DEMONSTRATION PROGRAM. THIS
  ANNOUNCEMENT IS IN TWO PARTS. THIS IS PART 1 OF 2.
SOL PRDA 97-02-FIK
POC Jarens D. Murray, 2Lt, USAF, Contract Negotiator, (937) 255-5901
  Mr. Lawrence W. Kopa, Contracting Officer, (937) 255-5901.
DESC: A -NOTICE: THIS ANNOUNCEMENT IS IN TWO PARTS. PART 1 OF
  2. INTRODUCTION: Wright Laboratory (WL/FIIA) is interested
  in receiving proposals (technical and cost) on the research
  effort described below. Proposals in response to this PRDA
  shall be submitted by 28 February 1997, 1500 hours Eastern
  Time, addressed to Wright Laboratory, Directorate of R&D Contracting,
  Building 7, Area B, Attn: (Mr. Larry Kopa, WL/FIKA) Wright-Patterson
  AFB OH 45433-7607. This is an unrestricted solicitation, small
  businesses are encouraged to propose on all or any part of
  this solicitation. Proposals submitted shall be in accordance
  with this announcement. Proposal submission after the cutoff
  date specified herein shall be treated in accordance with restrictions
  of FAR 52.215-10, a copy of this provision may be obtained
  from the contracting point of contact. There will be no formal
  Request For Proposal (RFP) or other solicitation request in
  regard to this requirement. Offerors should be alert for any
  PRDA amendments that may be published. Offerors who do not
  already have a copy of the current Wright Laboratory guide
  entitled "PRDA BAA Guide for Industry" may request a copy from
  the contracting point of contact cited in this announcement.
  This guide was specifically designed to assist offerors in
  understanding the PRDA/BAA proposal process. This guide is
  also available for review on the WL/PK contracting home page:
  http://www.wl.wpafb.af.mil/contract/hp.htm. B- REQUIREMENTS:
  Technical Description: The Fixed Wing Vehicle Demonstration
  program (a.k.a. Future Aircraft Technology Enhancement, "FATE"
  I) is a subset of the national Fixed Wing Vehicle program.
  The overall objective of the Fixed Wing Vehicle Demonstration
  program is to 1) define a set of aircraft technologies that
  require flight test validation in a new air vehicle in order
  to meet the Fixed Wing Vehicle (FWV) Phase I program goals
  for a fighter attack class of aircraft. These goals are identified
  in the PAYOFF section of this PRDA and address goals for both
  inhabited and uninhabited aircraft, and 2) to develop, build
  and flight test a demonstrator vehicle to achieve those program
  goals. The demonstration program will strike a balance between
  the FWV goals achieved, the number and types of technologies
  flight tested and demonstrated, and the degree of "missionization"
  incorporated in the demonstrator platform(s). The Fixed Wing
  Vehicle Demonstration program will quantify the benefits of
  the chosen technology set both singly and in combination. The
  demonstrated technologies will be developed from the Fixed
  Wing Vehicle technology plan and roadmap. (This plan and roadmap,
  along with goal definitions, will be provided to the offerors
  upon request from the technical point of contact). The flight
  demonstrator shall be an uninhabited modular system consisting
  of the vehicle management system, vehicle platform, sensor
  packages, data recording devices, and other systems required
  to flight validate an identified subset of technologies from
  the Fixed Wing Vehicle program thrust areas: structure, flight
  control, aeromechanics, and subsystems. An additional goal
  of the Fixed Wing Vehicle Demonstration program will be the
  capability to demonstrate other technologies such as avionics,
  propulsion and weapons after the initial flight test by employing
  the vehicle modularity. The initial flight demonstration will
  specifically address vehicle performance and maneuverability.
  Design and analysis studies and ground test will address the
  issues of cost/affordability, reusability, modularity, and
  transitionability of identified technologies. 1. PROGRAM STRATEGY:
  The intent of the Fixed Wing Vehicle Demonstration program
  is to develop an uninhabited modular flight test vehicle(s)
  to flight demonstrate aircraft technologies. The program will
  be executed in two BLOCKS I and II. 1) This PRDA is the announcement
  for BLOCK I. The purpose of BLOCK I is to develop specific
  program requirements including vehicle specifications and technology
  needs in preparation for BLOCK II of the program. BLOCK I will
  investigate the interrelated issues of technology candidates,
  FWV goals, technology demonstration requirements, vehicle concepts,
  "mission" performance requirements, cost, schedule, and BLOCK
  II planning. The following information is requested in response
  to this PRDA announcement: A) Contractors are asked to submit
  technical, schedule, and cost proposals for an uninhabited
  modular flight test vehicle. This technical proposal should
  include a description or discussion of all systems necessary
  for the proposed test vehicle. B) Contractors are also asked
  to identify a technology set from the Fixed Wing Vehicle roadmaps
  to be integrated in the proposed vehicle for initial flight
  test. C) Contractors may also suggest studies needed to define
  vehicle requirements for the uninhabited modular flight test
  vehicle. Based on the proposals received, the Air Force will
  identify technical areas in the development and flight test
  of the vehicle which require further research. Studies will
  be awarded within BLOCK I to investigate these areas with the
  goal of developing specific vehicle requirements. At the end
  of BLOCK I the Air Force will use the results of the BLOCK
  I studies, coupled with responses from this BLOCK I PRDA to
  develop requirements for BLOCK II. BLOCK I is anticipated to
  last from JUN 97- SEP 98. Studies awarded during BLOCK I may
  have a shorter period of performance. 2) In order to provide
  an adequate response to this PRDA offerors must be cognizant
  of BLOCK II plans and requirements. The purpose of BLOCK II
  is to design, develop, construct, and flight test modular uninhabited
  flight demonstration vehicle(s). The Air Force currently plans
  to develop two configurations, with two builds for each configuration
  for the flight demonstration. A total of four uninhabited flight
  demonstration vehicles are envisioned to be developed. This
  total is predicated on funding and schedule constraints. BLOCK
  II will begin with another PRDA announcement, or Request for
  Proposal (RFP) including specific vehicle requirements from
  BLOCK I. Within BLOCK II contractor proposals will be evaluated
  solely on their response to the BLOCK II solicitation. Teaming
  arrangements will be encouraged for BLOCK II. BLOCK II will
  culminate with the successful flight demonstration of the uninhabited
  modular air vehicle(s). Solicitation for BLOCK II requirements
  is planned for OCT-DEC 98 time frame. 3) After successful flight
  testing, the vehicles are envisioned to be used to flight test
  and demonstrate other technologies for a ten year period. 2.
  TECHNICAL APPROACH: This section reiterates the program strategy
  mentioned above. It is intended to outline the technical flow
  of the Fixed Wing Vehicle Demonstration Program. The Fixed
  Wing Vehicle Demonstration platform program will integrate
  technologies from the Fixed Wing Vehicle Program thrust areas
  (structures, aeromechanics, flight control, subsystems), to
  validate future aircraft technologies with measured cost and
  performance data. The Air Force intends to accomplish this
  program in two separate parts. This PRDA announcement will
  address program objectives and requirements for BLOCK I. The
  objective of BLOCK I will be to accomplish development studies
  in various technical areas which define requirements for a
  modular uninhabited flight demonstration vehicle utilizing
  one or more short term Cost Plus Fixed Fee (CPFF) type contracts.
  Studies will be awarded based on proposals for the development
  of a modular demonstration vehicle and technology set to be
  initially flight tested on the vehicle. Upon completion of
  these developmental studies, the Air Force intends to solicit
  a subsequent PRDA announcement or RFP for BLOCK II of the program.
  The objectives of BLOCK II will include design development,
  construction and flight test of air vehicle platforms. Contractor(s)
  will be required to aid in flight test of the air vehicle platform
  during BLOCK II. BLOCK II program contractor/consortium team(s)
  will be tasked to develop the plans necessary to integrate
  the BLOCK I study results with the technology developments
  from various technology thrust areas including subsystems,
  flight control, aeromechanics, and structures. The Air Force
  intends to utilize some form of an assistance instrument (i.e.
  grant, cooperative agreement, or other transaction) for the
  BLOCK II effort in order that all participating parties may
  benefit from the potential military and commercial applications
  which are anticipated based on the successful demonstration
  of one or more of the planned air vehicle platform(s). It is
  envisioned that the BLOCK II team leader(s) will be responsible
  for the overall integration of the modular air vehicle(s) including
  defining required interfaces to subcontractors. The following
  vehicle requirements are not meant to be hard constraints,
  and therefore should be analyzed for their effects on vehicle
  cost, schedule, and flight test capability. These requirements
  are meant to communicate the Air Force desire for an air-vehicle
  platform capable of performing some type of notional fighter/attack
  mission. Preliminary vehicle requirements of the modular demonstration
  platform are: (1) maneuvering capability of at least 7g at
  a dynamic pressure of 500psf, (2) capable of carrying a payload
  of no less than 1000 lbs internally over a 500 mile radius.
  (3) to incorporate modularity to the highest degree possible.
  (4) The vehicle design should be compatible with signature
  requirements expected for next generation combat air vehicles.
  These signature requirements may be classified (reference:
  Security Classification Guide for Air Force Low/Counter Low
  Observables (LO/CLO) Programs dated 3 January 1994). (5) The
  system will be used to flight demonstrate various technologies
  over a 10 year period. (6) Target cost for the initial vehicle
  is estimated to be no more than $70M (Offerors are encouraged
  to show cost reduction options). (7) Government is willing
  to take moderate to high risk in the vehicles. (8) Government
  intends on providing a production engine and vehicle control
  station. Contractors should suggest a production version of
  these systems along with modifications necessary to support
  their proposed vehicle. (9) The vehicle(s) are intended to
  only be operated on test ranges. END OF PART 1 OF 2.
CITE: (I-346 SN010860)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: R&D Contracting, Bldg 7, 2530 C Street, WPAFB OH 45433-7607
SUBJECT: A -- FIXED WING VEHICLE DEMONSTRATION PROGRAM. THIS
  ANNOUNCEMENT IS IN TWO PARTS. THIS IS PART 2 OF 2.
SOL PRDA 97-02-FIK
POC Jarens D. Murray, 2Lt, USAF, Contract Negotiator, (937) 255-5901
  Mr. Lawrence W. Kopa, Contracting Officer, (937) 255-5901.
DESC: NOTICE: THIS ANNOUNCEMENT IS IN TWO PARTS. THIS IS PART
  2 of 2 (10) The integration contractor, along with the FWV
  Demonstration program manager, will be responsible for tracking
  the contributions of flight tested technology sets to the FWV
  goal achievements. 3. PAYOFF: The successful flight demonstration
  of a modular uninhabited Fixed Wing Vehicle platform will show
  that the integrated technologies are mature enough to be incorporated
  into production builds of new military aircraft. The specific
  goals from the national Fixed Wing Vehicle program are to demonstrate
  20% reduction in production cost, 20% reduction in support
  cost, 20% reduction in Engineering Manufacturing Development
  (EMD) cost, 20% reduction in weight fraction, 10% increase
  in cruise lift/drag, and 10% increase agility over a F-22/F-18
  E/F baseline for a fighter attack class of aircraft. Specific
  definitions for these goals can be ascertained from the technical
  point of contact. The modular uninhabited demonstration vehicle
  is not required to specifically meet all of these goals, but
  should achieve a maximum percentage of these goals within cost
  and schedule constraints. This program will enable the United
  States to expand the envelope in aircraft performance while
  decreasing aircraft life cycle cost. 4. DELIVERABLE ITEMS:
  Data and Reports: During BLOCK I and BLOCK II, contractors
  will deliver data and reports. The amount and type of data
  and reports is dependent on the type of contractual award.
  It is the intent of the Air Force to permit the contractor
  to exercise considerable freedom in providing the minimum documentation
  to satisfy the requirements of the participating government
  organizations. Minimum documentation shall be as follows: reports
  to track contractor progress versus expenditures, design criteria
  for applying FWV technologies to a modular flight test vehicle,
  documentation to operate the modular air vehicle, and appropriate
  manuals for maintaining the test vehicle during flight tests.
  The CDRL's contain much more than this and the contractor should
  make recommendations as to which of these can be eliminated.
  The following deliverable data items are suggested for BLOCK
  I of the program: (1) Status Report, DI-MGMT-80368/T, monthly,
  (2) Funds and Man Hour Expenditure Report, DI-FNCL-80331/T
  monthly, (3) Project Planning Chart, DI-MGMT-80507A/T monthly,
  (4) Presentation Material, DI-ADMN-81373/T, as required, (5)
  Scientific and Technical Reports, DI-MISC-80711/T, (Draft and
  Reproducible Final), (6) Data Accession List (DAL) DI-MGMT-81453/T,
  (7) Contract Funds Status Report (CFSR), DI-MGMT-81468/T, Quarterly,
  (8) Scientific and Technical Reports, Contractors' Billing
  Voucher, DI-MISC-80711/T, monthly. Hardware/Software: During
  BLOCK II contractors will be responsible for delivering modular
  uninhabited vehicle(s) along with all necessary support hardware
  and software to make it a viable test vehicle. Contractors
  will also be responsible for modifying GFE equipment to suit
  the air vehicle (i.e. engine and control station.) 5. SECURITY
  REQUIREMENTS: It is anticipated that work performed under this
  contract will be unclassified. However, an offeror may have
  relevant approaches to investigating the impact of signature
  requirements on vehicle design aspects of the Fixed Wing Vehicle
  Demonstration program that cannot be addressed in their proposal
  because of security limitations (reference: Security Classification
  Guide for Air Force Low/Counter Low Observables (LO/CLO) Programs
  dated 3 January 1994). Further, no special access required
  information is authorized for submission with your proposal.
  If an offeror wishes to more fully indicate their company's
  experience, they should request additional directions from
  the Contracting Officer. C-ADDITIONAL INFORMATION: (1) Anticipated
  Period of Performance: The total length of BLOCK I is estimated
  to be 16 months. However, studies awarded during BLOCK I may
  have periods of performance less than 16 months. (2) Expected
  Award Date for BLOCK I studies: June 1997. (3) Government Estimate:
  The government anticipates a total of approximately $1M for
  BLOCK I of the program (FY97 $200K, FY98 $800K). Additional
  funding for BLOCK I may be ascertained prior to award. This
  funding profile is an estimate only and is not a promise for
  funding as funding is subject to change due to Government discretion
  and availability. (4) Type of contract: Cost Plus Fixed Fee
  (CPFF) or cost (no fee). Any grants awarded will be cost (no
  fee). (5) Government Furnished Property: BLOCK I - none contemplated,
  BLOCK II - the Air Force will provide a production engine(s)
  and control station(s) which the contractors may modify to
  meet vehicle requirements. Proposal should include propulsion
  and control station requirements for the modular uninhabited
  air vehicle. (6) Size Status: For the purpose of this acquisition,
  the size status is 1000 employees (SIC 8731). (7) Notice to
  Foreign-Owned Firms: Such firms are asked to immediately notify
  the Air Force contracting point of contact cited below upon
  deciding to respond to this announcement. Foreign contractors
  should be aware that restrictions may apply which could preclude
  their participation in this acquisition. D-PROPOSAL PREPARATION
  INSTRUCTIONS: (1) General Instructions: Offerors should apply
  the restrictive notice prescribed in the provision at FAR 52.215-12,
  Restriction on Disclosure and Use of Data, to trade secrets
  or privileged commercial and financial information contained
  in their proposals. Proposal questions should be directed to
  one of the points of contact listed elsewhere herein. Offerors
  should consider instructions contained in the WL PRDA and BAA
  Guide for Industry referenced in this announcement. Technical
  and cost proposals, submitted in separate volumes, are required
  and must be valid for 180 days. Proposals must reference the
  above PRDA number. Proposals shall be submitted in an original
  and eight copies. All responsible sources may submit a proposal
  which shall be considered against the criteria set forth herein.
  Offerors are advised that only contracting officers are legally
  authorized to contractually bind or otherwise commit the government.
  (2) Cost Proposal: The accompanying cost proposal/price breakdown
  shall be supplied on an SF 1411, together with supporting schedules,
  and shall contain a person-hour breakdown per task. Copies
  of the above-referenced forms may be obtained from the contracting
  office cited. (3) Technical Proposal: The technical proposal
  shall include a discussion of the nature and scope of the research
  and the technical approach. Additional information on prior
  work in this area, descriptions of available equipment, data
  and facilities, and resumes of personnel who will be participating
  in this effort should also be included as attachments to the
  technical proposal and are not included in the page limit.
  The technical proposal shall include a Statement of Work (SOW)
  detailing the technical tasks proposed to be accomplished during
  BLOCK II of the program and should be suitable for contract
  incorporation. Offerors should refer to the WL Guide referenced
  to assist in SOW preparation. Any questions concerning the
  technical proposal or SOW preparation shall be referred to
  the technical point of contact cited in this announcement.
  (4) Page Limitations: The technical proposal shall be limited
  to 80 pages (12 pitch or larger type), single-sided, 8.5 by
  11 inches. The page limitation includes all information, i.e.
  indexes, photographs, fold-outs, appendices, attachments, etc.
  unless specifically excluded. Pages in excess of this limitation
  will not be considered by the government. Cost proposals have
  no limitations, however, offerors are requested to keep cost
  proposals to 25 pages as a goal. (5) Offerors may include a
  short 10-15 minute unclassified video in VHS format to communicate
  their proposal or present demonstrations. The video is not
  a requirement. (6) Preparation Cost: This announcement does
  not commit the Government to pay for any response preparation
  cost. The cost of preparing proposals in response to this PRDA
  is not considered an allowable direct charge to any resulting
  or any other contract. However, it may be an allowable expense
  to the normal bid and proposal indirect cost as specified in
  FAR 31.205-18. E-BASIS FOR AWARD: The selection of one or more
  sources for award for BLOCK I will be based on an evaluation
  of an offeror's response (Both technical and cost aspects)
  to determine the overall merit of the proposal in response
  to the announcement. The technical aspect, which is ranked
  as the first order of priority, shall be evaluated based on
  the following criteria: (1) Concept for a modular uninhabited
  flight test vehicle, (2) Description of the development of
  the modular uninhabited flight test vehicle, (3) Technology
  set from FWV roadmap to be integrated into vehicle for initial
  flight test, (4) The offeror's understanding of the scope of
  the technical effort, (5) Soundness of offeror's technical
  approach, (6) The availability of qualified technical personnel
  and their experience with applicable technologies, (7) The
  offeror's past experience with applicable airframe development,
  (8) Organization, clarity and thoroughness of the proposed
  SOW, and (9) Cost for the development of the proposed modular
  uninhabited flight test vehicle. All listed criteria are of
  equal importance with the exception of (3) technology set,
  (7) past experience, and (9) cost which are ranked as a second
  order of priority. The contractor may provide experience information
  as an annex which will not count against the page limitation.
  No other evaluation criteria will be used. The technical and
  cost information will be evaluated at the same time. The Air
  Force reserves the right to select for award of a contract,
  grant, cooperative agreement, or other transaction, for any,
  all, part, or none of the proposals received. Award of a grant,
  in lieu of a contract, to universities and nonprofit institutions
  will be considered and will be subject to the mutual agreement
  of the parties. POINTS OF CONTACT: (1) Technical Point of Contact:
  Program Manager, Capt Mark Cherry, Chief Engineer, Mr. G. Thomas
  Black, Building 45, 2130 Eighth St. Suite 1, Wright-Patterson
  Air Force Base, OH 45433-7542, (937) 255-5205. e-mail: cherrymc@b045mail.wpafb.af.mil
  or blackgt@b045mail.wpafb.af.mil (2) Contracting/Cost Point
  of Contact: Questions related to the contract/cost issues should
  be directed to the Wright Laboratory, Directorate of Research
  and Development Contracting, Larry Kopa, WL/FIKA, 2530 C Street,
  Wright-Patterson Air Force Base, OH 45433-7607, (937) 255-5901.
  END PART 2 of 2.
CITE: (I-346 SN010861)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: DOT/Volpe National Transportation Systems Center, 55
  Broadway, Kendall Square, Cambridge, MA 02142
SUBJECT: A -- TECHNICAL SUPPORT SERVICES FOR VEHICLE CRASH TESTS
SOL DTRS57-97-R-00009
DUE 021497
POC Kathleen Finn, Contract Specialist, (617)494-3485, Anthony
  Flaherty, Contracting Officer, (617)494-2673.
DESC: The Volpe Center has a requirements for a task order contract
  to obtain and analyze light duty vehicle and human surrogate
  (dummy) responses during various crash modes and dummy responses
  during sled tests. The Contractor shall (a) conduct dynamic
  crash tests, sled tests and static crush tests of late model
  production and/or modified vehicles, (b) reduce and evaluate
  for reasonableness the resulting data, (c) refurbish, repair
  and modify late model year production vehicles before and after
  tests, and (d) analyze the data from the sensors and films
  and prepare tests reports. A CPFF task order type contract
  is anticipated for a four year effort. Multiple awards for
  this procurement are possible. The Government however reserves
  the right to issue only one award. The applicable SIC Code
  is 8734. Request for a copy of the solicitation must be in
  writing specifying the solicitation number. Written responses
  to this notice must be received no later than fifteen (15)
  days from the date of publication. Telephone request will not
  be honored. This Notice is for informational purposes for Minority,
  Women-Owned and Disadvantaged Business Enterprises: The Department
  of Transportation (DOT), Office of Small and Disadvantaged
  Business Utilization (OSDBU), has programs to assist minority,
  women-owned and disadvantaged business enterprises to acquire
  short-term working capital and bonding assistance for transportation-related
  contracts. This is applicable to any eligible prime or subcontract
  at any tier. The DOT Bonding Assistance Program enables firms
  to apply for bid, performance and payment bonds up to $1.0
  million per contract. The DOT provides an 80% guaranty on the
  bond amount to a surety against losses. Loans are also 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 Bonding Assitance Program and/or the STLP,
  please call the OSDBU at (800) 532-1169. For information concerning
  the acquisition, contact the contracting official listed above.
CITE: (I-346 SN010873)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: U.S. Army ARDEC, AMSTA-AR-PCM-I, Bldg 9, Picatinny Arsenal,
  New Jersey 07806-5000
SUBJECT: A -- BALLISTIC TRANSMITTERS
SOL DAAE30-97-Q-1070
DUE 121096
POC Barbara J. Holmes, Purchasing Agent, 201-724-4858 email=bholmes@pica.army.mil.,Eric
  J. Bankit 201-724-4177.
DESC: Ballistic Transmitter, (Long Ears) operating voltage 18
  VDC frequency 2254.5 MHZ will be destroyed in test. It is anticipated
  that a sole source award will be made to Lockheed Martin-Microcom
  Corporation, 965 Thomas Drive, Warminster, PA 18974 pursuant
  to FAR 6.302-1, Only one Responsible Source. See Numbered Note:
  22.
CITE: (I-346 SN011020)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Defense Special Weapons Agency, 6801 Telegraph Rd., Alexandria,
  VA 22310-3398
SUBJECT: A -- TACTICAL MULTI-SENSOR FUSION IN SUPPORT OF THE
  CP/ACTD
SOL DSWA01-97-C-0028
POC Neil Gross, Negotiator, (703) 325-7658, Scott G. Morton,
  Contracting Officer, (703) 325-1200.
DESC: This contract effort will include but not be limited to
  develop and demonstrate a capability to fuse data from several
  sensors and sensor platforms in order to improve the capability
  to defeat facilities associated with production or storage
  of weapons of mass destruction (WMD). This effort essentially
  generates a link between sensor measurements and inputs to
  the Munitions Effectiveness Assessment (MEA) code for pre-strike
  planning and Battle Damage Assessment (BDA). Contractor personnel
  will need a DoD security level of SECRET. Contemplated period
  of performance is 19 months. The Defense Special Weapons Agency
  (DSWA) plans to award to Science Applications International
  Corporation (SAIC), 1710 Goodridge Drive, P.O. Box 1303, McLean,
  VA 22102. DSWA believes that SAIC is the only source able to
  fill this requirement based on their unique experience with
  data fusion and knowledge of the ACTD data gathering and data
  requirer (MEA) and communication requirements. Any other firm
  desiring consideration must fully identify its capability to
  perform the requirement. See Note 22. A solicitation will be
  issued to SAIC on or about 27 Dec 96. Inquiries may be directed
  to Mr. Neil O. Gross, AMB, HQ DSWA, 6801 Telegraph Road, Alexandria,
  VA 22310-3398. Information on DSWA solicitations, already released,
  can be obtained by calling the DSWA Hotlilne at (703) 325-1173.
  As of 31 May 96, Acquisition Management has added "Procurement
  Opportunities" to the DSWA Home Page available on the World
  Wide Web. Information will include this synopsis and more.
  Please check us out at www.dswa.mil. Reference Synopsis No.
  97-21
CITE: (I-346 SN011039)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: National Institute on Drug Abuse/NIH, Contracts Management
  Branch, OPRM, 5600 Fishers Lane, PKLN BLDG, Room 10-49, Rockville,
  MD 20857
SUBJECT: A--RECEPTOR ACTIVITY TESTING FOR MEDICATION DISCOVERY
SOL N01DA-7-8072
DUE 022497
POC Kenneth E. Goodling, Contracting Officer, Phone: (301) 443-6677,
  Fax: (301) 443-7595, EMail: kg25d@nih.gov
DESC: The National Institute on Drug Abuse (NIDA) is soliciting
  proposals from qualified organizations having in-house capability
  to perform in vitro receptor binding and functional activity
  assays.  Proprietary test compounds will be evaluated in established
  assays, and the resulting data will be utilized by the Cocaine
  and Opiate Treatment Discovery Programs of the NIDA Medications
  Development Division.  In addition, the successful offeror
  will work toward the development of new opioid receptor binding
  and functional activity assays.  Offerors must indicate possession
  of current DEA registration for Schedule II-V substances prior
  to award and apply for Schedule I registration at the time
  of award.  It is anticipated that one (1) cost reimbursement,
  completion type contract will be awarded for a period of four
  years, with option quantities for additional evaluation of
  compounds and assay development.  RFP No. N01DA-7-8072 will
  be available electronically on or about January 8, 1997, and
  may be accessed throug h the NIH Gopher and/or the Internet
  by using the following instructions:  1) NIH Home Page (via
  the World Wide Web): Access the NIH Home Page by using http://www.nih.gov
  . Once you are at the NIH Home Page, select "Grants and Contracts";
  select "NIH Gopher directory: listed under the "Contracts Page"
  section.  Once at the NIH R&D Gopher, select "RFPs Available";
  select "NIDA"; and select "RFP N01DA-7-8072". (URL: gopher://gopher.nih.gov:70/11/res/rd-rfp)
  or, 2)  NIH Gopher: Point your Gopher client to GO PHER.NIH.GOV
  Port 70 (you should now be in the NIH Gopher).  Select "Grant
  and Research Information"; select "R&D Request for Proposals
  (RFP)"; select "RFPs Available"; select "NIDA"; and, select
  "RFP N01DA-7-8072". Please note that the RFP for this acquisition
  will be streamlined to include only the Work Statement, deliverable
  and reporting requirements, special requirements and mandatory
  qualifications, Technical Evaluation Criteria, and proposal
  preparation instructions.  All information required for th
  e submission of an offer will be contained in the electronic
  RFP package.  Following proposal submission and the initial
  review process, offerors comprising the competitive range will
  be requested to provide additional documentation to the Contracting
  Officer.  Response to this RFP will be due on February 24,
  1997.  Any responsible offeror may submit a proposal which
  will be considered by the Government.  This advertisement does
  not commit the Government to award a contract.  Point of Contact:
  Kenneth E. Go odling, Contracting Officer,  Electronic Mail
  Address: kg25d@nih.gov, Telephone: (301) 443-6677, Fax: (301)
  443-7595
CITE: (I-346 SN011046)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development--Potential Sources Sought
OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421
  Jefferson Davis Hwy, Arlington, Va 22243-5120
SUBJECT: A -- AVIONICS WAR FIGHTING UPGRADE FOR EA-6B AIRCRAFT;
  2ND RFI
SOL N00019-97-R-0007
POC Contact, Terrence O'Connell, Phone (703)604-6100
DESC: The Department of the Navy is formulating requirements
  for the development and integration of an avionics war fighting
  upgrade to the EA-6B Block 89A Prowler Aircraft. The initial
  Request for Information (RFI) was released under synopsis 20105-96.
  The contractor response date was subsequently extended under
  synopsis 20133-96. The purpose of this second RFI is to request
  input from industry on the engineering and logistics Statements
  of Work (SOW) and the program specification. In addition to
  this notice, a two part detailed information package has been
  provided to previous respondants to the initial RFI and is
  available; one part is classified SECRET and the other unclassified.
  Additionl interested sources may contact, by mail, Contracting
  Officer, Naval Air Systems Command (NAVAIR), AIR-2.2.1.2 (Mr.
  Terrence O'Connell), 1411 Jefferson Davis Highway, Jefferson
  Plaza #1, Room 146, Arlington Va, 22243. All written request
  for the information package must include a cleared address
  for unclassified mail and the name and telephone number of
  a cleared point of contact. Interested sources are invited
  to review the RFI information package and provide responses
  which address the issues outlined in the package. Request for
  the RFI and information package should be forwarded not later
  than 7 days after this notice appears in the Commerce Business
  Daily (CBD). Questions may be sent by mail to the above metioned
  address, faxed to (703) 604-3062/2969, or E-mailed to the following
  addresses: wheelerge.nimitz@navair.navy.mil or oconnellt.jfk@navair.navy.mil.
  All RFI responses should be submitted by 17 January 1997 to
  those same addresses. Sources will not be reimbursed for providing
  responses; therefore, the Navy will except them in whatever
  form they exist. Responses will not be considered as proposals,
  and neither this announcement nor the RFI should be construed
  as a request for a proposal. All information contained in the
  RFI is preliminary and subject to modification and is in no
  way binding on the government. Proprietary data submitted in
  response to the RFI will be protected when so designatted.
  Responses should include name, telephone number, and a E-mail
  address of a point of contact having the authority and knowledge
  to discuss responses with the government representives. All
  correspondence concerning this RFI should refer to the synopsis
  number 20193-96. ONLY CERTIFIED U.S. CONTRACTORS WILL BE PERMITTED
  TO PARTICIPATE IN THIS UPGRADE EFFORT. - NAVAIR Synopsis No.
  20193-96.
CITE: (I-346 SN010876)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: Commander, Naval Sea Systems Command, SEA 02631H, 2531
  Jefferson Davis Hwy,  Arlington, VA  22242-5160
SUBJECT: B--SPECIAL STUDIES AND ANALYSIS - NOT R&D  N00024-97-G-6371
POC Ms. Janel Hradecky, SEA 02631H, (703) 608-0951; Contracting
  Officer, Mr. Steve Caracciolo, (703) 602-0951.
DESC: The Naval Sea Systems Command (NAVSEA) intends to issue
  orders on n multiple occasions over the period of Basic Ordering
  Agreement N00024-97-G-6371 with United Technologies, Sikorsky
  Aircraft, 6900 Main Street, P.O. Box 9729, Stratford, CT 06497-9129.
   Orders will be issued for engineering services to study the
  interface of Airborne Mine Countermeasure (AMCM) Systems into
  helicopters. Orders will be issued pursuant to 10 U.S.C. 2304(c)(1).
   United Technologies, Sikorsky Aircraft, is the sole manufacturer
  of the helicopter from which the studies will be conducted.
  As such, it is the only company which possesses the in-depth
  technical knowledge of the helicopter equipment needed to satisfactorily
  perform the studies.  No other source has the technical qualifications
  and the necessary resources to perform the work described herein,
  nor will any other supplies or services satisfy the Navy's
  requirements.  Companies interested in subcontracting opportunities
  should contact United Technologies, Sikorsky Aircraft, directly.
   See Numbered Note(s) 22.
CITE: (I-346 SN010892)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D--Potential
  Sources Sought
OFFADD: Small Business Administration, 409 3rd Street SW., Washington,
  DC 20416
SUBJECT: B--CONSULTING SERVICES FOR REVIEW OF PLP LENDERS
SOL SBAHQ-97-R-0001
DUE 122796
POC Dionna Martin, Contract Specialist, (202) 205-7029.
DESC: The U.S. Small Business Administration (SBA), Office of
  Financial Assistant (OFA) is soliciting a proposal for consulting
  services, specifically monitoring and reviewing the operations
  of Preferred Lenders Program (PLP) participants. This acquisition
  is a Full and Open Competitive procurement with the possibility
  of Multiple Awards. SBA is seeking innovative approaches to
  the review process that will insure (1) SBA policies and procedures
  for PLP lenders are being followed and (2) the review is provided
  at the best value possible to the PLP lender that is being
  reviewed. Offerors should provide SBA with a detailed description
  of their proposed methodology for the review and   their plan
  for implementing their methodology. It is anticipated the RFP
  will be issued O/A 12/27/96. The closing date for receipt of
  the proposal will be O/A 01/27/97. Copies of the RFP will be
  provided upon written request only. NO TELEPHONE OR FAX REQUESTS
  WILL BE HONORED.
CITE: (M-346 SN011050)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD:  366 Contracting Squadron/LGCC, PO Box 4037, Mountain
  Home AFB, ID  83648-4037
SUBJECT: C -- ARCHITECT ENGINEER SERVICES - CONSTRUCTION
SOL N/A
DUE 022797
POC Nancy L. King/William W. Oakland, 208-828-2664
DESC: Mountain Home Air Force Base requires Architect-Engineer
  services for  three distinct open-end A-E design contracts
  for a period of one year with a  possibility of two option
  years.  Each contract shall provide a range of  disciplines
  including architectural, electrical, mechanical, and  civil/structural
  engineering.  One of the three selected firms shall be a  strong
  civil/structural design firm; the other two will be primarily
   architectural.  The Government, at its option, reserves the
  right to  negotiate Title II, supervision, and inspection services
  and/or Title III,  study and master planning services, with
  contractor at a later date.  The  contractor shall be guaranteed
  a minimum of $5,000.00 in fees per year.  The  maximum amount
  awarded shall be $750,000.00 per year.  No individual order
   may exceed $299,000.00 in fees.  The estimated contract date
  is May 1997 and  estimated completion date is May 2000.  Firms
  desiring consideration shall  submit appropriate data described
  in the Standard Form 254,  Architect-Engineer and Related Services
  Questionnaire, and Standard Form  255, Architect-Engineer and
  Related Services Questionnaire for Specific  Project.  Issue
  on or about 27 JAN 97.  Firms responding to this  announcement
  within 30 days of publication will be considered for selection
   by a weighted selection system, subject to any limitations
  indicated with  respect to:  A)  specialized experience and
  technical competence in the type  of work required.  B)  availability
  of experienced key personnel.  C)   capacity to accomplish
  work in the required time (prompt response to  requested services
  is required).  D)  past experience, if any, of the firm  with
  respect to performance on similar open-end A-E contracts. 
  E)  only  those firms within a one hundred mile radius of Mountain
  Home AFB, Idaho,  will be considered.  F)  volume of work perviously
  awarded by this office  and other Department of Defense (DOD)
  awards.  G)  ability to provide  project drawings in AUTOCAD,
  release 12.0 with required format.  This is not  a Request
  for Proposal.*****
LINKURL: http://www.mountainhome.af.mil
LINKDESC: 
EMAILADD: sheffieb@366lg.mountainhome.af.mil
EMAILDESC: 
CITE: (D-346 SN010795)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: General Services Administration, 121 Federal Building
  & U.S. Courthouse, 85 Marconi Blvd., Columbus, Ohio 43215
SUBJECT: C--PLANNING AND ESTIMATING TYPE SERVICES
SOL COL97113
DUE 011797
POC Larry Lewis, Contracting Officer, (614) 469-6824.
DESC: The General Services Administration requires planning/estimating
  services. Work shall consist of performing government cost
  estimation, construction project development, management, construction
  inspection, and project close-out. Applicant must have an in-depth
  knowledge of Federal Acquisition Regulations, a solid background
  in construction methods, techniques, and principles, be able
  to write clear, concise specifications using the CSI format,
  and be able to work with a variety of professional type clients.
  Applicant must have a deep knowledge of Federal codes such
  as the NFPA, NEC, UFAS, etc., as well as, State of Ohio Building
  Codes.
CITE: (M-346 SN010957)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
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: C--SUPPLEMENTAL ARCHITECT/ENGINEER SERVICES FOR COST
  ESTIMATING SERVICES - REGIONWIDE
SOL GS05P96GAD0276
POC Questions may be directed to Michael Wolff, Contracting Officer,
  312/886-6911, or via e-mail at michael.wolff@gsa.gov
DESC: The Regional Screening and Slate Selection Board has recommended
  the following firms for interviews: 1) Construction Cost Systems,
  Lombard, IL; 2) Dynamic Engineering Consultants, P.C., Chicago,
  IL; 3) Louis Jones Enterprises, Inc., Chicago, IL; and 4) McClier,
  Chicago, IL.  The interviews will determine the most highly
  qualified firms, in order of preference, for the project. 

CITE: (W-346 SN010988)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: US ARMY CORPS OF ENGINEERS, NEW YORK DISTRICT, Attn:
  CENAN-EN-MR, 26 Federal Plaza, Rm 2133, New York, N.Y. 10278-0900
SUBJECT: C -- PUBLICIZING PROCUREMENT OF ARCHITECT-ENGINEER SERVICES
  FOR SOUTH SHORE OF STATEN ISLAND, NEW YORK
SOL CBAEPL-6339-0009
POC Willien Cunningham, Procurement Assistant, 212-264-9123.
DESC: The study area is located along the South Shore of Staten
  Island, New York, extending approximately 13 miles along the
  lower New York Bay and Raritan Bay from Ft. Wadsworth to Tottenville.
  Scope of Services Required: Provide professional services in
  performing feasibility and design level studies to provide
  storm damage reduction to the south shore of Staten Island.
  These services will entail performing various engineering services
  related to existing beach conditions, design of coastal and
  coastal inlet improvements, in addition to providing protection
  from flooding to interior areas, with such measures as levees,
  floodwalls, pumping stations, tide/flap/sluice gates, etc.
  This may include aerial (photogrammetric), cross shore profiles,
  hydrographic, and/topographic surveys; development and servicing
  of wave gages and other instrumentation; sand borrow area analyses
  (including offshore coring); subsurface investigations and
  analyses; interior drainage analyses; coastal processes analyses;
  and/or storm damage surveys; residual flooding analysis; foundation
  analysis; construction plans and specifications; average annual
  damages and benefits; commercial and recreational boating analyses;
  recreational use survey analyses; development of coastal and
  environmental monitoring programs; environmental assessments/analyses
  and cultural resources analyses for the study location. Technical
  Capability Required: Civil engineering, coastal engineering
  with experience in coastal processes analyses and coastal structures,
  geotechnical engineering, and beach design, structural engineering,
  flood control, hydrologic engineering, electrical engineering,
  mechanical engineering, hydraulic engineers, structural engineers,
  geologist, systems analyst, surveyors, economists, environmentalists/biologists
  and cultural resources specialists/archaeologists. Familiarity
  with U.S. Army Corps of Engineers(USACE) procedures and all
  related regulations. Special Qualifications: Capability and
  familiarity with the formulation of feasibility style reports
  for the USACE. Capability and experience with the formulation
  of Design Memorandums and Plans and Specifications for beach
  projects for the USACE. Familiarity with current Corp's policy.
  Experience in technical writing and report presentation, including
  capability to prepare public involvement reports and presentations
  using software applications such as Powerpoint and Persuation.
  CADD capability(Intergraph Microstation). Subsurface exploration
  capabilities (including side scan sonar capabilities, ability
  to input data into the GIS database, mapping, aerial photography,
  ability to obtain borings(land and water based) and perform
  a laboratory analysis, ability to perform and document a remote
  sensing investigation(of an offshore borrow area), expertise
  in designing instrumentations of pump systems, ability to use
  HECIFH-Hydraulic Engineering Center Interior Flood Control
  Package, environmental testing and analysis, P.E. or P.L.S.
  certification of supervisor/key personnel, actual experience
  in the following: (1) littoral budget, (2) beach, coastal and
  coastal inlet structure design (such as bulkheads, jetties,
  groins, etc.), (3) flood control structure design, (4) interior
  drainage analysis, (5) beach surveys, (6) storm damage survey
  and coastal processes analysis, (7) foundation analysis, (8)
  recreational use analysis, (9) hydrographic surveys, (10) mapping,
  (11) aerial photography, (12) environmental assessments, (13)
  cultural resources assessments, (14) cost/benefit analyses
  on civil works projects, especially storm damage reduction
  projects, (15) estimating(with experience on civil works projects,
  especially storm damage reduction projects), (16) cost estimating(including
  ability to produce MCACES Gold estimates). In addition, the
  firms should indicate, in block 10 of SF-255, a QA/QC plan
  on how the prime consultant will manage their team to ensure
  that quality products are delivered to the New York District.
  Closing Date for Submission of Form 255: 30 days after CBD
  advertisement. Estimated value of contract: $1,000,000-5,000,000.
  Evaluation Factors(in Descending Order of Importance): 1) Professional
  qualifications necessary for satisfactory performance of the
  required services. 2) Specialized experience and technical
  competence of the firm in the type of work required. 3) Capacity
  of the firm to accomplish the work in the required time including
  qualifications of key personnel. 4) Past experience, if any,
  of the firm with respect to performance on Department of Defense
  A/E contracts, in terms of cost control, quality of work, and
  compliance with performance schedules. 5) Location in the general
  geographic area of the New York District and knowledge of the
  locality of the project site, provided that there are a sufficient
  number of qualified firms within the area. 6) The extent or
  participation of SB, SBD historically black colleges and universities,
  and minority institutions is secondary selection criterion
  and will be used as a "tie-breaker", if necessary. 7) Volume
  of work previously awarded to the firm by the Department of
  Defense, with the object of effecting an equitable distribution
  among qualified A/E firms, including small and disadvantaged
  business firms and firms that have not had prior DoD contracts.
  This is a secondary selection criterion which will be used
  as a "tie-breaker" if necessary. Estimated start: 1 July 1997.
  Estimated completion: 1 Feb 2001. 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
  Public Law 95-507. Three separate contracts would be written
  against this solicitation. One for the feasibility study, one
  for a design memorandum phase, and one for preconstruction
  engineering and design. The submittals should be sent in triplicate
  to Ms. Willien Cunningham, CENAN-EN-MR, Room 2133, U.S. Army
  Corps of Engineer New York District, 26 Federal Plaza, New
  York, New York 10278-0090. Only those submittals incorporating
  the 11-92 revisions of the SF 254 and SF 255 will be considered.
  Furthermore, special attention should be given to the manner
  in which these forms are completed. The SF 254 should reflect
  the overall capacity of the firm. Whereas, the SF 255 should
  reflect only the personnel dedicated to the specific project
  referenced in the submittal. These guidelines should be closely
  followed, since they constitute procedural protocol in the
  manner in which the selection process is conducted. Closing
  date for this announcement will be 30 days from publication.
  If this day falls on a Saturday, Sunday or Holiday, the new
  closing date will be the next business day. 1) Notification
  of all firms will be made within 10 calendar days after approval
  of the Final selection. Notifications will not be sent after
  preselection approval. The notification will say the firm was
  not among the most highly qualified firms and that the firm
  may request a debriefing. 2) The A/E's request for a debriefing
  must be received by the selection chairperson within 30 calendar
  days after the date on which the firm received the notification.
  3) Debriefing(s) will occur within 14 calendar days after receipt
  of the written request. 4) Copies of all SF 254's & SF 255's
  of all firms, who are not short listed, will be held for 30
  calendar days after notifications are sent out. Note: Firms
  who have not previously applied for NYD projects and firms
  who do not have a current SF 254 on file with NYD should submit
  two copies of SF 254 on initial response to our CBD.
CITE: (I-346 SN011027)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: U.S. Department of Agriculture, Farm Service Agency,
  Acquisition Management Branch, STOP 0567, 1400 & INDEPENDENCE
  AVENUE, SW  Washington, D.C. 20250-0567
SUBJECT: C - MICHIGAN LAND SURVEYING
SOL  FSA-R-0003-97DC
DUE 012797
POC Scott C. Wolz (202) 720-3736
DESC: Professional land surveying services are required to stake
  and describe by survey of record legal descriptions for conservation
  easements and homestead protection rights on FSA custodial
  and inventory properties.  Surveys may also be required in
  conjunction with loan servicing actions.  The properties could
  be located anywhere in Michigan. Selection of firms shall be
  through an order of preference per county based on demonstrated
  competence and qualifications necessary for the satisfactory
  performance of the type of professional services required.
   Firms submitting qualifications should have on staff at least
  one surveyor licensed in the State of Michigan.  No attempt
  will be made to measure a land surveyor or firm in terms of
  length of time as a surveyor, years in operation, nor affiliation
  with professional societies through membership or publication.
   A&E selection criteria include (in descending order of importance):
   (1)  Professional qualifications necessary for a satisfactory
  performance of required services and a description of the role
  of the licensed Land Surveyor in all phases of the project;
   (2)  Specialized experience and technical competence in retracement
  procedures for section subdivision, proportioning  corners
  and rules of evidence applied to original corner searches and
  a description of the approach used to resolve problems resulting
  from conflicts of surveys, possession, or title;  (3)  Capacity
  to provide adequate and appropriate skilled personnel to complete
  the work, and an estimate of the average time to complete
  the work (assuming weather is not a factor);  (4) Past performance
  on contracts with Government agencies and private industry
  in terms of quality of work (provide a sample of similar survey)
  , cost control (provide an explanation of the relevant factors
  used in establishing price of sample survey submitted), and
  compliance with performance schedules (Note:  Responses to
  this item shall constitute completion of items 10 and 11 on
  the SF-254.  A minimum of three projects and a maximum of five
  must meet this requirement.); and (5)  Geographical location
  of firm, listing of Michigan county(ies) in which is desired,
  and knowledge of each designated county.  To be considered,
  firms shall submit a SF-254 and supplementary information as
  identified above.  The estimated number of surveys needed for
  a twelve month period is estimated to be fifteen; therefore,
  it is anticipated that each survey will be procured under an
  individual contract.  All responsible sources are encouraged
  to request a solicitation package .  It is anticipated that
  proposals in response to the solicitation will be due not later
  than 2:00 p.m., Washington, D.C. time, on January 27,1997.
   Submissions shall be addressed to Scott C. Wolz, USDA/FSA,
  1400 Independence Avenue, Stop 0567, Washington, D.C. 20250-0567

LINK http://wwwaix.fsa.usda.gov/amb/amb.htm
LINKDESC: 
EMAIL swolz@wdc.fsa.usda.gov
EMAILDESC: 
CITE: (W-346 SN011051)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: GSA, PBS, Property Management Contracts Branch (5PMC-W),
  Room 3330, 230 South Dearborn Street, Chicago, Illinois 60604-1696
SUBJECT: C--ARCHITECT-ENGINEER SERVICES (MECHANICAL-ELECTRICAL)
  SUPPLEMENTAL CONTRACT
SOL GS05P97GAD0027
POC Catherine Dean, Contract Specialist, (312) 353-7598
DESC: Indefinite quantity contract to provide supplemental Mechanical
  and Electrical Engineering services, along with a minor amount
  of associated Architectural services, based on, but not limited
  to the issuance of work orders for the preparation of designs,
  plans, specifications, estimates, record drawings, miscellaneous
  studies and reports, surveys and construction inspection services
  for projects within the geographic borders of the states of
  Illinois (except Cook County), Minnesota and Wisconsin. Projects
  may involve work in specialty areas such as alterations in
  historic buildings or asbestos abatement work. Services may
  include assisting the GSA staff in "in-house" design and construction
  inspections. The duration of the base contract  will be one
  (1) year. The contract will include a provision for four (4)
  one-year options, each of which could extend the contract for
  an additional one (1) year period and may be exercised at the
  option of the Government. The maximum order limitation is $750,000.00
  for each one-year period. The following have been identified
  as potential projects to be accomplished under this contract:
  (1) "New Direct Digital Control (DDC) System", Federal Office
  Building, Minneapolis, Minnesota; (2) "chiller Replacement",
  B.H. Whipple Federal Building, Fort Snelling, Minnesota and;
  (3) "HVAC Improvements Study", C.A. Halleck Federal Building,
  Lafayette, Indiana. Projects of a similar nature may be substituted
  or added to the contract. The selected firm must  negotiate
  overhead and profit rates and hourly rates for anticipated
  disciplines for use in negotiating fixed price work orders.
  For projects with an estimated construction cost of $750,000.00
  or less, the Government may use the fixed price amounts provided
  in the Supplemental A/E Lookup Table provided during initial
  contract negotiations. The Government, however, reserves the
  right to award a contract based on negotiated overhead, profit,
  and hourly rates only, as well as to use those rates for work
  orders which do not fall within the scope of the Lookup Table.
  Consideration will be limited to firms having an existing active
  design production office within the geographic borders of the
  states of Illinois (except Cook County), Minnesota and  Wisconsin.
  Each joint venture must have an existing active design production
  office within the designated geographic limitations. Joint
  venture or firm/consultant arrangements will be considered
  and evaluated on a demonstrated interdependency of the members
  to provide a quality design effort. In addition, all firms
  and their consultants must: (1) have in house CADD capabilities
  (compatible with the latest version of AutoCAD) and; (2) use
  AIA Masterspec as the basis for developing the construction
  contract documents. For Division 15 and 16 specification sections,
  the Architect/Engineer shall develop his/her own specifications
  edited to the full extent necessary for each specific project.
  Any available specifications (AIA,  Navy Military, NASA, etc.)
  may be used as a guide in developing the individual specifications
  for Sections 15 and 16; the specifications, however, shall
  be prepared using the AIA Masterspec format. Selection to be
  based upon: 25% for Project Team, including key personnel with
  commitment to projects and qualifications and relevant experience
  as individuals and as a team; 15% for Design Management/Organization,
  including project management planning, coordination, scheduling,
  cost control methods, production facilities, capabilities and
  techniques for both design projects and construction inspection;
  25% for Design Ability/Potential, including visual and narrative
  evidence of team's ability with respect to innovative design
  solutions; 35%  for Demonstrated Design/Construction Experience,
  including demonstration of past performance of similar types
  of services on similar projects, including work in historic
  structures. Responses must be received at the above referenced
  address not later than thirty (30) calendar days from the date
  of this notice by 4:00 p.m. (CST). If the 30th day falls on
  a Saturday, Sunday, or U.S. Government holiday, the deadline
  will be 4:00 p.m. (CST) of the next Government business day.
  This solicitation is being solicited on an unrestricted basis
  and is opened to both large and small business concerns. Large
  business concerns will be required to submit a subcontracting
  plan for small and small disadvantaged business concerns prior
  to contract award. A  follow up listing  of firms to be interviewed
  will appear in this publication. See Notes 24. This is not
  a Request for Proposal (RFP). All questions regarding the nature
  of this solicitation should be directed to Catherine Dean,
  Contract Specialist at (312) 353-7598.
CITE: (M-346 SN011057)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction--Potential
  Sources Sought
OFFADD: Commander, Pacific Division, Naval Facilities Engineering
  Command, Contracts Department, Bldg 258, Pearl Harbor, HI 96860-7300
  (Code 0211)
SUBJECT: C--INDEFINITE QUANTITY ARCHITECT-ENGINEER SERVICES FOR
  ARCHITECTURAL PROJECTS AT VARIOUS PACNAVFACENGCOM AREAS
SOL N62742-97-R-0002
DUE 011397
POC Contact Mr. Clifford Sagara, Contract Specialist, (808) 474-6315
DESC: Services include, but are not limited to design and engineering
  services for new construction, alterations, repair of buildings,
  structures and minor construction.  Services shall also include
  preparation of cost estimates, cost certification, parametric
  cost estimate documents, final plans and specifications, as-built
  drawings and post construction services, as required.  If asbestos
  or hazardous materials exist, the Architect-Engineer (A-E)
  contractor shall identify them and provide for their disposal
  in the required documents in accordance with applicable rules
  and regulations pertaining to such hazardous materials.  The
  selected A-E may be required to participate in a pre-fee meeting
  within seven days of notification and provide a fee proposal
  within ten days of the meeting.  The contract will be of the
  Indefinite Quantity type where the work will be required on
  an "as-needed" basis during the life of the contract, providing
  the Government and contractor agree on the amount.  Each project
  contract will be a firm fixed price A-E Contract.  The Government
  will determine the delivery order amount by using rates negotiated
  and negotiate the effort required to perform the particular
  project.  The contract shall not exceed twelve months or $1,000,000.00
  total fee, whichever comes first.  The per project limitation
  is $400,000.00.  The government guarantees a minimum amount
  of $25,000.00.  The Government reserves the option to extend
  the contract for an additional year.  There will be no future
  synopsis in the event the option included in the contract is
  exercised. Estimated construction cost of project is $5,000.00
  to $10,000,000.00.  Estimated date of contract award is March
  1997.  Proposals may be subject to an advisory audit performed
  by the Defense Contract Audit Agency.  The following selection
  evaluation criteria, in relative order of importance, will
  be used in the evaluation of A-E firms: (1) Professional qualifications
  of firm and staff proposed for new building construction, building
  alterations, renovations and repairs type projects in tropical
  environments similar to Hawaii and the Pacific Ocean areas.
  (2) Specialized recent experience and technical competence
  of firm or particular staff members in new building construction,
  building alterations, renovations and repair type projects
  in tropical environments similar to Hawaii and the Pacific
  Ocean area.  (3) Past performance on contracts with Government
  agencies and private industry in terms of cost control, quality
  of work, and compliance with performance schedules.  (4) Capacity
  to accomplish the work in the required time.  (5) Architect-Engineer
  firm's quality control practices/techniques.  (6) Demonstrated
  success in prescribing the use of recovered materials and achieving
  waste reduction and energy efficiency in facility design. 
   (7) Location in the general geographical area of the project
  and knowledge of the locality of the project; provided that
  application of this criterion leaves an appropriate number
  of qualified firms, given the nature and size of the project.
   (8) The volume of work previously awarded to the firm by the
  Department of Defense shall also be considered, with the object
  of effecting an equitable distribution of Department of Defense
  A-E contracts among qualified A-E firms and firms that have
  not had Department of Defense contracts.  This prospective
  contract is a 100 percent set-aside for small business concerns.
   The small business size standard classification is SIC 8712
  ($2.5 million in annual receipts).  Each firm's past performance
  and performance rating(s) will be reviewed during the evaluation
  process and can affect the selection outcome.  All A-E firms
  meeting the requirements described in this announcement are
  invited to submit complete, updated Standard Forms 254, Architect
  Engineer and Related Services Questionnaire, and 255, Architect-Engineer
  and Related Services Questionnaire for Specific Project, to
  the office shown above.  A-E firms utilized by the prime A-E
  must also submit completed Standard Forms 254 and 255.  Only
  one copy of each form is required.  IN BLOCK 10 AND AN ADDENDUM
  THERETO, IF NECESSARY, STATE WHY YOUR FIRM IS SPECIALLY QUALIFIED
  BASED ON EACH OF THE ABOVE SELECTION EVALUATION CRITERIA. 
  FOR SELECTION EVALUATION CRITERION "(2)", PROVIDE THE FOLLOWING
  INFORMATION FOR ONLY THE STAFF PROPOSED FOR THIS WORK USING
  THESE COLUMN HEADINGS: "NAME", "RELATED PROJECTS WORKED ON",
  "YEAR", "FIRM", AND "TECHNICAL ROLE".  Show the office location
  where work will be done and describe the experience and location
  of those that will do the work.  Firms responding to this announcement
  within 30 days from publication date will be considered.  Firms
  must submit forms to the Contracts Department by 2:00 p.m.
  HST, on the closing date.  Should the due date fall on a weekend
  or holiday, Standard Form 254 and 255 will be due the first
  workday thereafter.  This is not a request for a proposal.
CITE: (I-346 SN010989)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: Department Of Defense Education Activity, Hqs, Procurement
  Div, 4040 N. Fairfax Drive, 8th Floor, Arlington, Va 22203
SUBJECT: D--EMERGENCY LAN MAINTENANCE
SOL N/A
POC POC - Daniel DeLuca, Contract Specialist, 703-696-3843, x4103
DESC: The Department of Defense Education Activity (DoDEA) intends
  to award a sole source procurement with Cabletron Network for
  LANcare maintenance.  This notice is for information only.
   There is no RFP available.  See Note 22.  
CITE: (W-346 SN010799)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: Space and Naval Warfare Systems Command, 2451 Crystal
  Drive, Arlington, VA 22245-
SUBJECT: D -- CORRECTION TO SYNOPSIS NO. 4 - TECHNICAL SERVICES
  AND ASSOCIATED MANGEMENT SUPPORT FOR THE ON-GOING MAINTENACE
  OF SPAWAR'S INFORMATION SYSTEMS DEVELOPED BY USI
SOL N00039-97-R-0044(S)
POC Laura Eubanks, 02-11, 703-602-0740.
DESC: Synopsis No. 14. This is a correction to Synopsis No. 4
  which appeared in the CBD Issue dated 10 December 1996. The
  original synopsis was incorrectly synopsized under CBD Classification
  Code C, Architect and Engineering Services - Construction.
  The correct CBD Classification Code is D, Automatic Data Processing
  and Telecommunication Services. All other information in the
  synopsis remains the same.
CITE: (I-346 SN011037)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: Contracting Division, P.O. Box 8368, Camp LeJeune NC
  28547-8368
SUBJECT: D--PAGERS AND TRANSMISSION SERVICES
SOL M6700197Q0002
DUE 011497
POC Lisa Williams, (910) 451-3094
DESC: Furnish 49 pagers and transmission services to include
  Nation Wide Coverage for 100 pagers. Required pager delivery
  to be on or before 24 January 97. Transmission service period
  to be 01 January 97, or date of award, whichever is later,
  through 30 September 97. The Past Performance and the Technical
  Proposal Factors are more important than the Price Proposal
  Factor, therefore the Government may accept other than the
  lowest cost/price technically acceptable offer if it is determined
  that the additional technical merit offered is worth more than
  the  additional cost in relation to other proposals received.
  Solicitation copy must be requested by letter or via Fax to
  (910) 451-2332. Request must state the solicitation number,
  name of  Government contact person, contractor's name, street
  address, telephone number, point of contact and business type
  (small, small disadvantaged or large). All responsible sources
  may submit an offer which will be considered.
CITE: (M-346 SN011048)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: Directorate of Contracting, Bldg 4022, Fort Knox, Ky
  40121-5000
SUBJECT: F--SAMPLING AND CHEMICAL ANALYSIS OF WATER AND PONDS
SOL DABT23-97-B-0022
DUE 022597
POC Contract Specialist Joanne Edwards (502)624-8158
DESC: Requirements type contract for sampling and chemical analysis
   of water and ponds at Fort Knox, Kentucky during the period
   1 April 1997 through 31 March 1998 with four one-year options.
   See Numbered Notes #1, requirement is 100% set aside for small
   business. Only written requests for the solicitation are acceptable.
   You may FAX your request to (502) 624-5869.  
CITE: (W-346 SN010829)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: Directorate of Contracting, Bldg 4022, Fort Knox, Ky
  40121-5000
SUBJECT: F--SAMPLING AND CHEMICAL ANALYSIS OF WATER AND PONDS
SOL DABT23-97-B-0022
DUE 022597
POC Contract Specialist Joanne Edwards (502)624-8158
DESC: Requirements type contract for sampling and chemical analysis
   of water and ponds at Fort Knox, Kentucky during the period
   1 April 1997 through 31 March 1998 with four one-year options.
   See Numbered Notes #1, requirement is 100% set aside for small
   business. Only written requests for the solicitation are acceptable.
   You may FAX your request to (502) 624-5869.  
CITE: (W-346 SN010830)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: Directorate of Contracting, Bldg 4022, Fort Knox, Ky
  40121-5000
SUBJECT: F--SAMPLING AND CHEMICAL ANALYSIS OF WATER AND PONDS
SOL DABT23-97-B-0022
DUE 022597
POC Contract Specialist Joanne Edwards (502)624-8158
DESC: Requirements type contract for sampling and chemical analysis
   of water and ponds at Fort Knox, Kentucky during the period
   1 April 1997 through 31 March 1998 with four one-year options.
   See Numbered Notes #1, requirement is 100% set aside for small
   business. Only written requests for the solicitation are acceptable.
   You may FAX your request to (502) 624-5869.  
CITE: (W-346 SN010831)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: Directorate of Contracting, Bldg 4022, Fort Knox, Ky
  40121-5000
SUBJECT: F--SAMPLING AND CHEMICAL ANALYSIS OF WATER AND PONDS
SOL DABT23-97-B-0022
DUE 022597
POC Contract Specialist Joanne Edwards (502)624-8158
DESC: Requirements type contract for sampling and chemical analysis
   of water and ponds at Fort Knox, Kentucky during the period
   1 April 1997 through 31 March 1998 with four one-year options.
   See Numbered Notes #1, requirement is 100% set aside for small
   business. Only written requests for the solicitation are acceptable.
   You may FAX your request to (502) 624-5869.  
CITE: (W-346 SN010836)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: USDA Forest Service, Malheur National Forest, PO Box
  909, John Day, OR 97845
SUBJECT: F-PRESCRIBED BURNING AND MOP-UP
SOL SOL-R6-4-97-10
DUE 020597
POC Contact Point, Barb Forsman (541) 575-3174; Contracting Officer,
  Marle Brandt
DESC: Project is located on the Long Creek Ranger District and
  consists of Prescribed Burning, Mop-up, Hand fireline construction,
  and slash removal/redistribution. Proposals will be evaluated
  for one base year and two option years. Any resulting award
  will be a requirements contract. This proposed procurement
  is totally set-aside for small business.
CITE: (I-346 SN010839)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services--Potential
  Sources Sought
OFFADD: COMMANDING OFFICER, ATTN NAVFAC CONTRACTS OFFICE CODE
  27, NCBC 1000 23RD AVE, PORT HUENEME, CA 93043-4301
SUBJECT: F--SOURCES SOUGHT FOR MICELLAR-ENHANCED ULTRAFILTRATION
  (MEUF) TO RECOVER AND CONCENTRATE SURFACTANTS FROM A DILUTE
  AQUEOUS MICELLAR SOLUTION
SOL N47408-97-R-2304 NOT A SOLICITATION
DUE 123096
POC Contract Specialist, PAULETTE K. PETERSON, 805-982-5081
DESC: The Navy is seeking a source to investigate the use of
  micellar- enhanced ultrafiltration (MEUF) to recover and concentrate
  surfactants from a dilute aqueous micellar solution. The respondent
  must be capable of performing continuous bench-scale experments
  to achieve up to 90 percent recovery and 2 to 5-fold concentration
  of surfactants, design and assemble a 1 to 5 gpm MEUF unit
  for field use, and assist in the operation of the MEUF unit
  in a field demonstration. The respondent will be working in
  clos collaboration with a team of investigators on a 3-year
  project that will include the following tasks: in-situ application
  of surfactants for DNAPL removal, separation of DNAPL from
  the surfactants, and re-injection of the recovered and concentrated
  surfactants. Participation in the surfactant selection process
  as well as the post-demonstration evaluation of results is
  expected. The respondent must meet the following quaifications:
  (a) Over 10 years research experience on surfactants as well
  as MEUF for contaminant removal; (b) At least two completed
  field projects using MEUF to recover and remove surfactants
  and contaminants; (c) A minimum of three years experience with
  echniques to separate TCE and other chlorinateds from surfactants
  (such as pervaporation, extraction, distillation, and stripping
  techniques); and (d) Prior assembly of at least one pilot-scale
  MEUF unit for field demonstration. Prior participation in surfactant
  projects for subsurface NAPL removal is highly desired. Universities
  with the above qualifications are also encouraged to apply.
  Respondnts must provide evidence of research and field experiences
  in the form of references (at least three) and pertinent publications.
  Respondents providing incomplete experience information and
  supporting documentation will not be considered. Respondents
  mustsubmit references, publications, and other supporting documentation
  of capabilities to: DEPARTMENT OF THE NAVY, CBC CODE 272311
  BLDG 41, 1000 23RD AVENUE, PORT HUENEME, CA 93043- 4301. Deadline
  for receipt of response is December 30, 1996.
CITE: (I-346 SN010921)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Commander (VPL), MLCPAC, Coast Guard Island, Bldg. 50-7,
  Alameda, CA 94501-5100
SUBJECT: J--DOCKSIDE AND REPAIRS OF USCGC PLANETREE (WLB 307)
SOL DTCG85-97-B-62569
DUE 021197
POC JANYCE DeCANTO, CONTRACTING OFFICER (510) 473-3773
DESC:  The contractor shall provide all labor and materials to
  perform dockside and repair for USCGC PLANETREE (WLB 307),
  a 180' buoy tender, homeported in Ketchikan, AK.  All work
  will be performed at Pier 36, Seattle, WA or contractor's facility,
  during the period of 07 April 1997 and completing 02 May 1997.
   Work items  to include; temporary services, dockside, electreic
  motor overhaul, potable water tank cleaning and inspection,
  fuel oil, lube oil and waste oil tank cleaning and inspection,
  SSDG overhaul, propulsion generator cleaning, cargo hoisting
  padeye testing, buoy deck/port  preservation, CO's head renovation,
  engine room exhaust ventilation modification.  The solicitation
  is issued in accordance with the Small  Business Competitive
  Demonstration Program.  All responsvive sources may submit
  a bid which will be considered by this agency.  For Women-Owned
  and Disadvantage Business Enterprises.  The Department of Transportation
  (DOT) Minority, Office of Small and Disadvantaged Business
  Utilization has programs to assist minority, women-owned and
  disadvantaged enterprises to acquire short-term working capital
  assistance for transportation-related contracts.  Loans are
  available under the DOT Short Term Lending program (STLP) at
  the prime interest rates to provide accounts receivable financing.
   The maximum line of credit is $500,000.  For further informaiotn
  and applicable forms concerning the STLP, call the OSDBU at
  (800) 532-1169.  For information concerning the acquisition,
  contact the contracting offical listed above.
EMAIL janycedecanto.mlcp@.internet.uscg.mil
EMAILDESC: 
  Officer
CITE: (W-345 SN010694)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: BLM, BC-660, Bldg #50, Denver Federal Center, P.O. Box
  25047, Denver, CO 80225-0047
SUBJECT: J-REROOF BUILDIN, FT SNELLING, ST. PAUL, MINNESOTA
SOL 1422-N660-RQ7-0002
DUE 012797
POC Contact Kathleen Shriver, 303/236-9442/Contracting Officer
DESC: The Bureau of Land Management (BLM) has a requirement to
  reroof Bureau of Mines building #201, located at Ft Snelling,
  201 Federal Drive, St. Paul Minnesota.  Work includes removing
  existing shingles, deteriorated wood decking, underlayment
  and metal valleys trim roof and premises.  New 30# roofing
  felt shall be installed and 24 gauge galvanized iron shingle
  tins and counterflashing.  New iron srip edges and roof vents
  shall also be installed.  Work to begin in Spring of 1997.
   It is anticipated that solicitation documents will be available
  on or about 12/23/96, with an anticipated award date of 02/97.
   Written requests only.  See Note 1.  
CITE: (W-345 SN010695)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Commander (VPL), MLCPAC, Coast Guard Island, Bldg. 50-7,
  Alameda, CA 94501-5100
SUBJECT: J - USCGC MORGENTHAU (WHEC 722)
SOL DTCG85-97-B-625L70
DUE 011397
POC Contact Virginia Obershaw, 510/437-3384
DESC: USCGC MORGENTHAU (WHEC 722) Dry dock Repair to be performed
  at contractor's facility.  This solicitation is pursuant to
  the Small Business Competitiveness Demonstration Program. 
  Invitation for Bids will be issued on or about 12 December
  1996, with bid opening date thirty days thereafter.  Performance
  period for this work is unchanged, 21 January through 23 January
  1997.  All responsible businesses may submit an offer to be
  considered by this agency. 
LINK N/A
LINKDESC: 
EMAIL virgina obershaw/mlcpac@internet.uscg.mil
EMAILDESC: 
  Specialist
CITE: (W-345 SN010699)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Fleet and Industrial Supply Center, San Diego, 937 N.
  Harbor Drive, STE 430, San Diego, CA 92132-0430
SUBJECT: J--FULL ON SITE MAINTENANCE SERVICE ON GOV' OWNED IHS
  EQUIP.
SOL N00244-97-Q-5345
DUE 123096
POC Fax Solicitation Request to Bid Officer (619)545-5565, or
  call ; Contract Specialist Bob Douglas (619)545-4362; Contracting
  Officer, Lois Gilmore
DESC: The following is for the Full On Site Maintenance Serviceson
  Government owned Information Handling Service (IHS) Tech Data
  on CD Rom.  Inquires from potential bidders are welcome.  Contact
  Bob Douglas at Fax #619-545-5565 for a copy of the RFQ.  Written
  response must be received by this office within 15 calendar
  days after this notice.  No telephone request.  Only written
  or faxed requests received directly from the requestor are
  accepted.  Bids will be required by 3 pm PST on or before 30
  December 1996.  Actual bid due date to be announced in RFQ.
   See Numbered Note(s)1, 13.
CITE: (I-345 SN010718)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Military Sealift Command, Pacific, Code N-105B, Bldg
  310-5, 280 Anchor Way, Suite 1W, Oakland, CA 94625-5010
SUBJECT: J -- VARIOUS SHIP AND ACCESSORIES REPAIRS
SOL N62383-97-R-2199
DUE 010997
POC Contact Ernst H. Buijten, Contract Officer, at FAX 510-302-6346
DESC: CANCELLATION. This solicitation is cancelled until further
  notification.
CITE: (I-346 SN010853)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Commander, Naval Sea Systems Command, SEA 02631H,  2531
  Jefferson n Davis Hwy,  Arlington, VA  22242-5160
SUBJECT: J--MAINTENANCE, REPAIR, AND RESTORATION OF A/N37U-1
  MOORED MINE CLEARING SETS
SOL N00024-97-G-6369
POC Ms. Janel Hradecky, SEA 02631H, (703) 602-0951, Contracting
  Officer, Mr. Steve Caracciolo, (703) 602-0951.
DESC: The Naval Sea Systems Command intends to issue orders on
  multiple e occasions over the period of Basic Ordering Agreement
  N00024-97-G-6369 with Government Systems Segment, A Business
  Unit of Analysis & Technology, 258 Bank Street, New London,
  CT 06320. Orders will be issued for:  Engineering Change Kits;
  Repair, Restoration, and/or Modification Services; Maintenance
  Support Material; Installation and Checkout Kits; and Engineering
  Services. Orders will be issued pursuant to 10 U.S.C. 2304(c)(1).
  Government Systems Segment (GSS) is the sole designer and manufacturer
  of the A/N37U-1 Moored Mine Clearing Set.  As such, GSS is
  the only company which currently possesses the in-depth technical
  knowledge of the equipment requirement to satisfactorily perform
  the work under the orders contemplated herein.  No other source
  has the technical qualifications and necessary resources to
  perform the work described herein, nor will any other supplies
  or services satisfy the Navy's requirements.  Companies interested
  in subcontracting opportunities should contact GSS directly.
CITE: (I-346 SN010881)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Naval Inventory Control Point--Mechanicsburg, P.O. Box
  2020, 5450 Carlisle Pike, Mechanicsburg, PA 17055-0788
SUBJECT: J--DEPOT LEVEL REPAIRABLES BOA
SOL N00104-96-G-A401
POC Specialist, April Blodgett (717) 790-6289. Contracting Officer,
  Jodene R. Watkins (717) 790-4253. For expedited requests use
  FAX number (717) 790-2284.
DESC: The scope of work, which may include the acquisition of
  piece parts, is for the restoration of depot level repairables
  of Aux Enerators Systems. The restored items will be returned
  to supply stock or issued for immediate fleet use. One major
  item to be restored is Valve, Solenoid. NSN 7H 4810-01-205-0427.
  P/N 81670-1. Technical data is not available and cannot be
  furnished. Contact the firm of Eaton Corp., Valve & Actuator
  Division, 2338 Alaska Avenue, El Segundo, CA 90245-4896, for
  subcontracting opportunities. All responsible sources may submit
  an offer which, if received in a timely manner, will be considered.
  See Note 22.
CITE: (M-346 SN010974)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Naval Inventory Control Point--Mechanicsburg, P.O. Box
  2020, 5450 Carlisle Pike, Mechanicsburg, PA 17055-0788
SUBJECT: J--DEPOT LEVEL REPAIRABLES BOA
SOL N00104-92-G-A008
POC Specialist, Steve Nance (717) 790-6437. Contracting Officer,
  Jodene R. Watkins (717) 790-4253. For expedited requests use
  FAX number (717) 790-2284.
DESC: The scope of work, which may include the acquisition of
  piece parts, is for the restoration of depot level repairables
  of Motor AC Systems. The restored items will be returned to
  supply stock or issued for immediate fleet use. One major item
  to be restored is Motor AC. NSN 7H 6105-01-252-2013. P/N 63ZY89394.
  Technical data is not available and cannot be furnished. Contact
  the firm of Reliance Electric Company, Philadelphia Service
  Center, 3240 South 78th Street, Philadelphia, PA 19153, for
  subcontracting opportunities. All responsible sources may submit
  an offer which, if received in a timely manner, will be considered.
  See Note 22.
CITE: (M-346 SN010975)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Naval Inventory Control Point--Mechanicsburg, P.O. Box
  2020, 5450 Carlisle Pike, Mechanicsburg, PA 17055-0788
SUBJECT: J--DEPOT LEVEL REPAIRABLES BOA
SOL N00104-96-G-A214
POC Specialist, Barb Westhafer (717) 790-2252. Contracting Officer,
  J.G. Labosh (717) 790-2844. For expedited requests use FAX
  number (717) 790-2284.
DESC: The scope of work, which may include the acquisition of
  piece parts, is for the restoration of depot level repairables
  of AN/URC-109 Systems. The restored items will be returned
  to supply stock or issued for immediate fleet use. One major
  item to be restored is Filter, Bandpass. NSN 7G 5915-99-527-9524.
  P/N H32-1222-01. Technical data is not available and cannot
  be furnished. Contact the firm of GEC Marconi Communications
  LTD, Marconi House, New Street, Chelmsford, Exxes, United Kingdom
  CM1 1PL, England, for subcontracting opportunities. All responsible
  sources may submit an offer which, if received in a timely
  manner, will be considered. See Note 22.
CITE: (M-346 SN010976)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Naval Inventory Control Point--Mechanicsburg, P.O. Box
  2020, 5450 Carlisle Pike, Mechanicsburg, PA 17055-0788
SUBJECT: J--DEPOT LEVEL REPAIRABLES BOA
SOL N00104-96-G-A200
POC Specialist, Charles Gensemer (717) 790-3853. Contracting
  Officer, J.G. Labosh (717) 790-2844. For expedited requests
  use FAX number (717) 790-2284.
DESC: The scope of work, which may include the acquisition of
  piece parts, is for the restoration of depot level repairables
  of Airborne Mine Countermeasures Systems. The restored items
  will be returned to supply stock or issued for immediate fleet
  use. One major item to be restored is Ball Socket Assembly.
  NSN 7E 1075-01-037-9538. P/N 108330-1. Technical data is not
  available and cannot be furnished. Contact the firm of EDO
  Corporation/Defense & Space Systems Division, 14-04 111th Street,
  College Point, NY 11356-1434, for subcontracting opportunities.
  All responsible sources may submit an offer which, if received
  in a timely manner, will be considered. See Note 22.
CITE: (M-346 SN010977)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Naval Inventory Control Point--Mechanicsburg, P.O. Box
  2020, 5450 Carlisle Pike, Mechanicsburg, PA 17055-0788
SUBJECT: J--DEPOT LEVEL REPAIRABLES BOA
SOL N00104-90-G-A081
POC Specialist, Carolyn Parsons (717) 790-4135. Contracting Officer,
  Jodene R. Watkins (717) 790-4253. For expedited requests use
  fax number (717) 790-2284.
DESC: The scope of work, which may include the acquisition of
  piece parts, is for the restoration of depot level repairables
  of Fuel Oil Sys/Oil Stipping Pump Systems. The restored items
  will be returned to supply stock or issued for immediate fleet
  use. One major item to be restored is Pump Unit, Rotary. NSN
  7H 01-062-8575. P/N E-4160 w/256 UN Frame Motor. Technical
  data is not available and cannot be furnished. Contact the
  firm of Blackmer Pump Co., A Dover Resources Co., 1809 Century
  Avenue, Grand Rapids, MI 49509, for subcontracting opportunities.
  All responsible sources may submit an offer which, if received
  in a timely manner, will be considered. See Note 22.
CITE: (M-346 SN010978)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Naval Inventory Control Point--Mechanicsburg, P.O. Box
  2020, 5450 Carlisle Pike, Mechanicsburg, PA 17055-0788
SUBJECT: J--DEPOT LEVEL REPAIRABLES BOA
SOL N00104-94-G-A004
POC Specialist, J.A. Diehl (717) 790-7310. Contracting Officer,
  J.B. Dieter (717) 790-4446. For expedited requests use fax
  number (717) 790-2284.
DESC: The scope of work, which may include the acquisition of
  piece parts, is for the restoration of depot level repairables
  of GPETE, CAL-STD Systems. The restored items will be returned
  to supply stock or issued for immediate fleet use. One major
  item to be restored is Generator. NSN 7Z 6625-01-094-7716.
  P/N 145. Technical data is not available and cannot be furnished.
  Contact the firm of Wavetek Corporation, 9145 Balboa Avenue,
  San Diego CA 92123, for subcontracting opportunities. All responsible
  sources may submit an offer which, if received in a timely
  manner, will be considered. See Note 22.
CITE: (M-346 SN010995)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Naval Inventory Control Point--Mechanicsburg, P.O. Box
  2020, 5450 Carlisle Pike, Mechanicsburg, PA 17055-0788
SUBJECT: J--DEPOT LEVEL REPAIRABLES BOA
SOL N00104-93-G-A050
POC Specialist, J.M. Antonacci (717) 790-4237. Contracting Officer,
  J. Antonacci (717) 790-4237. For expedited requests use fax
  number (717) 790-2284.
DESC: The scope of work, which may include the acquisition of
  piece parts, is for the restoration of depot level repairables
  of NATO SEASPARROW Systems. The restored items will be returned
  to supply stock or issued for immediate fleet use. One major
  item to be restored is Power Supply. NSN 000172842. P/N 2312494.
  Technical data is not available and cannot be furnished. Contact
  the firm of Raytheon Service Company, 5740 E Bayside Road,
  Virginia Beach, VA 23455, for subcontracting opportunities.
  All responsible sources may submit an offer which, if received
  in a timely manner, will be considered. See Note 22.
CITE: (M-346 SN010996)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: U.S. Army ARDEC, AMSTA-AR-PCM-I, Bldg 9, Picatinny Arsenal,
  New Jersey 07806-5000
SUBJECT: J -- MAINTENANCE SERVICE CONTRACT OF A DIGITAL IMAGING
  AMPLIFICATION X-RAY SYSTEM LOCATED AT HAWTHORNE AAP, HAWTHORNE,
  NV.
SOL DAAE30-97-Q-1071
DUE 121096
POC Barbara Holmes, Purchasing Agent, 201-724-4858 email bholmes@pica.army.mil,
  Eric J. Bankit 201-724-4177.
DESC: The purpose of this effort is to provide maintenance support
  services for a Digital Imaging Amplification of X-Ray (DIAX)
  System currently installed at Hawthorne Army Ammunition Plant,
  NV, (HAAP). Contractor support services are needed to maintain
  the DIAX system operational for the duration of the Air Force's
  105mm, M1 shell inspection effort at HAAP. The contractor shall
  provide all necessary time, travel and materials to bring the
  system to its normal operational level. The following approaches
  shall be used, as deemed necessary by the govenment. The contractor
  shall provide hotline services to HAAP personnel. This service
  shall be available on weekdays, from 8:00AM to 5:00PM PST.
  At HAAP's discretion, the contractor shall be required to provide
  maintenance services personnally at HAAP. The contractor shall
  report to HAAP within 24 hours. A turn-around time of ten (10)
  days is required when the affected part(s) are shipped to the
  contractor's facility for maintenance. The contractor shall
  obatin a one (1) year warranty for parts purchased under this
  contract. The period of performance will run from 01 January
  1997 thru 31 December 1997. It is anticipated that a sole source
  award will be made to Science Application International Corporation,
  10260 Campus Point Drive, San Diego, CA 92121 pursuant to FAR
  6.302-1, Only one Responsible Source. See Numbered Note: 22.
CITE: (I-346 SN011018)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Operational Contracting Division, 1940 Allbrook Dr, Ste
  3 Bldg 1, WPAFB OH 45433-5309
SUBJECT: J -- CLEAN AIR DISTRIBUTION SYSTEMS
SOL F33601-97-R-0004
DUE 012797
POC For copy, ASC/PKWO, Attn: Bldg 260, 1940 Allbrook Dr, Ste
  3, WPAFB OH 45433-5309 POC: S Dugan/PKWOSA/937-257-7839 Fax
  No 513-257-3926.
DESC: Period of Performance is 01 Feb 97 - 30 Sep 97. Four one-year
  options may be awarded. SIC CODE 7699 SIZE STANDARD $5 M. Proposed
  acquisition is 100% set aside for small business. A Firm Fixed-Price
  and Indefinite Quantity type contract is comtemplated to furnish
  all parts, labor, devices, equipment, appliances and materials
  and perform all operations necessary in connection with the
  cleaning and decontamination of the air handling systems. Systems
  shall include supply, return, fresh air intakes and ducts,
  exhaust air ducts including roof discharges, registers, grilles,
  diffusers, dampers, fans, fan housings, fan wheels, blades,
  plenums, air handling units and coils, both heating and cooling.
  It further includes all removal, cutting, replacement and repairs
  which might be necessary. Work site includes various buildings
  throughout Wright-Patterson Air Force Base. This solicitation
  will be issued approx 96 Dec 26. 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. Direct all requests for
  solicitations and routine communication concerning this acquisition
  to Sandra Dugan, Contract Specialist, 937-257-7839 X4207. 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): 1.
CITE: (I-346 SN011034)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: GSA, PBS, Property Management Contracts Branch (5PMC-W),
  JCK Federal Building, 230 South Dearborn Street, Room 3330,
  Chicago, IL 60604-1696
SUBJECT: J--MECHANICAL OPERATIONS AND MAINTENANCE SERVICE, FEDERAL
  BUILDING AND U.S. COURTHOUSE, 500 BARSTOW COMMONS, EAU CLAIRE,
  WISCONSIN
SOL GS05P97GAC0009
DUE 020497
POC Catherine Dean, (312) 353-7598.
DESC: Performance period is for three (3) years with two (2)
  one year options. The estimated start date is July 1, 1997.
  Contact the Contract Specialist shown above to obtain copies
  of this solicitation. You may submit E-mail requests to Catherine.Dean@gsa.gov.
  You should include this in the body of the E-mail: 1. Catherine
  Dean; 2. GS05P97GAC0009; 3. Your mailing address.
CITE: (M-346 SN011056)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment--Potential
  Sources Sought
OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421
  Jefferson Davis Hwy, Arlington, Va 22243-5120
SUBJECT: J -- CLS SERVICES FOR T-39N AND CT-39 AIRCRAFT AND ASSOCIATED
  SYSTEMS
SOL N/A
POC Contact, Philip E. Plotkin, Phone (703)604-2119
DESC: The Government intends to compete full Contractor Logistics
  Support (CLS) services for 17 T-39N aircraft, associated ground
  based training system, and up to 8 CT-39 aircraft to support
  Undergraduate Flight Officer (UNFO) training at NAS Pensacola,
  FL. Total scope of the CLS services includes maintenance on
  the T-39N aircaft (Sabre Model 265-40), maintenance on the
  CT-39 aircraft (Sabre Model 265-60), maintenance on ground
  based trainers, heavy engine maintenance for the Pratt and
  Whitney JT12-8A engine, engine rental, spare parts replenishment,
  and pilots to fly the aircraft. Aircraft modifications may
  be required under the scope of this program. Contract period
  will be for one base year with 4 to 9 option periods, commencing
  1 October 1998 for all effort except for CT-39 effort, which
  will commence 1 October 1999. Interested parties should reply
  in writing by 17 January 1997 to the above address, Attn: AIR-2.5.1.2.2,
  or by facsimile to (703) 604-2968, specifying the full extent
  of their interest. - NAVAIR Synopsis No. 50068-96.
CITE: (I-346 SN010865)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment--Potential
  Sources Sought
OFFADD: Bureau of Prisons, Federal Correctional Institution,
  McKean County, Pennsylvania, P.O. Box 5000, Bradford, PA 16701
SUBJECT: J--POTENTIAL SOURCES SOUGHT--DIESEL GENERATOR PREVENTATIVE
  MAINTENANCE
POC Peter Digel, Contracting Officer, (814) 362-8900, Ext. 418.
DESC: The Federal Correctional Institution--McKean has a requirement
  for quarterly preventative maintenance services on two (2)
  750 kW Cummins diesel generators. Facsimile requests for specifications
  can be sent to (814) 362-1873.
CITE: (M-346 SN011004)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: K--Modification of Equipment
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd, St. Louis, MO 63120-1798
SUBJECT: K -- RETROFIT KITS FOR FECP D219, IMPROVED AFT PYLON
  CLAMSHELL DOOR
SOL DAAJ09-95-G-0018 0027
DUE 013097
POC Frederick L. Thompson, AMSAT-A-PLAA, Contract Specialist,
  314-263-3200
DESC: Effort is sole source to Boeing Defense and Space Group,
  Helicopter Division, Post Office Box 16858, Philadelphia, Pennsylvania
  19142-0858.  Authority for other than full and open competition
  is 10 U.S.C. 2304(c)(1).  The proposed contract is for supplies/services
  for which the Government does not have adequate data available
  to permit full and open competition.  Firms that can accomplish
  the requirement are encouraged to identify themselves to Boeing
  Defense and Space Group, Helicopters Division, for subcontracting
  purposes only.  See Note 22.
CITE: (W-346 SN010916)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: K--Modification of Equipment
OFFADD: Defense Contract Management Command, 100 Plastics Avenue,
  Pittsfield, MA 01201
SUBJECT: K--TRIDENT FIRE CONTROL 633/933 SOFTWARE
SOL N00030-96-G-0058 NJ14
POC Linda Haggerty, ACO, (413) 494-6021.
DESC: The contractor shall provide a Trident Fire Control Strategic
  Systems Programs Alteration 633/933 software development and
  proofing. Negotiations will be conducted with Lockheed Martin
  Defense Systems, Pittsfield, MA. Lockheed Martin is the sole
  manufacturer of the FBM Fire Control System and the only source
  with the in-depth knowledge and in-place capability to perform
  the required effort. See Note 22. Award to be made via a job
  order to an existing basic ordering agreement.
CITE: (M-346 SN010997)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: K--Modification of Equipment
OFFADD: Defense Contract Management Command, 100 Plastics Avenue,
  Pittsfield, MA 01201
SUBJECT: K--TRIDENT FIRE CONTROL SSP ADVANCED INVENTORY AND LOGISTICS
  (SAIL) UPGRADE
SOL N00030-96-G-0058 NJ24
POC Linda Haggerty, ACO, (413) 494-6021.
DESC: The contractor shall provide a Trident Fire Control Strategic
  Systems Programs software database updates and core module
  changes required by the redesign of the SAIL provisioning module.
  Negotiations will be conducted with Lockheed Martin Defense
  Systems, Pittsfield, MA. Lockheed Martin is the sole manufacturer
  of the FBM Fire Control System and the only source with the
  in-depth knowledge and in-place capability to perform the required
  effort. See Note 22. Award to be made via a job order to an
  existing basic ordering agreement.
CITE: (M-346 SN011012)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: K--Modification of Equipment
OFFADD: Defense Contract Management Command, 100 Plastics Avenue,
  Pittsfield, MA 01201
SUBJECT: K--TRIDENT FIRE CONTROL SP ALTERATION #FCO TAE-080
SOL N00030-96-G-0058 NJ06
POC Linda Haggerty, ACO, (413) 494-6021.
DESC: The contractor shall provide a Trident Fire Control Strategic
  Systems Programs Alteration Field Change Order (FCO) TAE-080
  for upgrade of the SCSI Media Generation Systems (SMGS) host
  computers to current configuration.  Negotiations will be conducted
  with Lockheed Martin Defense Systems, Pittsfield, MA. Lockheed
  Martin is the sole manufacturer of the FBM Fire Control System
  and the only source with the in-depth knowledge and in-place
  capability to perform the required effort. See Note 22. Award
  to be made via a job order to an existing basic ordering agreement.
CITE: (M-346 SN011013)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: K--Modification of Equipment
OFFADD: Chief, Acquisition and Materiel Management (90C), VA
  Medical Center, One Veterans Drive, Minneapolis, MN 55417
SUBJECT: K -- MODIFICATION OF EQUIPMENT - COOLANT REPLACEMENT
SOL RFQ 39-MN-97
DUE 011597
POC Mavis Nelson, Contracting Officer (612) 725-2189
DESC: Provide all labor and material to retrofit McQuay Centrifugal
  Chillers from CFC-R12 to HFC-134 at the VA Medical Center,
  Minneapolis, MN. Change gear set, O-rings and gaskets and perform
  related work. Provide 4 hours of training to chiller operators.
  Purchase existing CFC-R12 from VAMC and remove from site in
  accordance with EPA guidelines. Bid documents available on
  or about December 30, 1996. Request in writing or by fax at
  612-725-2072.
CITE: (I-346 SN011033)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: L--Technical Representation Services
OFFADD: Ryszard Wisniewski, Ministry of Posts and Telecommunications,
  = European Integration Unit, Pl. Malachowskiego 2, 00-940 Warsaw,
  Poland Tel: (48-22) 27 83 27, Fax: (48-22) 26 71 76
SUBJECT: L--POLISH NATIONAL INFORMATION INFRASTRUCTURE STRATEGY
  AND PILOT = PROJECT
SOL N/A
POC Carol Stillwell, USTDA, Room 309, SA-16, Washington, D.C.
  = 20523-1602, Tel: (703) 875-4357, Fax No.: (703) 875-4009
DESC: Poland's Ministry of Posts and Telecommunications ("the
  Ministry") invites submission of Prequalification Statements
  from interested U.S. firms which are qualified on the basis
  of experience and capability to = develop a strategy for the
  development of a Polish National Information = Infrastructure.
  Based upon the Prequalification Statements, the Ministry =
  will develop a short list of qualified firms which will be
  invited in = writing to submit a formal Technical Proposal
  to carry out the study. The = Government of Poland is interested
  in developing a National Information = Infrastructure ("NII")
  strategy. This NII strategy will develop the = framework for
  an open, competitive market where private sector operators
  = can provide electronic commerce and services for government,
  business, = education, health, and research. The objective
  of the project is to = establish a National Information Infrastructure
  strategy for deployment = in Poland, and to spur the NII's
  implementation by funding a pilot = project based on the recommendations
  of the consultants performing the = strategy study. The strategy
  will also develop specific project = recommendations and the
  tender documents for interactive multimedia, = rural access
  to the NII, Value Added Network Service (VANs) operators, =
  and internet service providers (ISPs). One or more of these
  components of = the NII would be implemented as a single pilot
  project. The Ministry is = responsible for promoting and licensing
  ISPs and VANs and providing the = policy and regulatory framework
  that allows them to contribute to the = NII. The U.S. Trade
  and Development Agency (TDA) has approved a U.S. = $389,000
  Grant to fund a feasibility study to develop the NII strategy
  = and to implement the pilot project. The feasibility study
  will be divided = into two phases. Phase A (which is the subject
  of this CBD announcement) = will be a consultancy to prepare
  the NII strategy and will be funded by = $189,000 of the TDA
  Grant. Phase B will be the implementation of the = pilot project
  valued at approximately $400,000. Phase B will be funded by
  = $200,000 of the TDA Grant. All remaining costs of Phase B,
  estimated at = $200,000, are to be provided by the U.S. firm
  selected as contractor. The = Phase A consultant will develop
  the Phase B Terms of Reference and assist = the Ministry in
  conducting a competitive procurement to select a firm to =
  perform Phase B. Notice of the Phase B procurement will be
  published in = the Commerce Business Daily. The Ministry will
  enter into a separate = contract with the firm selected to
  implement Phase B and the Ministry = will become the owner
  at the completion of Phase B of all equipment = purchased for
  its implementation. A detailed Request for Proposals (RFP)
  for Phase A, which includes the requirements for submission
  of the Prequalification = Statements and the Technical Proposal,
  the Phase A Terms of Reference, and a = background definitional
  mission report is available from TDA, at Room = 309, SA-16,
  Washington, D.C. 20523-1621. Requests for the RFP should be
  faxed = to the IRC, TDA at 703-875-4009. In the fax, please
  include your firm's = name, contact person, address, and telephone
  number. Please check your internal fax verification receipt.
  Because of the large number of RFP requests, = TDA cannot respond
  to requests for fax verification. Requests for RFPs = received
  before 4:00pm will be mailed the same day. Requests received
  after 4:00pm will be mailed the following day. Please check
  with your courier and/or mail room before calling TDA. Some
  firms have found that RFP materials = sent by U.S. mail do
  not reach them in time for preparation of an = adequate response.
  Firms that want TDA to use an overnight delivery service (e.g.
  Federal Express) should include the name of the delivery service
  and your firm's account number in the request for the RFP.
  Firms that want to send = a courier to TDA to retrieve the
  RFP should allow one hour after faxing the request to TDA before
  scheduling a pick-up. Please note that no telephone requests
  for the RFP will be honored. Only U.S. firms and individuals
  may bid on this TDA financed activity. Interested firms, their
  subcontractors and employees of all participants must qualify
  under TDA's nationality requirements as of the due date for
  submission of qualifications and proposals and, if selected
  to carry out the TDA-financed activity, must continue to meet
  such requirements throughout the duration of the TDA-financed
  activity. All goods and services to be provided by the selected
  firm shall have their nationality, source and origin in the
  U.S. or host country. The U.S. firm may use subcontractors
  from host country = for up to 20 percent of the TDA grant amount.
  Details of TDA's nationality requirements and mandatory contract
  clauses are also included in the RFP. Interested U.S. firms
  should submit their Prequalification Statements as outlined
  in the RFP in English directly to the Ministry in Poland by
  January 8, 1997. Evaluation criteria for the Prequalification
  Statements and the Technical Proposals are included in the
  RFP. Price will NOT be a factor in contractor selection, and
  therefore, cost proposals should NOT = be submitted. The Ministry
  reserves the right to reject any and/or all = Prequalification
  Statements or Technical Proposals. The Ministry also reserves
  the right to contract with the selected firm for subsequent
  work related to the project. The Ministry is not bound to pay
  for any costs = associated with the preparation and submission
  of Proposals.
CITE: (I-346 SN011017)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: L--Technical Representation Services
OFFADD: Ryszard Wisniewski, Ministry of Posts and Telecommunications,
  = European Integration Unit, Pl. Malachowskiego 2, 00-940 Warsaw,
  Poland Tel: (48-22) 27 83 27, Fax: (48-22) 26 71 76
SUBJECT: L--POLISH NATIONAL INFORMATION INFRASTRUCTURE STRATEGY
  AND PILOT = PROJECT
SOL N/A
POC Carol Stillwell, USTDA, Room 309, SA-16, Washington, D.C.
  = 20523-1602, Tel: (703) 875-4357, Fax No.: (703) 875-4009
DESC: Poland's Ministry of Posts and Telecommunications ("the
  Ministry") invites submission of Prequalification Statements
  from interested U.S. firms which are qualified on the basis
  of experience and capability to = develop a strategy for the
  development of a Polish National Information = Infrastructure.
  Based upon the Prequalification Statements, the Ministry =
  will develop a short list of qualified firms which will be
  invited in = writing to submit a formal Technical Proposal
  to carry out the study. The = Government of Poland is interested
  in developing a National Information = Infrastructure ("NII")
  strategy. This NII strategy will develop the = framework for
  an open, competitive market where private sector operators
  = can provide electronic commerce and services for government,
  business, = education, health, and research. The objective
  of the project is to = establish a National Information Infrastructure
  strategy for deployment = in Poland, and to spur the NII's
  implementation by funding a pilot = project based on the recommendations
  of the consultants performing the = strategy study. The strategy
  will also develop specific project = recommendations and the
  tender documents for interactive multimedia, = rural access
  to the NII, Value Added Network Service (VANs) operators, =
  and internet service providers (ISPs). One or more of these
  components of = the NII would be implemented as a single pilot
  project. The Ministry is = responsible for promoting and licensing
  ISPs and VANs and providing the = policy and regulatory framework
  that allows them to contribute to the = NII. The U.S. Trade
  and Development Agency (TDA) has approved a U.S. = $389,000
  Grant to fund a feasibility study to develop the NII strategy
  = and to implement the pilot project. The feasibility study
  will be divided = into two phases. Phase A (which is the subject
  of this CBD announcement) = will be a consultancy to prepare
  the NII strategy and will be funded by = $189,000 of the TDA
  Grant. Phase B will be the implementation of the = pilot project
  valued at approximately $400,000. Phase B will be funded by
  = $200,000 of the TDA Grant. All remaining costs of Phase B,
  estimated at = $200,000, are to be provided by the U.S. firm
  selected as contractor. The = Phase A consultant will develop
  the Phase B Terms of Reference and assist = the Ministry in
  conducting a competitive procurement to select a firm to =
  perform Phase B. Notice of the Phase B procurement will be
  published in = the Commerce Business Daily. The Ministry will
  enter into a separate = contract with the firm selected to
  implement Phase B and the Ministry = will become the owner
  at the completion of Phase B of all equipment = purchased for
  its implementation. A detailed Request for Proposals (RFP)
  for Phase A, which includes the requirements for submission
  of the Prequalification = Statements and the Technical Proposal,
  the Phase A Terms of Reference, and a = background definitional
  mission report is available from TDA, at Room = 309, SA-16,
  Washington, D.C. 20523-1621. Requests for the RFP should be
  faxed = to the IRC, TDA at 703-875-4009. In the fax, please
  include your firm's = name, contact person, address, and telephone
  number. Please check your internal fax verification receipt.
  Because of the large number of RFP requests, = TDA cannot respond
  to requests for fax verification. Requests for RFPs = received
  before 4:00pm will be mailed the same day. Requests received
  after 4:00pm will be mailed the following day. Please check
  with your courier and/or mail room before calling TDA. Some
  firms have found that RFP materials = sent by U.S. mail do
  not reach them in time for preparation of an = adequate response.
  Firms that want TDA to use an overnight delivery service (e.g.
  Federal Express) should include the name of the delivery service
  and your firm's account number in the request for the RFP.
  Firms that want to send = a courier to TDA to retrieve the
  RFP should allow one hour after faxing the request to TDA before
  scheduling a pick-up. Please note that no telephone requests
  for the RFP will be honored. Only U.S. firms and individuals
  may bid on this TDA financed activity. Interested firms, their
  subcontractors and employees of all participants must qualify
  under TDA's nationality requirements as of the due date for
  submission of qualifications and proposals and, if selected
  to carry out the TDA-financed activity, must continue to meet
  such requirements throughout the duration of the TDA-financed
  activity. All goods and services to be provided by the selected
  firm shall have their nationality, source and origin in the
  U.S. or host country. The U.S. firm may use subcontractors
  from host country = for up to 20 percent of the TDA grant amount.
  Details of TDA's nationality requirements and mandatory contract
  clauses are also included in the RFP. Interested U.S. firms
  should submit their Prequalification Statements as outlined
  in the RFP in English directly to the Ministry in Poland by
  January 8, 1997. Evaluation criteria for the Prequalification
  Statements and the Technical Proposals are included in the
  RFP. Price will NOT be a factor in contractor selection, and
  therefore, cost proposals should NOT = be submitted. The Ministry
  reserves the right to reject any and/or all = Prequalification
  Statements or Technical Proposals. The Ministry also reserves
  the right to contract with the selected firm for subsequent
  work related to the project. The Ministry is not bound to pay
  for any costs = associated with the preparation and submission
  of Proposals.
CITE: (I-346 SN011023)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: L--Technical Representation Services--Potential Sources
  Sought
OFFADD: DA, DIRECTORATE OF CONTRACTING, FORT DRUM, NY 13602-5220
SUBJECT: L--ENGINEERING TECHNICIAN SUPPORT FOR THE MAST-MOUNTED
  SITE, TEST SUPPORT SYSTEM AND ASSOCIATED EQUIPMENT FOR THE
  OH-58D(I) AIRCRAFT STATIONED AT FORT DRUM, NY
SOL DAKF36-97-B-0008
DUE 123196
POC Contracting Officer, Maria Pizarro, Contract Specialist,
  Richard E. Edgar, (315) 772-6510 (Site Code DAKF36)
DESC: Information is sought on potential sources and vendor capabilites
  for the purpose of providing one (1) Field Service Engineering
  Technician to support the mast-mounted site (MMS), test support
  system (TSS) and associated equipment for the OH-58D(I) arcraft
  stationed at Fort Drum, New York. Intent is to contract for
  services over a period of approximately two and one half years
  to include option periods. Requirement is expected to be serviced
  by providing an Engineering Technician to be stationed at Fot
  Drum, to perform on a weekly basis expected to constitute 40
  hours. The Field Service Engineering Technician is responsible
  for determining shortcomings and malfunctions in electrical,
  mechanical, and electro- mechanical assemblies, sub assemblies,
  modules, and circuit elements with common and system special
  test equipment. Assist in fault diagnosis and repair of unserviceable
  LU's by removal and replacement o parts with Government Furnished
  Equipment (GFE) spares at the AVUM level. Assist avionics personnel
  with daily operation, maintenance, and readiness of the TSS
  and repair of failed LRU'S at the AVIM level. Advise and instruct
  on proper equipment operationprocedures and use of DA technical
  and supply publications pertaining to the MSS/TSS preventative
  and corrective maintenance technical services provided by the
  Field Service Representative to include assistance to the U.S.
  Government military and civilian personnel in the assembly,
  installation, testing, repair, operation, calibration and training
  (On-The-Job (OJT) & classroom), and maintenance of the MMS/SS
  at the unit and intermediate levels (AVUM/AVIM). The Field
  Service Representative also provides a direct link to the factory
  for engineering support, modification work orders, material
  conditions for the MMS and TSS and has access to the Forward
  Repair ctivities (FRA) for technical support. Available information
  is that the requirement can only be provided by McDonnel Douglas
  Aerospace Contractor Field Service Representative. Responses
  will form a part of the determination as a sole source provision
  of services. Requested responses are to provide information
  including technical information demonstrating that the requirement
  can be provided by other vendos. Requested responses are to
  be in writing and will identify the vendor's name, address,
  phone number, point of contact, business size and other vendor
  category information. Responses are requested to be received
  by December 31, 1996.
CITE: (I-346 SN010943)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: M--Operation of Government-Owned Facilities--Potential
  Sources Sought
OFFADD: 90th Contracting Squadron, 7505 Marne Loop, Francis E.
  Warren AFB, WY 82005-2860
SUBJECT: M--TECHNICAL ORDER LIBRARY
POC SSgt Richard R. Jiron, (307) 775-2844, Contract Specialist.
DESC: Potential sources are being sought for the operation and
  management of the Logistics Support Squadron Technical Order
  Library at F.E. Warren AFB, Wyoming. The Technical Order Library
  is responsible for operating and maintaining the Technical
  Order Distribution Office (TODO), Technical Order Dispatch
  Library (TODL), and technical order sub-located accounts. Operation
  of the Technical Order Distribution Office includes reviewing
  and maintaining the master technical order file, master AFTO
  Forms 110, Technical Order/CPIN Distribution Record File, AFTO
  Forms 187, Technical Order publications Request, Special Requisition
  for Air Force Technical Order/CPIN, and conducting technical
  data requirements reviews. Operation of the Technical   Order
  Dispatch Library includes order, processing, and posting technical
  orders. The dispatch library also receives and reviews requirements
  and reviews technical order dispatch kits. In additions to
  the aforementioned, the Technical Order Library maintains master
  inventory and tracking of technical orders as well as the implementation,
  monitoring and tracking of time compliance technical orders
  (TCTO's). Services shall be provided for F.E. Warren AFB including
  tenants and other off-base activities receiving support. Sources
  interested are requested to submit their request no later than
  20 Dec. 96. In their request they must indicate their business
  status,  large or small and their experience, if any, in maintaining
  technical order libraries. This synopsis is an advance notice
  for information and planning only and is not a solicitation.
CITE: (M-346 SN010912)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: N--Installation of Equipment
OFFADD: Contracting Officer (Code 520), CBC, 5200 CBC 2nd St.
  Gulfport, MS 39501-5001
SUBJECT: N--RELOCATION OF MEDICAL EQUIPMENT
SOL N62604-97-Q-1091
DUE 011397
POC Derald Johnson, (601) 871-2312
DESC: Relocation of one (1) each G.E. Medical Systems Model 3200IXRT
  Scintillation Camera System and one (1) each Model 401841NFR1
  Rad/Flouro room. Move for the Scintillation Camera System will
  require all equipment shut off, disassembly, disassembly of
  nuclear medicine system, crate crystal in a temperature controlled
  crate, package circuit boards, wrap cables, securing for move
  from old facility to new facility, and complete set up and
  reassembly of all equipment in new facility to proper working
  order. Move for the Rad/Flouro Room will require equipment
  shut-off, disassemble equipment, disassembly of table unit
  and mounting to dollys, disassembly of overhead tube support
  and packaging equipment, removal of all interconnected cables,
  removal  of all cabinets and components mounted to the floor/walls
  and securing equipment for move to new location. Move equipment
  from van to facility and complete reassembly of equipment,
  equipment realignment, recalibration and HHS testing. Both
  systems are to be moved from Bldg 1, Naval Station Newport
  to New Comprehensive Healthcare Center, Bldg 23, Smith Rd,
  Newport, RI. 02841 Installation for both items will require
  a site visit, procuring site documents, sketch preparation,
  requesting approval of preliminary layout and procure final
  site drawings from G.E. Medical Systems (mfg). Service must
  be completed within 45 to 60 days ARO. Request for Quotation
  (RFQ) N6260497Q1091 will be available on or about Jan. 14,
  1997. No telephone requests. Request  for this quotation must
  be in writing, facsimile request accepted, Fax No. 601-871-2691.
  The proposed contract action for services for which the Government
  intends to negotiate with G.E. Medical System, Milwaukee, WI.
  Interested persons may identify their interest and capability
  to respond to the requirement by identifying themselves and
  give written notification to the Contracting Officer within
  15 calendar days after publication of this synopsis.
CITE: (M-346 SN010958)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: P--Salvage Services
OFFADD: DOE/WSSRAP, 7295 Highway 94 South, St. Charles, Missouri
  63304
SUBJECT: P--RECYCLING OF CONTAMINATED SCRAP METAL
POC Procurement Department, (314) 441-8086.
DESC: Expression of Interest Sought. MK Ferguson Company, is
  currently performing work under a Department of Energy (DOE)
  Prime Contract at the Weldon Spring Site Remedial Action Project
  (WSSRAP) located in St. Charles, Missouri. Parties are being
  sought who are interested in submitting a proposal for recycling
  of chemical and radiologically contaminated metal stockpiles.
  The metals under consideration are segregated into the following
  types: (1) structural steel shapes, (2) stainless steel, (3)
  carbon steel, (4) copper, (5) aluminum, (6) off-gas condensers,
  and (7) nickel alloy. MK-Ferguson will consider on-site decontamination
  followed by release for unrestricted use and/or release to
  a radiologically controlled facility. Parties interested in
   submitting a proposal must request a technical package which
  further describes the requirements and site conditions. A site
  tour will be held and the details concerning the tour will
  be contained in the technical package. MK-Ferguson reserves
  its right to reject all proposals and terminate this request
  at any time without obligation to any and all parties, if it
  is determined to be in the best interests of MK-Ferguson or
  the DOE not to proceed. Interested parties should submit a
  statement listing their experience in the recycling of contaminated
  metals when requesting a technical package. Requests should
  be sent to MK-Ferguson Company, 7295 Highway 94 South, St.
  Charles, Missouri 63304, Attention: Procurement Department.
  Phone calls soliciting additional  information concerning this
  announcement will not be accepted at this time.
CITE: (M-346 SN010972)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: Contracting Officer (90C), Department of Veterans Affairs
  Medical Center, 4500 South Lancaster Road, Dallas, TX 75216
SUBJECT: Q -- TYLER CLINIC
SOL 549-26-97
POC Joseph V. Mulstay, Contracting Officer, (214) 302-7520
DESC: The Department of Veterans Affairs Medical Center, 4500
  S. Lancaster Rd. Dallas, Texas will be negotiating a sole source
  contract with The University of Texas Health Center At Tyler,
  Highway 271 at Highway 155 Tyler, Texas for community outpatient
  primary care for the Tyler Texas area. Contractor will provide
  capitated care to fully eligible Veterans with full care also
  available for Veterans families. The range of services to be
  provided are; 1. Basic primary physician care. 2. Routine X-ray,
  Lab and Preventive Services such as Chest X-ray, Plain Bone
  Films, CBC, UA, Chem 12 + Libids, Hemocult, Pap Smear, Tetanus
  Vaccine, Influenza Vaccine, Pneumococcal Vaccine and EKG. 3.
  Clerical Services, including scheduling and workload entry.
  VA will provide; 1. Subspecialty care. 2. Hospitalization.
  3. Emergency room care. 4. Chronic medication. 5. Non-routine
  testing such as Nuclear Medicine, MRI and special labs and
  Prosthetic Service. No solicitations are available.
CITE: (I-346 SN010847)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: 47th Conracting Squadron, 171 Alabama Ave, Laughlin AFB,
  TX 78843-5102
SUBJECT: R--ARCHITECT ENGINEER SERVICES
SOL F41685-97-R0008
DUE 122396
POC Mrs. Juanita A. Rodriguez, (210) 298-5608 or Mrs. Juanita
  Vasquez, (210) 298-5115
DESC:  Correction:  This action originally publicized in the
  CBD dated 11/29/96 and  amended on 5 Dec 96 to include additional
  engineering design services  required.  Electrical engineering
  services design will also be required.  Standard Form 254
  and Standard Form 255 are required to be submitted no later
  than 23 DEC 96.  All other information publicized in the orginal
  synopsis is correct.
CITE: (W-345 SN010698)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: National Library of Medicine, Office of Acquisitions
  Management, Building 38A, Room B1N17, 8600 Rockville Pike,
  Bethesda, MD 20894
SUBJECT: R -- HEALTH SERVICES RESEARCH-IN-PROGRESS SUPPORT
SOL RFP NLM 97-203/MLM
POC Lynn Montalvo, Contract Specialist/(301) 496-6546
DESC: It is the intent of the National Library of Medicine (NLM)
  to negotiate on a sole source basis with the Association for
  Health Services Research (AHSR), Washington, DC for professional
  and technical support services related to the continued development
  and enhancement of HSRProj (Health Services Research Projects
  in Progress), a grants and contracts information system.  NLM
  has a requirement for:  (1) expert review and guidance in identifying
  appropriate organizations and individuals engaged in health
  services research of merit and soliciting their participation
  in HSRProj; (2) expert review, collection, selection and editing
  of submissions from a wide variety of funders and producers
  of ongoing health services research projects for NLM's MEDLARS
  system; (3) developing and providing targeted educational programs
  for health services researchers about HSRProj; (4) providing
  expert analysis of projects in HSRProj for possible future
  research directions; and (5) suggesting unmet informational
  needs of the health services research community. AHSR was the
  designer and original developer of the HSRProj information
  system.  Their personnel are intimately familiar with the design
  and structure of HSRProj and have both the knowledge of and
  existing relationships with funders from whom data must be
  obtained for HSRProj.  They have successful experience in soliciting
  data from multiple funders, and coordinating the data selection,
  collection, review and editing for submission into the MEDLARS
  system.  AHSR was the driving force behind the accepted definitions
  of health services research and has a unique combination of
  experience and expertise working with public and private funders,
  professional organizations, and researchers within the health
  services research community through its program of educational
  workshops on timely health services research policy issues,
  national and local research agenda-setting conferences, and
  series of scholarly publications.   NLM has determined that
  AHSR is the only source with the previous experience, established
  relationships with agencies and organizations funding health
  services research of merit, in-depth subject expertise, and
  personnel capable of providing the necessary service. (See
  Numbered Note 22).
CITE: (I-345 SN010710)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 13, 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 SERVICE
SOL N/A
DUE 123196
POC Edison Leslie, Contracting Officer, (505) 863-8228
DESC: Negotiations is being conducted for Fiscal Year 1997 residential
  and special education services with Valley of the Sun School,
  1142 West Hatcher, Phoenix, Arizona 85021. This is a Sole Source
  Procurement.
CITE: (I-345 SN010721)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Commercial Acquisition Dept., Bldg. 11, Naval Undersea
  Warfare Center Division, Newport, Code 59, Simonpietri Dr.,
  Newport, RI 02841-1708
SUBJECT: R--CLERICAL AND ADMINISTRATIVE SUPPORT SERVICES
SOL N66604-97-R-0534
DUE 033097
POC Contact M. E. Maguire, (401) 841-2442 X293 or Joseph Masterson,
  Contracting Officer at (401) 841-2442 X290.  Fax number (401)
  841-4820.
DESC: The Naval Undersea Warfare Center Division, Newport proposes
  to procure administrative and clerical services to support
  various activities at the command located in Newport, RI. 
  The Indefinite Delivery Indefinite Quantity contract will be
  for a period of 5 years and will be awarded on a time and material
  basis. The estimated total level of effort is 100,000 manhours
  each year for a total of 500,000 manhours.  The labor categories
  are from the Department of Labor Directory of Occupations and
  include: C lerk (levels I through IV), Key Entry Operators
  I and II, Switchboard Operator/Receptionist and Word Processors
  I, II, and III.  This acquisition is totally set aside for
  the Small Business Association 8(a) program. Eligible parties
  may submit a request for the RFP, in writing, to the Naval
  Undersea Warfare Center Division, Newport, Building 11, Code
  5911, Newport, RI 02841 or faxed to 401-841-4820.   The solicitation
  may also be obtained from the WEB site at http://www.npt.nuwc.navy.mil/contract/.
  The SIC Code for this acquisition is 7374  and the size standard
  is $18m.
LINKURL: http://www.npt.nuwc.navy.mil/contract/
LINKDESC: 
EMAILADD: MAGUIRE@CODE59.NPT.NUWC.NAVY.MIL
EMAILDESC: 
CITE: (I-346 SN010834)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: U.S. Department of Housing & Urban Development, Contracting
  Operations Branch, 6EAC, 2211 Norfolk, Ste. 300, Houston, TX
  77098
SUBJECT: R -- TAX SERVICE CONTRACTOR
SOL H06S97050700000
DUE 021397
POC Terrance Cannon, Contract Specialist, or Stephen Cuellar,
  Contracting Officer at (713) 313-2274, ext. 7124 and 7122.
DESC: The U.S. Department of Housing and Urban Development requires
  the services of a professional Tax Service Contractor to supplement
  the Real Estate Owned Single Family program. The selected Contractor
  will provide tax and maintenance fee payment and delivery services
  in the Houston HUD Office thirty-five (35) County area of responsibility.
  No telephone requests for the Solicitation package will be
  accepted. Fax number is (713) 313-2305.
CITE: (I-346 SN010866)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 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 -- SPNS MANUAL FOR HEALTH CARE PROVIDERS
SOL HRSA-BHRD-97-A271391
DUE 012397
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 produce
  a manual on training in the HIV epidemic. The manual will consist
  of three sections: 1) an overview of basic methodological and
  pedagogical considerations in doing HIV training; 2) actual
  activities that trainers can use including the activity's purpose,
  time and materials needed, and suitability for various audiences;
  and 3) specific activities for teaching different aspect of
  HIV disease, including disease progression and natural history
  transmission and prevention, care and treatment, and psychosocial
  topics. The contractor shall: meet with the project officer
  to discuss the development of the manual; review the HIV/AIDS
  and adult learning literature on theoretical approaches; compile
  a draft HIV/AIDS Training Manual; revise and modify draft manual;
  consult with project officer to determine final design format
  and clearance process; prepare final product; provide HRSA
  with electronic and hard copies of final manual; and submit
  proposed graphics in hard copy and agreed-upon software. The
  period of performance is 42 weeks. All responsible small business
  concern may submit an original and three copies of a technical
  proposal and the Request for Quotation. The solicitation will
  be issued on or about 12/23/96. The closing date will be on
  01/23/96. All request must be in writing or by Fax to (301)
  443-5462, cite solicitation #HRSA-BHRD-97-A271391. Telephone
  requests will not be honored. See Note(s): 1.
CITE: (I-346 SN010867)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Commander, Naval Sea Systems Command, SEA 0264A,  2531
  Jefferson Davis Hwy,  Arlington, VA  22242-5160
SUBJECT: R--PROFESSIONAL, ADMINISTRATIVE, AND MANAGEMENT SUPPORT
  SERVICES
SOL N00024-97-R-6405
POC Mike Shaffer, Contract Specialist (0264A), (703)602-7703
DESC: The announcement originally appearing on 04 November 1996,
  and updated on 22 November 1996 and further updated on 10 December
  1996 in the Commerce Business Daily under this heading is hereby
  reinstated with a RFP release date of 20 December 1996.  All
  other information in the synopsis for the subject solicitation
  published on 04 November 1996 remains unchanged.
CITE: (I-346 SN010879)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: 3rd SVS/SVXA, Bldg. 6-920, Elmendorf AFB, AK 99506-2550
SUBJECT: R--SPONSORSHIP/IN KIND DONATIONS FOR THE ENLISTED CLUBS
  SUBERBOWL EXTRAVAGANZA
SOL SVS-SCS-103-96
DUE 011397
POC Shani Johnson, (907) 552-5900, FAX (907) 552-9750.
DESC: We are soliciting in-kind donations or sponsorship for
  the Enlisted Club Superbowl Extravaganza to be held at the
  Enlisted Club January 26, 1997. The Extravaganza is open to
  all club members and their guest. We are looking for gift certificates
  ranging from $5.00 to $500.00, T-shirts, sporting goods and
  other items to be used as prizes for participants. We are asking
  for sponsorship/in-kind donations of $500.00 to cover the expenses
  for this event. We would accept part or all of the items requested,
  depending on the sponsor and what they can provide. The sponsor
  will be allowed to display banners and information at the event.
  Advertising in all areas on the base will be done.   Representation
  from the sponsor for the event drawings will also be accepted
  and encouraged. All offers will be considered. More than one
  sponsor/donation may be accepted and additives will be considered.
  Requests for copies of this solicitation must be received not
  later than 13 January 1997. This is a solicitation for commercial
  sponsorship/donation by a nonappropriated fund instrumentality
  of the United States Government. It does not obligate appropriated
  funds of the Government.
CITE: (M-346 SN010887)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: National Park Service, Harpers Ferry Center, Office of
  Procurement, P.O. Box 50, Taylor Street, Harpers Ferry, West
  Virginia  25425-0050
SUBJECT: R -- ART SERVICES
SOL 1443RP110097006
DUE 012197
POC Bertha Braithwaite, Procurement Technician, (304) 535-6236
DESC: The National Park Service, Harpers Ferry Center is soliciting
  proposals for Art Services.  This includes providing original
  renderings of illustrations for reproduction for use in outdoor/indoor
  exhibit production, printed media (publications, folders, handbooks),
  audiovisual media, and historic furnishings plans.  Illustrations
  rendered under this contract are equal to the interpretive
  graphics used by the National Park Service which will be included
  in the Solicitation document, or found in current e ducational
  publications such as National Geographic Magazine, Time-Life
  Books and Random House Illustrated Encyclopedia.--The Government
  anticipates award of between eight (8) to twelve (12) Indefinite
  Quantity Fixed-Priced Contracts. These contracts will be for
  a one (1) year period with two (2) twelve month options to
  extend the period of performance.  Each contract will contain
  a minimum workload guarantee of $ 2,000. The maximum workload
  for each contract will be $ 100,000.--ALL REQUESTS MUST BE
  SUBMI TTED IN WRITING, WRITTEN FAXED REQUEST TO (304) 535-6424,
  OR INTERNET REQUEST TO: bertha_braithwaite@nps.gov,  attention:
    Bertha Braithwaite, Procurement Technician.--Envelope or
  facsimilie requesting the Request for Proposal shall be marked
  as follows:  "Request for Proposal Number 1443-RP-1100-97-006,
  ART SERVICES."  Availability of the solicitation is limited
  and will be furnished on a first come first serve basis until
  the supply is exhausted.  THIS SOLICITATION IS TOTALLY SET-ASIDE
  FOR SMALL BUSINES S, SIC Code 7336, Size Standard of $ 5 million
  dollars average annual receipts.
CITE: (I-346 SN010891)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 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 -- PROPOSAL PREPARATION FOR SUBMITTAL OF ENGINEERING
  CHANGE PROPOSALS APPLICABLE TO THE CH-47D AIRCRAFT SYSTEM
SOL DAAJ09-95-G-0018 0024
DUE 021397
POC Brenda Robinson, Contract Specialist, 314-263-3083 or Detra
  Battle-Blue, Contracting Officer, 314-263-0565.
DESC: Effort is sole source to Boeing Defense and Space Group,
  Helicopters Division, P.O. Box 16858, Philadelphia, PA  19142-0858.
   Authority for other than full and open competition is 10 U.S.C.
  2304(c)(1).  The proposed contract action is for services/supplies
  for which the Government does not have adequate data available
  to permit full and open competition.  Firms that can accomplish
  the requirements are encouraged to identify themselves to Boeing
  Defense and Space Group, Helicopters Division, for subcontracting
  purposes only.  See Note 22.
CITE: (W-346 SN010917)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: DA, DIRECTORATE OF CONTRACTING, FORT DRUM, NY 13602-5220
SUBJECT: R--CERTIFICATION AND ACCREDITATION OF COURSES AT NONCOMMISSIONED
  OFFICERS' ACADEMY, FORT DRUM, NEW YORK
SOL DAKF36-97-B-0002
DUE 122796
POC Contracting Officer MARIA J. PIZARRO Contract Specialist
  FRAN W. SWEENEY (315) 772-6510 (Site Code DAKF36)
DESC: Solicitation No. DAKF36-97-B-0002, which was originally
  published under Solicitation No. DAKF36-96-B-0071, for certification
  and accreditation services at the Noncommissioned Officers'
  Academy, Fort Drum, New York, is hereby cancelled in its entirety
  in accordance with Federal Acquisition Regulation (FAR) 14.404-1(c)(4),
  due to the fact that the solicitation did not provide for consideration
  and evaluation of all factors of cost to the Government, and
  was, therefore, inadequate to meet the Government' minimum
  needs. Another solicitation for these services will be issued.
CITE: (I-346 SN010942)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: 82d SVS/SVXA, 614 H Avenue-Bldg 634 Sheppard AFB, TX
  76311-2740
SUBJECT: R--SOLICITATION FOR COMMERCIAL SPONSORSHIP OF SHEPPARD
  AFB, FOR VARIOUS 82D SERVICES PROGRAMS
SOL F101-95-CS-01
DUE 093095
POC Caroline Wilkinson, Publicity & Marketing Specialist (817)
  676-7961.
DESC: Sponsorship for Sheppard AFB 82d Services Programs include
  seasonal programs, quarterly, bi-annually and annual. Facilities
  requesting sponsorship include member only clubs, bowling centers,
  golf course, outdoor recreation facilities, child day care
  center, youth center and fitness center. Request for copies
  of this solicitation for commercial sponsorship must be received
  by deadline date found in 82d Service Commercial Sponsorship
  Handbook. Handbook may be requested by writing 82d Services
  Squadron/SVXA, 614 H Avenue, Bldg 634, Sheppard AFB, TX, 76311-2740.
  This is a solicitation for commercial sponsorship by a nonappropriated
  fund instrumentally of the United States  Government. It does
  not obligate appropriated funds of the government.
CITE: (M-346 SN010959)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Federal Correctional Institution, Three Rivers, P.O.
  Box 4000, Three Rivers, TX 78071-4000
SUBJECT: R--DENTAL TECHNICIAN
SOL RFQ 249-0062
DUE 011097
POC Melina Johnson, Contracting Officer, (512) 786-3576.
DESC: The successful offeror shall provide inmates housed at
  the Federal Correctional Institution, Three Rivers, Texas,
  with the services and duties of a Dental Technician. Some of
  the duties, to be performed, but no limited to are as follows:
  preparing chair side assistance; taking and mounting Dental
  x-rays; maintaining accountability of instruments; and assist
  in Dental Laboratory functions. The Contractor will work a
  maximum of 30 hours per week. Performance of this contract
  will include a base period not to exceed twelve (12) months
  and four (4) subsequent option years, if exercised. The Government
  has the unilateral right to exercise each option year. The
  place of delivery   will be the Federal Correctional Institution,
  Three Rivers, Texas. The performance periods are as follows:
  Base Year--Date of award through 12 months from date of contract
  award; Option Year #1--13 months from date of award through
  24 months from date of a contract award; Option Year #2--25
  months from date of award through 36 months from date of contract
  award; Option Year #3--37 months from date of award through
  48 months from date of contract award; Option Year #4--49 months
  from date of award through 60 months from date of contract
  award. Bids in original and two copies shall be received at
  the Federal Correctional Institutions, Three Rivers, P.O. Box
  4000, Highway 72   West, Three Rivers, TX 78071-4000, Attention:
  Melina Johnson, Contract Specialist. This procurement has been
  100% set-aside for small business. A reasonable number of solicitations
  will be available on a first-come-first-serve basis. All responsible
  offerors may submit an offeror which will be considered. See
  Numbered note 1.
CITE: (M-346 SN010973)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Environmental Protection Agency, 100 Alabama St., SW.,
  Atlanta, GA 30303
SUBJECT: R--EMPLOYEE ASSISTANCE PROGRAM
SOL 97-006
DUE 011097
POC Maybelle Brown, (404) 562-8378.
DESC: Employee program is to assist individual in personal problem
  which may affect job performance. Offer consultation and provide
  training to resolve the situation. This program will also assist
  managers and supervisors in dealing with employees who are
  experiencing problems which affect their job performance. To
  obtain a copy of this solicitation submit in writing by mail
  to the address shown above or FAX to (404) 562-8370. All responsible
  sources may submit a bid which shall be considered by the agency.
CITE: (M-346 SN010982)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: U.S. DOE, Western Area Power Administration, P.O. Box
  3402, Golden, CO 80401 ATN:A1500
SUBJECT: R -- ADMINISTRATIVE SERVICES, SUPPORT SERVICES FOR DESERT
  SOUTHWEST CUSTOMER SERVICE CENTER, WESTERN AREA POWER ADMINISTRATION
SOL DE-RP65-97WG29683
POC Robert D. Dobson, Contract Specialist, (303) 275-1502 Robert
  D. Dobson, Contracting Officer, (303) 275-1502.
DESC: The contractor shall provide administrative services in
  support of Western's Desert Southwest Regional Offfice. The
  specific tasks and services performed require competencies
  in office services and property management services including
  warehousing and vehicle maintenance. The period of performance
  will be for one year base with four one-year option periods.
  The anticipated effort will be a fixed price/performance contract
  type award. This acquisition is 100% set-aside for 8(a) participation,
  and has been offered and accepted as a national buy requirement
  by the Small Business Administration. The SIC code is 8744
  and the size standard is $20 million. This acquisition is being
  offered for competition limited to eligible 8(a) concerns.
  All solicition requests must be in writing. Information hours:
  7:30am-4pm (MST), Monday-Friday.
CITE: (I-346 SN011024)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 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 -- SPNS MANUAL FOR HEALTH CARE PROVIDERS
SOL HRSA-BHRD-97-A271391
DUE 012397
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 produce
  a manual on training in the HIV epidemic. The manual will consist
  of three sections: 1) an overview of basic methodological and
  pedagogical considerations in doing HIV training; 2) actual
  activities that trainers can use including the activity's purpose,
  time and materials needed, and suitability for various audiences;
  and 3) specific activities for teaching different aspect of
  HIV disease, including disease progression and natural history
  transmission and prevention, care and treatment, and psychosocial
  topics. The contractor shall: meet with the project officer
  to discuss the development of the manual; review the HIV/AIDS
  and adult learning literature on theoretical approaches; compile
  a draft HIV/AIDS Training Manual; revise and modify draft manual;
  consult with project officer to determine final design format
  and clearance process; prepare final product; provide HRSA
  with electronic and hard copies of final manual; and submit
  proposed graphics in hard copy and agreed-upon software. The
  period of performance is 42 weeks. All responsible sources
  may submit an original and three copies of a curriculum vitae
  and the Request for Quotation. The solicitation will be issued
  on or about 12/23/96. The closing date will be on 01/23/96.
  All request must be in writing or by Fax to (301) 443-5462,
  cite solicitation #HRSA-BHRD-97-A271391. Telephone requests
  will not be honored. See Note(s): 1.
CITE: (I-346 SN011028)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: U.S. Agency for International Development (USAID), REDSO/WCA/OP,
  Abidjan (ID) Department of State, Washington, D.C. 20521-2010
SUBJECT: R -- AUDIT SERVICES
SOL RFP NO. 624-97-001
DUE 012497
POC John R. Taber, Regional Contracting Officer, REDSO/WCA/OP
  (Abidjan, Ivory Coast), Tel: (225) 41-45-28; fax nos: (225)
  41-34-60 or (225) 41-35-44; internet address: jtaber@usaid.gov.
DESC: USAID requests proposals from audit firms for Indefinite
  Quantity Contracts (IQCs) to conduct financial and compliance
  audits of USAID's projects and activities and to provide other
  financial services. Services will be requested via "Delivery
  Orders" issued by the cognizant Regional Contracting Officer
  on behalf of the requiring USAID mission. Up to three (3) separate
  two-year IQCs may be awarded with the possibility of extensions.
  At least one of the awards will be reserved as a total small
  business set-aside. At least audit work will be performed throughout
  West and Central Africa, and, on an exceptional basis, in other
  locations. Therefore, knowledge of French (as well as English),
  customs, and travel requirements and conditions is important.
  Contractors will be required to have established an office
  in West Africa by the time of contract award in order to be
  awarded a contract. Audits must be performed in accordance
  with the Government Auditing Standards, 1994 revision (Yellow
  Book) issued by the Comptroller General in June 1994 and which
  incorporates standards adopted by the American Institute of
  Certified Public Accountants (AICPA). The Standard Industrial
  Classification (SIC) Code for this requirement is 8721, and
  the small business size standard for this SIC Code is $6M.
  During the life of the IQC the maximum ordering limitation
  is $750,000 and a minimum order of $10,000 is guaranteed. Affiliation
  with and accountability to a U.S. CPA firm, demonstration of
  an understanding of U.S. government auditing standards, and
  the supervision of work by a CPA currently licensed to practice
  in the U.S. are preferred. Most preferred are offers from certified
  public accounting firms, or firms in which the primary expertise
  is certified public accounting, rather than from firms who
  provide certified public accounting, among other consulting
  services. All questions related to this notice and requests
  for a copy of the RFP must be addressed in writing or by fax
  or e-mail to the Contracting Officer at the address stated
  above. Specify the RFP requested, and include your complete
  firm name, street address, phone and fax No. No telephone requests
  will be honored. The issuance date of the RFP is expected to
  be approximately fifteen (15) days from the date of publication
  of this notice. The closing date for submission of proposals
  will be approximately forty five (45) days from the actual
  issuance date, and will be specified in the RFP. The preferred
  method of distribution of USAID procurement information is
  via the internet or by request of a solicitation on a 3.5"
  Floppy disk (Wordperfect 5.1/5.2 Format). Only in these instances
  where internet access or utilization of diskette are not possible
  will a hard copy of the RFP be distributed upon request. This
  CBD notice can be viewed and downloaded using the AGENCY GOPHER.
  The RFP, once issued, can be downloaded from the AGENCY GOPHER.
  The GOPHER address is GOPHER.INFO.USAID.GOV. Select USAID PROCUREMENT
  AND BUSINESS OPPORTUNITIES from the GOPHER menu. From there,
  choose the heading USAID PROCUREMENTS and then DOWNLOAD AVAILABLE
  USAID SOLICITATIONS. The RFP can also be downloaded via Anonymous
  File Transfer Protocol (FTP). The FTP address is FTP.INFO.USAID.GOV.
  Logon using the user identification of "Anonymous" and the
  password is your e-mail address. Look under the following directory
  for the RFP: pub/OP/RFP/62497001/62497001.rfp. Receipt of this
  RFP through internet must be confirmed by written notification
  to the contact person noted above. It is the responsibility
  of the recipient of this solicitation document to ensure that
  it has been received from internet in its entirety and USAID
  bears no responsibility for data errors resulting from transmission
  or conversion processes. The publication of this notice and/or
  the issuance of an RFP do not obligate the U.S. Government
  to award a contract.
CITE: (I-346 SN011029)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: U.S.Department of Housing & Urban Development, Contract
  Operations Branch, 6IAC, 500 W. Main, Suite 400, Oklahoma City,
  OK 73102
SUBJECT: R -- SINGLE FAMILY REAL ESTATE CLOSING AGENT SERVICES
  FOR PROPERTIES IN SOUTHWEST ARKANSAS UNDER THE JURISDICTION
  OF HUD'S LITTLE RODK STATE OFFICE
SOL H06S97075100000
DUE 020497
POC Larry Harris, Contract Specialist, (405) 553-7568 or Joyce
  Swallow, Contracting Officer, (405) 553-7568.
DESC: The U.S. Department of Housing and Urban Development has
  a requirement for Closing Agent Services covering the Southwest
  Area of the State of Arkansas under the jurisdiction of the
  Department's Little Rock State Office. Prior to award the offeror
  must meet any State licensing requirements for the sales closing
  of real property. A firm fixed-price indefinite quantity contract
  will be issued for a basic contract period of one year with
  three (3) one-year option periods. This is a sealed bid procurement
  and is being offered as a 100% Small Business Set Aside Solicitation.
  Anticipated issuance date is January 2, 1997. Offers will be
  due by February 4, 1997. Anticipated award date is February
  28, 1997. All responsible sources may request a solicitation
  by letter directed to the Oklahoma State Office address above.
  Telephone requests for solicitation will not be accepted.
CITE: (I-346 SN011040)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Brookhaven National Laboratory, Division of Contracts
  and Procurement, Building 355, Upton, N.Y. 11973-5000
SUBJECT: R--CONSULTING SERVICES TO ASSESS INVENTORY AND WAREHOUSE
  MANAGEMENT OPERATIONS
SOL RFP No. KF-96-01
POC Kevin Fox, Sr. Contracts Specialist, (516) 344-2766
DESC: BROOKHAVEN NATIONAL LABORATORY, is a major research facility
  that carries out basic  and applied research in the physical,
  biomedical and environmental sciences, and in selected Technologies.
  The physical plant consists of 360 buildings spread over a
   5200 acre site and are used by approximately 3200 employees
  and 4000 guests and visitors. The annual budget is approximately
  $400 million. BNL is soliciting proposals from outside sources
  to ASSESS ITS ONSITE INVENTORY/STOCKROOM AND WAREHOUSE MANAGEMENT
  OPERATIONS performed by its Supply and Materiel Group. The
  inventory system is comprised of approximately 12,000 line
  items, with an annual sales base in excess of $7 million. The
  stockroom facilities are comprised of  five 1940's wooden structures
  and one concrete building totaling 52,600 square feet. The
  inventory system supports a diversified work force with commodities
  that range from office supplies to state of the art electronic
  components. The warehouse facilities are comprised of two facilities
  totaling 36,700 square feet.  The objective is to review the
  existing operations from both a service and cost perspective
  to determine improvement opportunities that may be available
  to the Laboratory. The goal is to develop an action plan for
  realizing the short and long range improvements that are identified.
  Topics to be assessed include, but are not limited to: physical
  layout and condition of the facilities, possible consolidations;
  system or operations improvements;  stocking methodology, i.e.
  in-plant stores operations or vendor furnished services, i.e.
  stock less stores, Just-in-Time; electronic communications
  links with suppliers; and any concepts that reduce purchasing,
  vendors, receiving, billings and other paperwork. It is contemplated
  that the  review would be completed in two separate phases.
  The first, of short duration and limited dollar value, would
  be to review and assess the overall operations and identify
  specific areas that present opportunities for improvements.
  This could take the form of  a consultant or daily rate contract.
  The second phase would be a more detailed assessment and proposal
  of implementation of the areas selected by the Laboratory.
  It is  contemplated that this would be a  negotiated fixed
  price contract. Interested parties are requested to provide
  a proposal with an overview of their experience and background
  in performing similar studies as well as their rate structure.
  A list of previous clients should be included which Brookhaven
  could contact to verify and assess their experience. Resumes
  of the individuals who would conduct the review must be included
  in the response to this solicitation. Selection of the firm
  will be based on the following criteria: (1) Resume(s) submitted
  for the person(s) proposed to carry out the work. This will
  have a weight of 70%. (2) The experience of the firm. Include
  the company's experience which is relevant to the proposed
  project. Specifically, related  U.S. Government, DOE and private
   sponsored research and development facilities similar to Brookhaven.
  This will have a weight of 30%. This is a technical competition,
  price will not be point scored. The selected firm may be required
  to submit additional pricing information that will be evaluated
  for reasonableness and subject to negotiation. Interested parties
  must submit their proposal  within two weeks of publication
  of this notice to: Kevin J. Fox, Division of Contracts & Procurement,
  Building 355, Brookhaven National Laboratory, Upton, NY 11973-5000.
CITE: (M-346 SN011058)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Social Security Administration, Office of Acquisition
  and Grants, 1710 Gwynn Oak Avenue, Baltimore, Maryland, 21207-0696
SUBJECT: R -- INTERNATIONAL PRIORITY AIRMAIL SERVICES
SOL SSA-RFP-97-2908
DUE 011597
POC Kathleen Spangler        Tel: 410-965-9511
DESC: Modify the above synopsis with the following changes: 
  The period of performance is changed to read April 1, 1997,
  or date of award which ever is later through March 31, 1998.
   The point of contact has been changed to Kathleen Spangler
  (410)965-9511.
CITE: (I-346 SN011065)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services--Potential Sources Sought
OFFADD: DHHS, Indian Health Service, 2900 Fourth Avenue North,
  P.O. Box 2143, Billings, MT 59103
SUBJECT: R--PROVIDE MEDICAL TRANSCRIPTION SERVICES AT THE PHS
  INDIAN HOSPITAL LOCATED ON THE CROW INDIAN RESERVATION, MONTANA
SOL 244-97-0007
POC Rita Langager, Contract Specialist, at (406) 247-7293 or
  Jerry Black, Contracting Officer, (406) 247-7293.
DESC: The Billings Area Indian Health Service is looking for
  qualified contractors eligible for bidding in accordance with
  the set-aside procedures established in the Buy-Indian Act.
  Potential offerors must meet the eligibility requirements for
  being at least 51% Indian owned. The Indian Health Service
  is looking for contractors capable of providing medical transcription
  services on the Crow Indian Reservation, Crow Agency, Montana.
  Potential contractors should submit in writing their request
  no later than December 31, 1996. Request to be included in
  the solicitation process may also be telefaxed to (406) 247-7108.
CITE: (M-346 SN010909)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: GSA, Property Mgmt Division, NCR, Svc. Contracts Br.
  (WPMOS), 7TH & D Streets, SW, 2634, Washington, DC 20407
SUBJECT: S--CFM CONTRACT
SOL GS-11P-97-MJC-0003
DUE 013196
POC CONTRACTING SPECIALIST: Van Hale, 202/708-8709, CONTRACTING
  OFFICER, Angela E. Johnson, 202/708-8709
DESC: The film awarded this contract will become the Facility
  Manager for the new Computer Center located at the Bureau of
  Census University of Maryland, Science & Technology Center
  in Bowie, MD. The contractor will be responsible for the complete
  management, operation & maintenance, and repair services for
  the facility. The contractor will provide all management, and
  administrative and technical support for the effective and
  timely accomplishment of the following functions: operation
  & maintenance, janitorial (including pest control, snow removal,,
  trash & debris removal, and recycling). The contractor shall
  provide services for an initial period of one year with the
  Government having the unilateral option to renew the contract
  for four consecutive additional periods of 12 months each.
  Services will be procured using the sealed bid process, and
  will only be opened to small businesses. The solicitation will
  be issued O/A December 31, 1996. Copies of the solicitation
  may be obtained by contacting the Bid Activity Room at the
  above address or by calling 202-708-9903.
CITE: (I-345 SN010729)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: 45CONS, 14640 Hangar Rd, MS 2037, Patrick AFB, FL 32925-2206
SUBJECT: S--REFUSE COLLECTION AND DISPOSAL SERVICES, CAPE CANAVERAL
  AS FL
SOL F08650-96-B-0439
DUE 022497
POC Ernest Tweedie, Contract Specialist (407) 853-0976/Cameron
  Holt, Contracting Officer (407) 494-2706
DESC: Service will involve providing all personnel, equipment,
  vehicles, materials, supervision and other items necessary
  to perform refuse collection and disposal services at Cape
  Canaveral AS FL in accordance with the Performance Work Statement
  (PWS) that shall be included as part of the IFB.  Period of
  performance is 1 Apr 97 through 30 Sep 97 and includes six
  (6) option years.  This acquisition is unrestricted.  The applicable
  SIC code for this acquisition is 4953 and small business size
  standard is $6M.  Solicitation issue date of 24 Jan 97 and
  bid opening date of 24 Feb 97 are tentative.  Verbal requests
  for solicitation will not be accepted.  Send written requests
  to 45 CONS/LGCV, Attn:  Ernest Tweedie, 14640 Hangar Rd-CCAS,
  Patrick AFB FL 32925-2206 or fax to (407) 853-3944.  All responsible
  sources may submit an offer which will be considered by the
  45th Space Wing. 
CITE: (W-346 SN010785)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Commander (VPL), MLCPAC, Coast Guard Island, Bldg. 50-7,
  Alameda, CA 94501-5100
SUBJECT: S- ALTERNATE MESSING AND BERTHING 
SOL DTCG85-97-Q-625102
DUE 010297
POC Rebecca Budde, Contracting Officer, (510) 437-3988
DESC: U.S Maintenance and Logistics Command Pacific, proposes
  to contract for temporary messing and berthing for the crew
  of CGC STORIS during the periods of 10 Jan 1997 through 27
  Jan 1997, in Ketchikan, AK.    Berthing requirement is estimated
   for 40 rooms.  Meal requirement is estimated for 80 people
  for breakfast, lunch and dinner.  A request for quote will
  be issued on 2  Jan 1997.  Quotes will be due this office on
  7 Jan 1997 at 10:30 am.  This acquisition is a total small
  business  set-aside..   
LINK  n/a
LINKDESC: 
EMAIL Rebecca Budde/mlcpac@internet.uscg.mil
EMAILDESC: 
  Officer
CITE: (W-346 SN010915)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: USARMY ENGR DIST ST LOUIS, CORPS OF ENGINEERS, 1222 SPRUCE
  STREET, ST LOUIS MO 63103-2833
SUBJECT: S--LAND MANAGEMENT
SOL DACW43-97-B-0202
DUE 020397
POC Contract Specialist JOAN C. BRICKEY (314) 331-8521 FAX (314)
  331-8746 (Site Code DACW43)
DESC: Proposed contract is to furnish all labor, equipment and
  materials necessary to perform land management operations in
  Moultrie and Shelby Counties, Lake Shelbyville, Illinois. Contract
  duration is for base year with two (2) optional one year periods.Solicitation
  available approximately January 3, 1997. See Note 1. To qualify
  as a small business concern under this solicitation, the size
  standard is a concern and its affiliates having average annual
  receipts for the preceding three years not in excess o $5 million.
  All responsible sources may submit an offer which will be considered.
  Solicitation may be ordered by Fax 314-331-8746 or in writing
  to the above address.
CITE: (I-346 SN010927)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: US ARMY ENGINEER DISTRICT, FTW, P O BOX 17300, 819 TAYLOR
  ST, FT. WORTH TX 76102-0300
SUBJECT: S--FACILITY MOWING SERVICES AT LAVON LAKE, WYLIE, TX
SOL DACW63-97-B-0012
DUE 012997
POC Contract Specialist SUZANNE WRIGHT (817) 978-2131 (Site Code
  DACA63)
DESC: Contractor shall furnish all labor, equipment, materials,
  plant and tools to perform mowing services. Solicitation will
  issue on or about 30 December 1996 with bid opening on or about
  29 January 1997. The contract period of performance will be
  for th base year, with the option to renew for additional two,
  one-year periods. The proposed contract listed here is a 100%
  small business set-aside. See Note 1. All responsible sources
  may submit a bid which shall be considered by the agency. No
  express mail pocedures will be utilized on initial mailing
  of solicitation.
CITE: (I-346 SN010941)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Directorate of Contracting, ATTN: ATZL-GCC, 600 Thomas
  Avenue, Bldg 198, Ft Leavenworth KS 66027-1399
SUBJECT: S--POSTWIDE CUSTODIAL SERVICES AT FORT LEAVENWORTH,
  KANSAS
SOL DABT19-97-R-0001
DUE 030397
POC Contract Specialist V. Adams (913) 684-2091, Contracting
  Officer Elizabeth M. Bornman (913)  684-2091 (Site Code DABT19).
DESC: Correction to solicitation  DABT19-97-R-0001, Postwide
  Custodial Services at Fort Leavenworth, Kansas, published on
   December 2, 1996. Delete all references made to Invitation
  for Bids (IFB) in the announcement. The pending acquisition
  is a Request for  Proposal  (RFP).
CITE: (M-346 SN010965)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 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 -- MOWING SERVICES, TEXOMA LAKE, OKLAHOMA AND TEXAS
SOL DACW56-97-B-0012
DUE 020497
POC Randy Bratcher, Contract Specialist, 918/669-7273
DESC: The work required under this specification provides for
  the mowing, trimming, and edging of public use areas, the dam
  embankment, dikes, project office complex, unimproved areas
  and mowing other project lands at Lake Texoma. An advanced
  non-refundable fee of $5.00 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 2, 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-346 SN011025)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, Columbus Regional Printing
  Procurement, 1335 Dublin Road, Suite 112-B, Columbus, OH 43215
SUBJECT: T--VARIOUS ENVELOPES
SOL Program 1554-S
DUE 010897
POC Dotti Griffith or Steven A. Boortz (Contracting Officer)
  on (614) 488-4616 for information of a technical nature and
  contact Linda Brock, (614) 488-4496 for any other assistance
  required.
DESC: Single award term contract for the period beginning February
  1, 1997 thru January 31, 1998 (plus 2 option years) for various
  Government agencies. These specifications cover the production
  of various envelopes requiring such operations as copy pickup,
  composition, film-making, proofs, printing, packing and delivery.
  Trim Sizes: Various. Approximately 438 orders per year. Printed
  face only or face and back. Approximately 500 to 1,000,000
  envelopes per order. Government to furnish: Camera Copy. Sample
  to be used as camera copy. Films. Manuscript copy (usually
  in the form of revised samples/camera copy/films). Material
  to be picked up from Ohio, Kentucky and Tennessee. Deliver
  f.o.b. destination to various Government agencies. Production
  time: 10  to 30 workdays. Bid request on firm's letterhead
  while supplies last. Telephone/Telegraph requests are not acceptable.
CITE: (M-346 SN010890)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: Seattle Regional Printing Procurement Office, U.S. Government
  Printing Office, 4735 East Marginal Way, South, Seattle, Washington,
  98134
SUBJECT: T--OFFSET PRINTING
SOL Program 1053-S
DUE 011597
POC Michael J. Atkins (206) 764-3726.
DESC: T--Single award contract for the period 02/01/97 to 01/31/98
  for the Department of Transportation. For the productions of
  looseleaf books requiring copying, diazo, binding and delivery.
  510 orders per year requiring copying up to 11 x 17", Vellum
  24" & 36" wide, blue, black and sepia diazo. Quality level
  IV. Bid request on your firm's letterhead.
CITE: (M-346 SN010897)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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
SOL Program 2201-S
DUE 010697
POC Mrs. Hytha Benton (215) 364-6455; Contracting Officer--James
  T. Reingruber (215) 364-6465.
DESC: Single award term contract for period Date of Award to
  12/31/97. For the Defense Automated Printing Service--Miscellaneous
  Four-Color Process Publications. Trim Size 216 x 279 mm (8-1/2
  x 11"). Approximately 50 orders per year. Average of 1,500
  copies and 28 pages per order with separate wrap around cover.
  Operations include: color separations, disk output, film making,
  printing, proofing, binding, labeling, mailing and distribution.
  12 workday schedule. Send request for bid on firm's letterhead,
  ATTN: Bid Request Program 2201-S.
CITE: (M-346 SN010960)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, Columbus Regional Printing
  Procurement, 1335 Dublin Road, Suite 112-B, Columbus, OH 43215
SUBJECT: T--MISCELLANEOUS MANUALS/BOOKS/PAMPHLETS AND TRAINING
  GUIDES
SOL Program 1592-M
DUE 010697
POC Dotti Griffith or Steven A. Boortz (Contracting Officer)
  on (614) 488-4616 for information of a technical nature and
  contact Joan Long (614) 488-4491 for any other assistance required.
DESC: Multiple award term contract for the period February 1,
  1997 and ending January 31, 1998 for Department of Commerce,
  Bureau of Census, Suitland, MD. These specifications cover
  the production of self- and separate-cover books and pamphlets,
  requiring such operations as copy pickup, film making, printing,
  direct imaging, binding, packing, and distribution. Trim Sizes:
  Up to and including 8-1/2 x 14". Approximately 143 orders,
  4 to 600 pages per order and 40 to 100,000 copies per order.
  Category I--Quantities up to and including 1,999 copies. Category
  II--Quantities over 1,999 up to and including 100,000 copies.
  Furnished material to be picked up from Suitland, MD. Production
  time: 7 workdays and up. Deliver bulk shipments f.o.b. destination
   to various addresses, usually Jeffersonville, IN and Suitland,
  MD. Bid request on firm's letterhead while supplies last. Telephone/Telegraph
  requests are NOT acceptable.
CITE: (M-346 SN010966)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: Los Angeles Regional Printing Procurement Office, U.S.
  Government Printing Office, 3950 Paramount Boulevard, Room
  220, Lakewood, CA 90712-4144
SUBJECT: T--OFFSET PRINTING
SOL Program 3905-S
DUE 122696
POC Diane Abeyta, (310) 982-1130.
DESC: Single award term contract for the period 01-01-97 to 12-31-97,
  for the Department of the Treasury. Production area restricted
  to within a 25-mile radius of Laguna Niguel, CA. Newsletter,
  approx. 4 orders per year of approx. 13,500 copies of 4 to
  10 pages per order, 8-1/2 x 11". Operations include copy pickup,
  films, printing, binding, mailing operations, packing, labeling
  and marking, and distribution. 7 workday production schedule.
  Product Quality Level IV attributes. Requirements for bidding
  are available by request on your firm's letterhead.
CITE: (M-346 SN010968)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: Hampton Regional Printing Procurement Office, U.S. Government
  Printing Office, 11836 Canon Blvd., Suite 400, Newport News,
  VA 23606-2555
SUBJECT: T--PRINTING
SOL Program 4355-S
DUE 010997
POC Jimmy Roberson, Contracting Officer-Robert Blake, (757) 873-2800.
DESC: Single award, one year term contract for the Defense Automated
  Printing Service, Fort Bragg, NC, for the production of short
  run, fast schedule duplicating/copying of separate-cover books
  and pamphlets. Frequency of orders: Approximately 200 jobs
  over a 12 month period. Average number of pages per job-110
  pages, plus cover. Average quantity of 500 copies per job.
  Request bid package on firm's letterhead. Telephone/telegraph
  requests are not acceptable.
CITE: (M-346 SN011005)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: U.S. General Accounting Office, Office of Acquisition
  Management, 441 G Street N.W., Room 6852, Washington, DC 20548
SUBJECT: U--RETIREMENT PLANNING SEMINAR TRAINING
SOL OAM-97-N-0011
DUE 020697
POC Pearline F. Danner, Contract Specialist
DESC: The United States General Accounting Office has a need
  to secure a contractor to provide an off-the-shelf retirement
  planning seminar. Each seminar will run for three (3) consecutive
  days with a minimum class size of 30 participants and a maximum
  class size of 35 participants. The contractor will be required
  to hold classes at the GAO Headquarters or other designated
  space in the Washington DC metropolitan area. The estimated
  number of seminars per fiscal year is three (3). The period
  of performance will be from October 1, 1997 or date of contract
  award, whichever is later, through September 30, 1998, with
  four (4) annual renewable options. A fixed rate indefinite
  quantity/indefinite delivery service contract is anticipated.
  Requests for the solicitation document are to be submitted
  in writing. Firms may send their requests electronically (FAX
  No. (202) 512-2879 or 512-2658). This offer is not extended
  for faxing of proposals. The solicitation will be issued on
  or about January 6, 1997. All requests should be addressed
  to the attention of Pearline F. Danner, Contract Specialist
  (OAM-97-N-0011).
CITE: (I-346 SN010844)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: ASC/YWE, Building 11, 2240 B Street Suite 7, Wright-Patterson
  AFB OH 45433-7111
SUBJECT: U -- ACC/INDUSTRY DAY
SOL N/A
POC POC James E. Brown, ASC/YWE, (513) 255-2885, ext 227. Contracting
  Officer Kenneth J. Lang, ASC/YWM, (513) 255-2826,EXT 442.
DESC: CBD SPECIAL NOTICES: ALL DEFENSE INDUSTRTY: This announcement
  is for The Air Combat Command Simulator Industry Day co-hosted
  by General Richard E. Hawley, Commander, Air Combat Command,
  and the Honorable Arthur L. Money, Assistant Secretary of the
  Air Force (Acquisition), SAF/AQ. The symposium theme, "Revolutionizing
  Flight Simulation for Air Combat Command", is intended to open
  discussions on how the Combat Air Forces could exploit leading
  edge technologies including video gaming and other entertainment
  industry innovations. Companies with interest are cordially
  invited to attend and/or deliver presentations reflecting "out
  of the box" thinking with the potential to revolutionize flight
  simulator training. Traditional marketing presentations are
  discouraged. General Hawley will dedicate his entire day to
  this endeavor and is very interested in your company's ideas
  that could assist him to formulate a new paradigm for the way
  he trains aircrews. The event will be held January 21, 1997,
  at Langley AFB, Virginia. Gen Hawley and Mr. Money will provide
  opening remarks. Senior Air Combat Command staff and others,
  will participate in a, "Next Steps", panel discussion to conclude
  the day. The remainder of the day is reserved exclusively for
  industry presentations. Presenters may anticipate the opportunity
  for continuing dialogue on material presented with the Air
  Combat Command staff to develop possible future requirements.
  A National Training System Association reception will follow
  the symposium at the Langley Officer's Club. Due to limited
  seating availability, attendance will be limited to four hundred
  attendees. Please forward requests to attend and willingness
  to present to: Executive Director, National Training System
  Association, Attention: RADM Frederick L. Lewis USN(Ret), Two
  Colonial Place, 2101 Wilson Boulevard, Suite 400, Arlington,
  VA 22201-3061. Additional information concerning location,
  visit clearances, etc. will be provided via future correspondence.
CITE: (I-346 SN011032)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services--Potential Sources
  Sought
OFFADD: Department of the Treasury, Internal Revenue Service,
  (M:P), 6009 Oxon Hill Road, Suite 700, Oxon Hill, MD 20745
SUBJECT: U--SKILL ASSESSMENT & TRAINING
SOL CBD&&&96120001
DUE 011797
POC Procurement Technician, Vivian Daniels, 202-283-1514
DESC: The Internal Revenue Service (IRS) is planning to conduct
  a skills assessment of its information systems project managers
  and provide associated training and education resulting from
  identified skill gaps. We are seeking the services of a company
  whoalready has developed and successfully demonstrated the
  ability to administer 1) skill and competency assessment instruments
  (including analysis of assessment data) and 2) training and
  education curriculum(a). Specifically, we are seeking: 1) a
  validated slf-assessment instrument, available in both electronic
  and paper versions, which covers specific, standardized project
  management skills and knowledge and is capable of measuring
  both individual and organization. In addition, the instrument
  must provide the capability to be administered by the IRS without
  contractor support and be accompanied with a guide which enables
  the IRS to analyze the data and match deficienciesto specific
  training courses. 2) a validated self-assessment instrument
  (used in a 360 feedback mode) which evaluates project managers
  on the competencies shown to be critical to successful project
  management performance and identifies professional developent
  needs of the project manager. The company must have the capability
  to evaluate the questions and prepare a detailed, comprehensive
  report which scores an individual's ability to perform and
  identifies his/her improvement needs. 3) a complete, validated
  training and education curriculum(a) which addresses all skills,
  knowledge and competency areas contained in the assessment
  instrument(s). The assesment instrument(s) and curriculum(a)
  must be based on and accredited by the Project Management Institute
  as meeting its "Project Management Body of Knowledge" standards,
  skills, competencies and certification process. Additionally
  companies should providea minimum of three references who have
  used the above products. Interested firms should submit capability
  statements addressing these issues to the address above within
  thirty days of the publication date of this synopsis. No additional
  telephonic information is available.
CITE: (I-346 SN010922)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: W--Lease or Rental of Equipment
OFFADD: 60th Contracting Squadron, 60 CONS/LGCV, 350 Hangar Avenue/Bldg
  549, Travis AFB CA 94535-2632
SUBJECT: W--RENTAL AND MAINTENANCE OF A BAKER 103 AUTOMATED PRESCRIPTION
  COUNTING SYSTEM LOCATED AT DAVID GRANT MEDICAL CENTER, TRAVIS
  AFB, CA
SOL F04626-97-R0001
POC Jeff Deering, (707) 424-7743
DESC: Correction: This action originally publicized in the CBD
  dated 10/29/96, is a commercial item. All other information
  publicized in the original synopsis is correct.
CITE: (M-346 SN011008)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: X--Lease or Rental of Facilities
OFFADD: U.S. Postal Service, Seattle Facilities Field Office,
  34301 9th Ave. S.-Third Floor, Federal Way, WA 98063-6721
SUBJECT: X--NEW CONSTRUCTION LEASED, DUPONT, WA
SOL 072976-97-A-0043
DUE 010997
POC Glen M. Ackerman, Real Estate Specialist, (206) 874-7287.
DESC: The USPS is completing final site and building plans for
  a new leased building of 5,920 gross square feet on a minimum
  site size of 58,250 square feet. Offerors will be required
  to acquire the site, construct the specified building and upon
  completion, agree to execute a lease with the Postal Service
  for the entire property. Any award made under this solicitation
  will be made to the responsible offeror who provides the best
  overall value to the Postal Service. This is NOT a sealed bid
  advertisement and proposals will NOT be publicly opened. Solicitation
  packages will be available on or about December 9, 1996, for
  a $25.00 NON-REFUNDABLE FEE. Forward check or money order,
  made out to ``USPS Disbursing Officer'', to Royal Reprographics,
  7825 S. 180th St.,  Kent, WA 98032-1050 (one check per solicitation).
  Please identify your request with the solicitation number.
  Information concerning solicitation packages should be directed
  to Royal Reprographics at (206) 251-8230 or 1-800-562-4905
  or FAX # (206) 251-0249. For other information, call or write:
  Glen M. Ackerman, Real Estate Project Manager, telephone (206)
  874-7287, or Dave Anderson, A/E Project Manager, telephone
  (206) 874-7285, Seattle Facilities Field Office, 34301 9th
  Ave. S., Third Floor, Federal Way, WA 98063-6721. Offerors
  are encouraged to submit their proposal by one of the methods
  offered by the U.S. Postal Service (First Class, Priority Mail,
  or Express Mail). SUBMISSIONS WILL NOT BE RETURNED.
CITE: (M-346 SN010908)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: X--Lease or Rental of Facilities
OFFADD: USDA--Natural Resources Conservation Service, 675 U.S.
  Courthouse, 801 Broadway, Nashville, TN 37203
SUBJECT: X--TREE PLANTING
SOL NRCS-1-TN-97
DUE 012797
POC Patty Gee, Contracting Officer (at above address).
DESC: Planting of bare root tree seedlings, including the purchase,
  transportation, storage and installation on 64 acres in Hardin
  County, Tennessee, 16.9 acres in Dyer County, Tennessee and
  653.3 acres in Lake County, Tennessee. A contract will be awarded
  to the low bidder on a site by site basis (multiple award).
  Work is to be completed within 20 calendar days after the notice
  to proceed is issued. Estimated price range--$25,000.00--$100,000.00.
  All responsible sources may submit a bid which will be considered
  by the agency. Presolicitation notices will be sent to prospective
  bidders on this solicitation.
CITE: (M-346 SN010999)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Health and Human Services, Indian Health Service, 1825
  Bell Street, Ste 200, Sacramento CA 95825-1097
SUBJECT: Y--TWO WATERS WELLS- SHASTA COUNTY OF CALIFORNIA
SOL 235-97-Q0010
DUE 012997
POC Roger Simpson, 916-566-7001
DESC:  Construction of 2 individual water wells on homesites
  in Shasta County of  California.  Each well is estimated to
  be 100 meters in depth.  Period of  performance is 28 days
  after receipt of award.  The range of this project is  between
  $25,000 and $100,000.  Contractor must possess a State of 
   California Well Drillers License C-57.  SIC 1781 ($7.0) applies.
   All responsible sources may submit a bid, if timely received,
  shall be considered y the agency. Fax requests to (916) 566-7043.
   RFQ release date is approximately January 8, 1997.
CITE: (W-346 SN010802)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Department of the Army, Baltimore District, Corps of
  Engineers, P.O. Box 1715, Baltimore, MD  21203-1715
SUBJECT: Y -- MAINTENANCE DREDGING FISHING BAY, DORCHESTER COUNTY,
  MD
SOL DACW31-97-B-0012
DUE 013097
POC Marie Johnson or Betty Schneider at (410) 962-3464
DESC: Correction:  The above solicitation should have appeared
  in the CBD on December 12, 1996.  THE CORRECT BID DATE SHOULD
  HAVE READ 30 JANUARY 97.  All other data included in the original
  synopsis remains as stated.
CITE: (I-346 SN010832)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: SOUTHWESTNAVFACENGCOM (Code 531), 1220 Pacific Highway,
  San Diego, CA 92132-5187
SUBJECT: Y -- MCON (P-070), BACHELOR ENLISTED QUARTERS, SAN MATEO
  AREA, MARINE CORPS BASE, CAMP PENDLETON, CALIFORNIA
SOL N68711-96-B-2126
DUE 020697
POC For Plans and Specs info call 619-532-3038/Contracting Officer,
  Katherine G. Luhmann/For Bid Results call 532-2355.
DESC: PRESOLICITATION NOTICE - The work includes construction
  of 3 (three) story structures complete with concrete footings
  and floor slabs; masonry exterior and interior bearing walls;
  standing seam metal roofing over metal deck and steel trusses;
  elevator; plumbing, wet pipe fire sprinkler system, heating,
  ventilating, air conditioning, electrical lighting and power,
  intercommunications, master antenna TV, and fire alarm systems;
  and incidental related work. Exterior site work includes asphalt
  concrete paving; extension of existing sewer, water, underground
  electrical, and gas services; storm drainage system; landscaping,
  and irrigation system; and incidental related work complete
  and ready for use.--The estimated cost is over $10,000,000.
  -- Firm Fixed Price Contract. -- Contract duration is approximately
  420 calendar days. -- This proposed contract will be unrestricted.--The
  Standard Industrial Code is 1522 and the annual size standard
  is $17 million. It is recommended the subcontracting goals
  reflect a minimum goal of 5% for Small Disadvantaged Business
  Subcontracting effort. Bidders should request in writing stating
  IFB number N68711-96-B-2126, with complete name, address, area
  code and phone number and whether bidding as a prime/subcontractor/supplier.--Telephone
  requests will not be accepted.--There will be a charge for
  plans and specs that is yet to be determined. The fee will
  be non-refundable.--Mail requests with a check payable to DEFENSE
  PRINTING SERVICE to Southwest Division, Naval Facilities Engineering
  Command (Plan Issue), 1220 Pacific Highway, Bldg. 132, San
  Diego, CA 92132-5187 or fax requests to (619) 532-2083.--Fax
  requests will be accepted but, WILL NOT be processed until
  your check has been received by this office.--Submit one (1)
  check per project.--Solicitation packages are limited to two
  (2) sets per prime and one (1) set per subcontractor/supplier.--Bidders
  responding under this advertisement will not be required to
  resubmit request once formally advertised.--Tentative issue
  date is on or about 06 JAN 1997 with an opening date of approximately
  30 days later (NOTE: BOD stated above is TENTATIVE).--Responses
  are due no later than 15 calendar days after publication of
  the advertisement in the CBD.
CITE: (I-346 SN010850)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Department of the Navy, Southwest Division, Naval Facilities
  Engineering Command, Officer in Charge of Construction--Los
  Angeles Area, Naval Weapons Station, Building 230 (West Wing),
  Seal Beach, CA 90740-5000
SUBJECT: Y--PROCUREMENT NOTICE--INSTALL CHAIN LINK FENCING AT
  THE PALOS VERDES FAMILY HOUSING, SAN PEDRO, CA
SOL N68711-96-Q-3522
DUE 012197
POC Katie Parks (310) 626-6034/Contracting Officer Gwen Lavender.
DESC: This is a simplified Purchase procedure with an estimated
  cost valued at under $50,000.00. The work includes all necessary
  labor, materials, equipment, and supervision to Install Chain
  Link Fencing at the Palos Verdes Family Housing, San Pedro,
  CA by means of a firm fixed price type contract. Performance
  time will be 60 days from award. Potential Quoters should request
  RFQ N68711-96-Q-3522 either in writing or fax request to (310)
  626-7961. The Standard Industrial Classification Code is 1799.
  The related small business size standard is $7 million. NOTE:
  Plans and specs will not be mailed to firms within a 20 mile
  radius of the issuing office. Solicitation packages may be
  acquired in person from Plan Issue or by mail. Requests for
  the solicitation  package must be in writing stating solicitation
  number N68711-96-Q-3522, complete name, address, area code
  and phone number and whether bidding as a prime/subcontractor/supplier/manufacturer.
  Mail requests to the SWD, Contracts Office, OICC/ROICC, Los
  Angeles Area, 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. Plans
  and specifications will be available on 18 December 1996 until
  supply is exhausted. No deposit required.
CITE: (M-346 SN010894)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Officer in Charge of Construction, Coastal Systems Station,
  Dahlgren Division, 6703 West Highway 98, Suite 126, Panama
  City, Florida 32407-7001
SUBJECT: Y--ELEVATED WATER STORAGE TANK REPAIRS AND REPAINTING,
  FACILITY 280
SOL N62467-96-B-2963
DUE 020497
POC Ilia Morales; Lenora Ann McKinney, Contract Specialist, at
  904-235-5194. No telephone orders for solicitations will be
  accepted. To order solicitation package, request in writing
  to the above address or FAX to (904) 234-4760.
DESC: The paint work shall include sandblasting and recoating
  the interior and exterior of the elevated potable water storage
  tank along with the supporting structure and associated piping.
  Repair work shall include new safety railing system and metal
  grate. Electrical work shall require upgrading the tank's cathod
  protection system and recalibration. Lead paint demolition
  and removal shall be in strict accordance with Federal, State
  and Station's regulations. Estimated cost range is between
  $100,000.00 and $250,000.00. Item 10, bid opening date, is
  an approximate date only. Solicitation documents will be distributed
  on a first-come, first served basis until the supply is exhausted.
CITE: (M-346 SN010896)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: U.S. BUREAU OF RECLAMATION, DAKOTAS AREA OFFICE, PO BOX
  1017, BISMARCK, ND 58502
SUBJECT: Y--JAMES RIVER BANK STABILIZATION
SOL 142597SQ6200570
DUE 012497
POC Purchasing Agent, Elaine K Felchle, (701)250-4242 X3306
DESC: Work consists of furnishing and placing approximately 300
  linear feet of riprap revetment at one site on the east side
  of the James River, south of Montpelier, North Dakota. The
  revetment will be constructed of dumped and shaped riprap.
  The contracto will excavate the key trench to the required
  depth and furnish, haul, and place the riprap. Work to be completed
  within 30 days of award. Request copy of RFQ from contact point
  identified in note 11. Estimated award January 31, 1997. Estimated
  value of cotract $15,000 to
CITE: (I-346 SN010923)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: U. S. ARMY CORPS OF ENGINEERS, 600 M.L. KING, JR. PL.,
  RM 821, LOUISVILLE KY 40202-2230
SUBJECT: Y--RTS-I JOINT INTELLIGENCE TRAINING FACILITY, FT. SHERIDAN,
  ILLINOIS
SOL DACA27-97-B-0012
DUE 013097
POC Contract Specialist Denise Gill (502) 582-6544 (Site Code
  DACA27)
DESC: Project consists of an addition to the existing Military
  Intelligence Consolidated Training Facility. It will be a single-story
  masonry and steel building of permanent construction for use
  as a Sensitive Compartmental Information Facility (SCIF) for
  actical intelligence training. The addition will be approximately
  25,400 s.f. SPECIFICATIONS AND DRAWINGS AVAILABLE ON COMPACT
  DISK (CD) ONLY. No telephone requests will be honored. Fax
  or mail requests to (502) 582-5554, ATTN: Denise Gill. Please
  include ompany's street address and phone number when ordering
  solicitation documents.
CITE: (I-346 SN010939)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: USA Engineer District-Detroit, Corps of Engineers, 477
  Michigan Ave, Detroit, Mi 48226
SUBJECT: Y--FY97 SILVER BAY HARBOR OF REFUGE SILVER BAY, MN
SOL DACW35-97-B-0004
DUE 012897
POC Contract Specialist Vernard Moore (313) 226-6433 (Site Code
  DACW35)
DESC: The work consists of placement of approximately 200,000
  tons of stones of varying sizes to form a breakwater and the
  construction of other features on the breakwater and land surfaces.
  The major portion of the stone material is government furnished.
  his procurement is UNRESTRICTED. The estimated cost range is
  between $5,000,000.00 to $10,000,000.00. The non-refundable
  charge for the solicitation document is $18.85.
CITE: (I-346 SN010940)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: U.S. Postal Service, Facilities Service Office, P.O.
  Box 27497, Greensboro, NC 27498-1103
SUBJECT: Y--NEW CONSTRUCTION LEASED--NO CONTROLLED SITE
SOL 362575-97-A-T035
DUE 012097
POC Esther Tinort, Real Estate Specialist, (910) 665-2810.
DESC: Advertisement to construct and lease a new postal facility
  on an uncontrolled site in Charleston WV. Approximate 2,608
  square foot building to be constructed on a 17,000 square foot
  site, excluding setbacks, easements, and local/state requirements.
  The preferred area is within the community known as North Charleston,
  WV. Environmentally clean buildings of 2,500-4,000 SF will
  also be considered. Offers are due in this office by COB 01/20/97.
  A NON REFUNDABLE cashier's check or money order made payable
  to Disbursing Officer--USPS, in the amount of $35.00 is required
  for EACH package. Please reference the facility name (Charleston,
  WV). PLAN HOLDER LISTS AVAILABLE THROUGH WRITTEN REQUEST ONLY.
  DELIVERY OF PLAN HOLDER LISTS VIA FAX WILL NOT BE  AVAILABLE.
CITE: (M-346 SN010964)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: U. S. ARMY CORPS OF ENGINEERS, OMAHA DISTRICT, 215 NORTH
  17th STREET OMAHA, NE 68102-4978
SUBJECT: Y -- MEDICAL TRAINING FACILITY, GENERAL MITCHELL FIELD
  IAP-ARS, WISCONSIN
SOL DACA45-97-B-0010
DUE 021197
POC Contracting Division at: (402) 221-4266 Plans and specifications
  can be ordered by fax at (402) 221-4530.
DESC: Issue Date: On or about 08 January 1997. Estimated Construction
  Cost: Between $1,000,000 and $2,500,000. Work Description:
  The project will include the following: (Approx. quantities)
  Construct a single-story medical training facility 12,000 SF
  on continous strip footing, concrete slab on grade, CMU walls
  with brick facade, metal roof deck with EDPM roofing. Functional
  Area includes admin spaces, examination rooms, x-ray and laboratory
  facilities, dental, classrooms and storage. Air conditioning
  cooling is 25 TONS. Plans and Specifications: The plans and
  specifications are available on Compact Disk (CD-ROM) and will
  be provided free of charge. Plans and Specifications will not
  be provided in a printed hard copy format. Contractors may
  view and/or download this project from the Internet at the
  following Internet address: http://ebs.mro.usace.army.mil/EBS/Contract.htm
  Points of Contact: Questions concerning the following items
  should be made between 8:30 a.m. and 3:30 p.m. Monday thru
  Friday. Telephone No. Bidding Information (Ellen Baumert) 402-221-3189
  Internet Questions (Cindy Siford) 402-221-4824 Small business
  matters (Mr. Hubert J. Carter Jr.) 402-221-4110. Technical
  contents of drawings and specifications (Specifications Section)
  402-221-4545. (Specification Section FAX Number) 402-221-3842.
  This solicitation is unrestricted and open to both large and
  small business participation.
CITE: (I-346 SN011041)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities--Potential
  Sources Sought
OFFADD: HSC/PKOC, 8005 9th Street, Brooks AFB TX 78235-5353
SUBJECT: Y -- SOURCES SOUGHT 8(A) FIRMS - RENOVATE HOUSING HILL
  AFB UTAH
SOL N/A
POC Lt Mark Long (210)536-6201, Contract Specialist, Paul Vaughn
  (210)536-2360, Contracting Officer.
DESC: Sources Sought. Human Systems Center, Operational Contracting,
  and the Air Force Center for Environmental Excellence (AFCEE),
  Brooks AFB, TX are seeking qualified Small Disadvantaged 8(a)
  firms to renovate 92 military family housing units at Hill
  AFB, UT. The estimated magnitude of construction is between
  $5,000,000 and $10,000,000. SIC code 1521 is assigned. The
  firms must be capable of providing and managing a multi-disciplinary
  team of subcontractors. The following minimum qualifications
  are required: (a) The 8(a) firm or its teaming partner must
  have completed at least $300,000 of housing renovation under
  one contract or housing construction of 50 or more houses under
  one contract within the last five years. Housing projects are
  defined as single family dwelling units, duplex units, multi-family
  dwelling units not to exceed eight units to a single structure.
  If experience is from the teaming partner, the 8(a) firm must
  have completed at least $300,000 of general construction under
  one contract that included the managing of a multi-disciplinary
  team of subcontractors. (b) Must have a Project Manager/Engineer
  and Project Superintendent who both have at least 5 years experience
  with housing renovation or new housing construction and have
  completed at least one housing project from start to finish.
  (c) The 8(a) firm must have bonding capacity for the full project.
  Firms that meet the requirements described in this announcement
  are invited to submit a letter of interest along with a description
  of how the qualifications are met, references to verify both
  experience and bonding capacity and teaming agreement if applicable.
  Responses must be received before 4:00 P.M. CST 15 calendar
  days from date of publication (first workday following a weekend
  or Federal Holiday). Submittals should be sent to HSC/PKOC,
  Attn: Lt Mark Long, 8005 9th Street, Brooks AFB TX 78235-5353.
  This is not an RFP.
CITE: (I-346 SN010838)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 92d Contracting Squadron W. 110 Ent St. (Suite 200),
  Fairchild AFB, WA 99011-9403, Attn: Theodore D. Sweet, Director
  Of Business Programs
SUBJECT: Z--ADD/ALTER/REPAIR BASE LIBRARY, BLDG 716, FAIRCHILD
  AFB, WA
SOL F45613 97 R0006
DUE 021097
POC Contracting Officer, David E. Olson (509) 247-4867
DESC:  The objective of this project is to add to, alter, and
  or repair the existing library up to  the facility standards
  set forth by Air Mobility Command.  The design relocates the
   existing main entrance to the parking lot side of the faciilty.
    An addition to the facility,  approximately 2,750 sq feet,
  will incorporated the computer, children's services and  rest
  room functions.    Existing areas vacated because of the new
  addition are reconfigured  to the house administration and
  operation spaces that are currently below standards. The work
  for subject project includes but is not limited to, renovation
  and upgrade work throughout the existing building and all
  work associated with the construction of the addition.  The
  repair work consists fo primarily  of new floor and wall finishes
   throughout unless indicated on the drawings.  Electrical
  and mechanical upgrades and renovation throughout including
  new lighting, power, cable management and new HVAC equipment
  controls.  The exterior of the building is finished with  a
  new brick exterior insulation system (brick EIFS) and new
  energy efficient windows.   Estimated  cost is between $500,00
  and $1,000,000.  Government furnished materials are not included.
   The SIC is 1542.  Performance period is 250 calendar days.
   The work is not located in a restricted or controlled area.
   Acqusition will be through  competitive negotiation procedures
  with qualified offerors.  The ares of evaluation and their
  relative rank order, are stated in Section M of the solicitation,
  the Government will award a contract resulting from this solicitation
  to the responsible offeror whose offer conforms to the solicitation
  requirements and will provide the best value to the government
  considering prise and paset perfromance.  All responsible sources
  may submit a bid, proposal, or quotation which shall be considered
  by the agency. Interested parties should peovide evidence
  of capacity to obtain bonds for a project of this magnitude,
  and informantion that demonstrates a capability to perform
   projects of this magnitude.  To obtain further information
  or to request a solicitation  package, contact the Contracting
  Officer, David E. Olson, at (509) 247-4867. Request for solitation
  packages must be submitted in writing or by fax.  The FAX
  number for the contracting office is (509) 247-5221.  This
  acqusistion is unrestricted, and will issue on or about 9
  Jan 97.
CITE: (W-345 SN010700)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Commander (KO), Civil Engineering Unit, Juneau, P.O.
  Box 21747, 709 W. 9th St., Room 817, Juneau, AK 99802-1747
SUBJECT: Z--DEMOLITION, REPAIR, REPLACEMENT NORTH SHOP ROOF USCG
  ISC KETCHIKAN, KETCHIKAN, AK
SOL DTCG87-97-B-643019
DUE 123196
POC J. H. O'Malley, Contracting Officer, (907)463-2417
DESC:  DTCG87-97-B-643019 - Summary of work includes providing
  all materials, equipment, supplies and labor to complete the
  demolition, repair, replacement of approximately 14,600 square
  feet of the North Shop built-up Roof located at the USCG Integrated
  Support Command Kethikan, Ketchikan, AK.  The estimated cost
  range is between $25,000.00 and $100,000.00.  This procurement
  is issued pursuant to the Small Business Competitive Demonstration
  Program, Public Law 100-656, as implemented by the OFPP Policy
  Directive and Test Plan dated 8/31/89.  the Industrial Standard
  Code is #1761, and the applicable size standard is $7.0 million
  dollars in annual receipts for the past three years.  All responsible
  sources may submit a bid which shall be considered by the U.
  S. Coast Guard.  Requests for bid documents must be submitted
  and received by  this office no later than 31 December 1996.
   For Minority, Women-Owned and Disadvantaged Business Enterprises:
   The Department of Transportation (DOT), Office of Small Business
  Utilization (OSBDU), has a program to assist minority, women-owned
  and disadvantaged business enterprises to acquire short term
  contracts.   This is applicable to any eligible prime or subcontractor
  at any tier.  The DOT bonding Assistance Program enables firms
  to apply for bid, performance and payment bonds up to $1.0
  million per contract.   The DOT provides an 80% guarantee of
  the bid bond amount to a surety against losses.  Loans are
  available under the DOT Short Term Lending Program (STLP) at
  prime interest rates to provide for accounts receivable.  The
  maximum line of credit is $500,000.00.  For further information
  please call OSBDU at (800)532-1169.  Interested parties can
  obtain a bid package by sending a check or money order issued
  to the U. S. Coast Guard in the amount of $25.00 to the following
  address -  Commanding Officer (ko), Civil Engineering Unit,
  P. O. Box 21747, Juneau, AK 99802-1747.  This is a non-refundable
  fee for the plans and specifications.
LINK http://www.alaska.net/~uscgceuj
LINKDESC: 
EMAIL J.OMalley/CEUJuneau@internet.uscg.mil
EMAILDESC: 
  AK
CITE: (W-345 SN010712)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 89th Contracting Squadron/LGCV, 1419 Menoher Drive, Andrews
  AFB MD 20762-6500
SUBJECT: Z--UPGRADE ELEVATORS
SOL FA4416-96-T0612
DUE 122496
POC Point of Contact: Jennifer LaChance, All responses to this
  synopsis must be in writing. Telefax responses welcome at 301-981-1910
DESC: This is a combined synopsis/Request for Quotation (RFQ)
  for commercial items prepared in accordance with the format
  in FAR Subpart 12.6, as supplemented with additional information
  included in this notice. This announcement constitutes the
  only solicitation; proposals are being requested and a written
  solicitation will not be issued. This acquisition is a 100%
  small business set-aside. Delivery shall be FOB Destination
  to Andrews AFB MD. Responses to this RFQ must be received by
  24 Dec 96, 2:00 pm Eastern Standard Time. Delivery and Finance
  addresses will be provided upon award. Offerors are required
  to document past performance suitably and provide opportunity
  for verification. Award will be made to the lowest responsible
  offeror. SPECIFICATIONS/STATEMENT OF WORK: Two (2) U.S. Elevator
  upgrade for Bldg 3500 located on Andrews AFB MD. The contractor
  shall provide all plant, labor, equipment, electrical feeders
  and disconnects, transportation, tools, materials, personnel
  and supervision to perform all operations necessary to upgrade
  two (2) electric elevators and hall fixtures to comply with
  the American Disability Act (ADA) and modernize the two elevators.
  EQUIPMENT MODERNIZATION AND UPGRADE: 1. New Microprocessor
  Controllers, 2. Silicone Control Rectifiers (SCR) drive units
  American Disabilities ACT (ADA) upgrade: 1. CAR FIXTURES: New
  stainless steel car operating panels at ADA required height;
  New cover mounted hands-free ADA complaint telephone; New car
  position indicators with landing passing tones at ADA required
  height; New car traveling cables. 2. HALL FIXTURES: New hall
  stations at ADA required height; New hall position indicators
  at lobby level; New hall lantern per entrance with ADA complaint
  signals to sound once in the up direction and twice in the
  down direction. The contractor shall be responsible for restoring
  the work site to its original condition if any cutting, patching,
  painting or redecorating is required. The contractor shall
  work on one elevator at a time. Leaving one elevator in operation
  at all times. Work will not be started on the second elevator
  until the job is completely finished on the first elevator.
  EQUIPMENT DATA: Two (2) US Elevators, Controls, Motor Generators,
  and Relay cabinets 3500 lbs, 200 FPM, three stops, three opening
  in line. PERFORMANCE PERIOD; 120 calendar days after aware.
  A site visit shall be held at 17 Dec at 0900. The following
  provisions apply to this acquisition: FAR 52.212-1, Instructions
  to Offerors-Commercial Items; FAR 52.212-3, Offeror Representations
  and Certifications-Commercial be addressed in writing. Facsimile
  request and proposals will be accepted. No collect calls will
  be accepted. BID SCHEDULE; Item 0001-Upgrade and Modernize
  Elevators; 1 each; Unit price- $_______; Total cost=$_________.
  Item 0002-Upgrade and modernize Elevators; 1 each; Unit Price-$________;
  Totalcost=$________.
CITE: (I-345 SN010728)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: EFA Chesapeake, Washington Navy Yard, Building 212, 901
  M Street, S.E., Washington, DC 20374-5018
SUBJECT: Z--REPAIR WATER TANK, NAVAL RESEARCH LABORATORY, CHESAPEAKE
  BAY DET, CHESAPEAKE BEACH, MARYLAND
SOL N62477-96-B-2008
DUE 012197
POC Steven Moody, Contracting Officer, (202) 685-3221 or smoody@efaches.navfac.navy.mil
DESC: This procurement is UNRESTRICTED.  The work includes the
  complete cleaning and repainting of the tank, both interior
  and exterior.  Also, repair concrete and grout, obstruction
  lights, riser leak, installation of new exterior ladders, a
  new balcony access opening, a new clog-resistant roof vent,
  a new riser manhole, a new exterior overflow pipe, a new riser-to-bowl
  connection, and a new PVC water level control pipe, modification
  of the existing balcony safety railing, removal of the existing
  interior overflow pipe, existing ladders, and apparatus on
  the balcony, and other incidental related work.  Specs avail
  20 Dec 96.  Bids due 21 Jan 97.  There are no drawings.  Estimated
  cost for this project is between $250,000 and $500,000.  There
  is no charge for the solicitation.  They will be issued first-come,
  first-serve.  Request the IFB by writing the above address,
  faxing (202) 433-0939, or the internet address.  For bid results
  contact (202) 685-3194 or the internet address.   
EMAIL smoody@efaches.navfac.navy.mil
EMAILDESC: 
CITE: (W-346 SN010770)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Operational Contracts Division, AFDTC/PKO, 205 West D
  Avenue, Suite 541,Eglin AFB FL 32542-6862
SUBJECT: Z - - REPAIR RANGE ROADS, EGLIN AFB, FL  
SOL F08651-97-B-0003
DUE 013197
POC Contact SSgt Anthony J. Smith, Contract Specialist, (904)
  882-5628, Ext. 5271, Cecile A. Ramos, Contracting Officer,
  (904) 882-5628
DESC:  Eglin AFB has a requirement to Repair Range Roads, Eglin
  AFB, FL.  This contract is an Indefinite Delivery/Indefinite
  Quantity (IDIQ) contract consisting of a basic year plus 1,
  one-year option.  Work under this contract will be allocated
  in the form of Delivery Order (DO) requests based on "Unit
  Prices."  The work under this contract consists of furnishing
  all plant, labor, materials, and equipment, and performing
  all operations in strict accordance with specifications.  The
  work, in general, consists of  providing, delivering, spreading,
  and compacting sand-clay base material for unpaved road repair,
  providing Florida State Silviculture Best Management Practices
  on erodable slopes including water bars, staked hay bales,
  grass seed with fertilizer and mulch, and water turn-outs as
  required and hauling, spreading, mixing, and compacting government
  furnished asphalt millings on unpaved roads.  Asphalt millings
  are stockpiled on main base Eglin AFB and at borrow pit #B-26
  on the Eglin Range.  Base year contract will be for a period
  of 365 calendar days.  Bid opening date of 30 Jan 97 is only
  an estimated date.  The estimated total value, base year plus
  option year, of the project is $25,000.00 to $100,000.00. 
  All responsible sources may submit a bid which shall be considered
  by the agency.  Firms responding should indicate if they are
  a small business.  Solicitation packages are available at a
  $20.00 nonrefundable charge.  All requests must be submitted
  in writing.  Make check/money order payable to DFAS/LI, and
  mail along with your written request to AFDTC/PKO, 205 West
  D Ave, Suite 541, Eglin AFB FL 32542-6862.  No telephone requests
  for solicitation packages are acceptable.     
CITE: (W-346 SN010786)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: National Park Service, Denver Service Center, P.O. Box
  25287 DSC-CAC, Denver, CO 80225-0287
SUBJECT: Z-WATER LINE AND ACCESS ROAD, FORT SCOTT NATIONAL HISTORIC
  SITE, BOURBON COUNTY, KANSAS, FOSC-DS46
SOL 1443IB602097902
DUE 013097
POC Branch of Construction Contracts, 303/987-6744
DESC: The work of this contract consists of construction of a
  new water supply system for domestic use and fire fighting
  purposes, a new fire truck emergency access road constructed
  of a grass reinforcement system, and an irrigation system.--Estimated
  price range, $250,000 to $500,000.--Time for completion, 180
  calendar days.--Bid opening date is approximate; actual date
  will be established at the time bidding documents are available.--All
  responsible sources may submit a bid which will be considered.
EMAILADD: contracts_dsc@nps.gov
EMAILDESC: 
CITE: (D-346 SN010791)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: DOI, Fish and Wildlife Service, Mail Stop 60181 (CGS),
  P.O. Box 25486, DFC, Denver, CO 80225
SUBJECT: Z--ASPHALT PAVING
SOL 1448-60181-97-B028
DUE 020497
POC POC:  Cathleen DeBerry/Procurement Assistant, 303/236-5412
  x221; David M. Clack, Contracting Officer, 303/236-5412 x228.
DESC: Perform all work required to rehabilitate the asphalt pavement
  for a headquarters building area and residence driveways. 
  The work includes pavement reconstruction by excavating and
  wasting existing pavement and base material; compacting subgrade;
  placing and compacting a 6-inch thickness of base course material;
  and placing and compacting a 3-inch thickness of asphalt pavement
  material. The work also includes a 2-inch asphalt overlay of
  existing asphalt pavement.  The project site is located at
  the Jackson National Fish Hatchery near Jackson, Wyoming. Solicitations
  will be available o/a January 3, 1997.  Notice to proceed will
  not be issued on this project until o/a June 15, 1997. Estimated
  price range is between $100,000 to $250,000.  This project
  is open to large and small businesses.  Please Fax requests
  for solicitation package to 303/236-4791, state solicitation
  number, company name, mailing addess and telephone number on
  request.
CITE: (I-346 SN010798)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: General Services Administration, PBS, Manhattan Prop.
  Mgmt. Ctr, 26 Federal Plaza, Rm 1655, New York, NY 10278
SUBJECT: Z - MULTIPLE AWARD INDEFINITE QUANITY CONSTRUCTION CONTRACT
  WITH DESIGN CAPABILITY
SOL GS02P97CUD0008(N)
DUE 010697
POC Mildred Broughton, Contracting Officer, (212) 264-7354
DESC: Indefinite Quantity Multiple Award Construction Contract
  with Design Capability for the five (5) Boroughs of New York
  and the Counties of Nassau, Suffolk and Westchester.  The date
  for the pre-proposal conference is changed from December 13,
  1996 at 10:00 AM to December 17, 1996 at 10:00 AM local time
  at 26 Federal Plaza, Rooms 305A & B, 3rd Floor, New York, NY.
   The date for receipt of proposals is changed from 123196 to
  010697.  The solicitation will be mailed on or about December
  12, 1996.  There will be no public opening of offers.
EMAIL mildred.broughton@gsa.gov
EMAILDESC: 
  e-mail.
CITE: (W-346 SN010800)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Department of the Army, US Army Engineer District, Buffalo,
  1776 Niagara Street, Buffalo, NY  14207-3199
SUBJECT: Z--MAINTENANCE DREDGING, ROCHESTER HARBOR, ROCHESTER,
  MONROE COUNTY, NEW YORK AND OSWEGO HARBOR, OSWEGO, OSWEGO COUNTY,
  NEW YORK
SOL DACW49-97-B-0009
DUE 021897
POC Contact Point, Richard W. Reffner, Contract Specialist, (716)
  879-4250
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 the Rochester Harbor, Rochester,
  Monroe County, New York and approximately 50,000 cubic yards
  of dredged material, other than ledge rock, from Oswego Harbor,
  Oswego, Oswego County, New York.  Dredged material will be
  disposed of in Government-designated open lake disposal area,
  and/or Contractor furnished Government-approved disposal area.
   Estimated magnitude of construction in terms of physical characterisitics
  is between $500,000.00 and $1,000,000.00.  Period of performance
  is 152 calendar days.  Charge for the solicitation documents
  is $12.00 per set of full size plans and specifications.  Make
  check or money order payable to "US Army Engineer District,
  Buffalo".  SIC CODE: 1629.
CITE: (I-346 SN010801)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Operational Contracts Division, AFDTC/PKO, 205 West D
  Avenue, Suite 541,Eglin AFB FL 32542-6862
SUBJECT: Z--REPLACE TAXIWAY LIGHTS AND CIRCUITS, EGLIN AFB FL
SOL F08651-97-B-0040
DUE 020397
POC Sheila Kingman, Contract Specialist, 904/882-5628, Ext. 5270;
  Cecile A. Ramos, Contracting Officer
DESC: Replace Taxiway Lights and Circuits, Eglin AFB FL.  Presolicitation
  Notice has been issued.  Estimated bid opening date is 4 Feb
  97.  Construction work consists of replacing taxiway lights,
  circuits, regulators, underground conduit, etc., on Main Base
  taxiways at Eglin AFB.   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 be
  accepted. 
CITE: (W-346 SN010828)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Department of the Army, Baltimore District, Corps of
  Engineers, P.O. Box 1715, Baltimore, MD  21203-1715
SUBJECT: Z -- RENOVATE BUILDING 1675, FORT DETRICK, MD
SOL DACA31-97-B-0013
DUE 020497
POC Marie Johnson or Betty Schneider at (410) 962-3464
DESC: Correction  The above solicitation should have appeared
  in the CBD dated December 12, 1996.  THE CORRECT BID DATE SHOULD
  HAVE READ 04 FEBRUARY 97.  All other data included in the original
  synopsis remains as stated.
CITE: (I-346 SN010833)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: US ARMY CORPS OF ENGINEERS, NEW YORK DISTRICT, Attn:
  CENAN-CT, 26 Federal Plaza, Rm 1843, New York, N.Y. 10278-0900
SUBJECT: Z -- PREPARATION OF SURFACES AND PAINTING MITER GATES
SOL DACW51-97-B-0007
DUE 012897
POC John R. Phelps, Contract Specialist, 212-264-9003.
DESC: Perform all operations necessary to prepare surfaces, including
  sandblasting, and application of paints for the lock miter
  gates at Troy Lock and Dam, Troy, NY. Work will begin at the
  north miter gates (both leafs) and finish at the south miter
  gates (both leafs). Contract performance period is thirty-five
  (35) calendar days. Estimate is $100,000 to $500,000. Bid packages
  available on or about December 27, 1996 and must be requested
  in writing, accompanied by a check or money order for $50.00,
  payable to FAO USA COE NED. Standard Industrial Classification
  Code is 1731. This procurement is 100% set-aside for small
  business.
CITE: (I-346 SN010840)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 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--ELECTRICAL SWITCHBOARDS,
  PHASE I (R23-86), VAULT 4, WING 2, BLDG. A-33, NAVAL COMMAND,
  CONTROL AND OCEAN SURVEILLANCE CENTER RDTE DIVISION, SAN DIEGO,
  CA
SOL N68711-96-B-4221
DUE 020697
POC POC Ms. Pat Hickok, Code D211, Contracting Officer, (619)553-3854,
  for technical/contractual questions. POC for copy, Mr. J.C.
  Norris, (619)553-4331, FAX (619)553-6976.
DESC: PRESOLICITATION NOTICE--The work includes providing all
  labor, approved materials and equipment required for removal
  of existing switchboards and abandoned equipment, the installation
  of new switchboards with new circuit breakers with solid state
  trip units, voltmeters, ammeters and instrument phase selector
  switches, and incidental related work, complete and ready for
  use.--Estimated cost range is between $100,000.00 and $250,000.00.--Firm
  Fixed Price Contract--Estimated start date is 20 February 1997
  with 150 days to complete the work.--This proposed contract
  will be unrestricted.--SIC Code is 1731 with a value of $7
  million.--Potential bidders should request plans and specifications
  in writing or pick up stating IFB Number N68711-96-B-4221 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 7 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-346 SN010848)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Military Sealift Command, Atlantic, MOTBY, Bldg. 42/4,
  Bayonne, NJ 07002-5399
SUBJECT: Z -- COATING/RECOATING OF SHIP'S STRUCTURE
SOL N62381-97-R-0300
DUE 011797
POC Mr. Robert Tschinkel, Contract Specialist, (201) 823-6180,
  D. A. Palermo, Contracting Officer, (201) 823-6160.
DESC: Perform cleaning, scaling and painting of interior and
  exterior deck surfaces aboard various Military SEalift Command
  vessels. Performance period to start on/about 12 April 1997,
  one base year and one option year. The proposed procurement
  is 100% small set-aside. All responsible sources may submit
  a proposal which shall be considered by the agency.
CITE: (I-346 SN010859)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: OIC, NAVFAC Contracts, Bldg 5, HWY 547, NAES Lakehurst,
  NJ
SUBJECT: Z -- REPAIRS TO AND UPGRADE GROUNDING IN MAGAZINES,
  BUILDINGS #180 AND 182
SOL N62472-97-Q-3016
POC For plans and specifications call, (908) 323-2494.
DESC: This is a Firm Fixed Price Contract being procured under
  the Simplified Acquisition Procedures. The work includes concrete
  repairs, miscellaneous repairs and repairs to existing grounding
  systems associated with magazine Buildings #180 and 182 and
  incidental related work. Performance period is 120 calendar
  days. The Standard Industrial Code (SIC) for this project is
  1541. The related Small Business Size Standards is $17.0 million
  annual receipts for the preceding three fiscal years. Quotation
  packages may be obtained by telephoning the above number OR
  faxing to (908) 323-1471. The request for quotation will be
  released on or about 31 December 1996 and the quote closing
  date will be approximately 30 January 1997 . This acquisition
  is being issued unrestricted. Estimated cost range for this
  project will be: $25,000.00 - $100,000.00
CITE: (I-346 SN010862)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Public Works Office, Naval Weapons Station Earle Colts
  Neck, NJ 07722-5000
SUBJECT: Z -- MAINTENANCE AND REPAIR OF HVAC SYSTEMS FOR KEARNY,
  NJ
SOL N62472-97-B-2708
DUE 020597
POC Ms. Patricia Ring, Contract Specialist (908) 866-2151.
DESC: Maintenance, service call work, testing and certification
  and repair work services of low pressure steam/hot water boiler
  and HVAC Systems and all their associated equipment. The contractor
  shall furnish all labor, supervision, materials, supplies,
  parts, equipment, tools, transportation and management necessary
  to perform Preventive Maintenance Inspection Service, Service
  Calls, and Repairs as required to maintain HVAC & Boiler systems
  and all their associated equipment components in strict accordance
  with manufacturer's requirements and specifications, and requirements
  of the contract. The resultant contract will be a combination
  Firm Fixed Price/Indefinite Quantity Contract The standard
  industrial classification code for this procurement is 1711.
  IFB's will be issued on/about 3 January 1997. This procurement
  is being issued as unrestricted - open to large and small business
  concerns. The performance period will commence within 30 days
  after award. There will be four 12 month option periods which
  may be exercised by the Government. NO COLLECT CALLS WILL BE
  ACCEPTED. Written requests only. FAX'd requests will be honored.
  FAX no. is (908) 866-1122.
CITE: (I-346 SN010863)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Public Works Office, Naval Weapons Station Earle Colts
  Neck, NJ 07722-5000
SUBJECT: Z -- MAINTENANCE AND REPAIR OF HVAC SYSTEMS FOR KEARNY,
  NJ
SOL N62472-97-B-2708
DUE 020597
POC Ms. Patricia Ring, Contract Specialist (908) 866-2151.
DESC: Maintenance, service call work, testing and certification
  and repair work services of low pressure steam/hot water boiler
  and HVAC Systems and all their associated equipment. The contractor
  shall furnish all labor, supervision, materials, supplies,
  parts, equipment, tools, transportation and management necessary
  to perform Preventive Maintenance Inspection Service, Service
  Calls, and Repairs as required to maintain HVAC & Boiler systems
  and all their associated equipment components in strict accordance
  with manufacturer's requirements and specifications, and requirements
  of the contract. The resultant contract will be a combination
  Firm Fixed Price/Indefinite Quantity Contract The standard
  industrial classification code for this procurement is 1711.
  IFB's will be issued on/about 3 January 1997. This procurement
  is being issued as unrestricted - open to large and small business
  concerns. The performance period will commence within 30 days
  after award. There will be four 12 month option periods which
  may be exercised by the Government. NO COLLECT CALLS WILL BE
  ACCEPTED. Written requests only. FAX'd requests will be honored.
  FAX no. is (908) 866-1122.
CITE: (I-346 SN010864)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 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--ANNUAL CONTRACT FOR REMOVAL, REBUILDING, AND INSTALLATION
  OF AID-TO NAVIGATION (ATON) STRUCTURES IN GULF OF SANTA CATALINA;
  NEWPORT/SAN PEDRO BAYS AND LOS ANGELES/LONG BEACH/SANTA BARBARA
  HARBORS
SOL DTCG88-97-B-623157
DUE 012397
POC Bid Issuing Clerk, (510) 535-7219; Contracting Specialist,
  Marilyn S. Van de Loo, (510) 535-7283.
DESC: Provide all labor, material, supervision, equipment, transportation,
  and all other necessary items required to accomplish installing,
  replacing or removing aid-to-navigation (ATON) structures in
  specified locations in Southern California. A geodetic survey
  with a minimum accuracy level of third order Class 1 shall
  be performed and a report shall be prepared for each ATON structure
  installed when required in the delivery order. Estimated range
  between $100,000 and $250,000. Drawings and Specifications
  can be requested on a first come, first served basis. Requests
  by mail and fax only. Mail requests to U.S. Coast Guard, Civil
  Engineering Unit Oakland, 2000 Embarcadero, Suite 200, Oakland,
  California 94606-5337, Attn: Bid Issue Clerk. NO EXPRESS MAIL
   PROCEDURES WILL BE UTILIZED ON MAILING OF PLANS AND SPECIFICATIONS.
  Solicitation to be issued on or about 23 December 1996. Bid
  opening on or about 18 January 1997. Technical questions may
  be directed to LTUG M. A. Clyburn at (510) 535-7282. Duration
  of this project is one year with one option year. The SIC code
  for this procurement is 1629. Size standard is $17.00 Million.
  THIS IS A UNRESTRICTED ACQUISITION BEING SOLICITED AND AWARDED
  UNDER THE SMALL BUSINESS COMPETITIVENESS DEMONSTRATION PROGRAM,
  ALL BUSINESSES ARE ENCOURAGED TO RESPOND.
CITE: (M-346 SN010883)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 5th Contracting Squadron LGC, 211 Missile Ave., Minot
  AFB, North Dakota 58705-5027
SUBJECT: Z--REPAIR HOUSING ROADS
SOL F32604-97-B0008
DUE 012797
POC Mr. Robert Nowak, (701) 723-2262.
DESC: INVITATION FOR BIDS: IFB, drawings and specifications will
  be available for Repair Housing Roads, MIN 92-0007, at Minot
  AFB, North Dakota O/A 27 Dec. 96. Work is 100% general. Work
  is not in a restricted area and consists of a 150 day performance
  period. Work consists of repairing housing roads, curbing,
  and catch basins. Project magnitude is between $500,000.00
  and $1,000,000.00. This procurement is being issued pursuant
  to the Small Business Demonstration Program and is open to
  large and small business concerns. SDB preference program as
  contained in DFARS 2319.7204 will be used in the evaluation
  for award. When requesting information or a bid package give
  name, address,   telephone number, solicitation number, business
  size and indicate if your firm is a SDB concern.
CITE: (M-346 SN010888)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 341st Contracting Squadron, 7015 Goddard Drive, Malmstrom
  AFB, MT 59402-6863
SUBJECT: Z--REPAIR STORM DRAINAGE, HEAT PLANT
SOL F24604 96 B0008
DUE 013097
POC Climetha Rhodes, Contract Administrator, (406) 731-2896,
  or Russell A. Bryan, Contracting Officer, (406) 731-4008.
DESC: Work consists of providing all labor, equipment, materials,
  transportation, quality control and supervision necessary to
  repair storm drainage at the central heat plant at Malmstrom
  AFB MT. Invitation for Bid will be issued on or about 31 Dec
  96. Bid Opening will be on or about 30 Jan 97. Performance
  period is 90 calendar days after issuance of Notice to Proceed.
  The acquisition is open competition for large and small business
  in accordance with the Small Business Competitive Demonstration
  Program. Only written request for the solicitation will be
  considered. All responsible sources may submit an offer which
  shall be considered by the agency. The magnitude of this project
  is between $500,000.00 and $1,000,000.00. Standard  Industrial
  Code is 1623.
CITE: (M-346 SN010898)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Fish and Wildlife Service, 1875 Century Blvd., Suite
  310, Atlanta, Georgia 30345
SUBJECT: Z - REPLACEMENT OF EXISTING SPRING AND REUSE WATER PUMPS
DUE 012197
POC Contact Demetria Wilson, Procurement Technician; Wanda Purdy,
  Contracting Officer
DESC: Correction:  This action originally publicized in CBD dated
  12/04/96 has been changed to be an IFB.  Tentative dates remain
  the same.
CITE: (I-346 SN010905)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 341st Contracting Squadron, 7015 Goddard Drive, Malmstrom
  AFB, MT 59402-6863
SUBJECT: Z--REMOVE STORM/SANITARY CROSS CONNECTIONS
SOL F24604 96 B0007
DUE 012997
POC Chuck Belcher, Contract Administrator, (406) 731-4006, or
  Russell A. Bryan, Contracting Officer, (406) 731-4008
DESC: Description: Work consists of providing all work, equipment,
  materials, transportation, quality control and supervision
  necessary to remove storm/sanitary cross connections at various
  locations on Malstrom AFB MT in accordance with the specifications
  and drawings. Invitation for Bid will be issued on or about
  30 Dec 96. Bid Opening will be on or about 29 Jan 97. Performance
  period is 70 calendar days after issuance of Notice of Proceed.
  The acquisition is open competition for large and small business
  in accordance with the Small Business Competitive Demonstration
  Program. Only written request for the solicitation will be
  considered. All responsible sources may submit an offer which
  shall be considered by the agency. The magnitude of this project
  is between $25,000 and $100,000. Standard Industrial Code is
  1623.
CITE: (M-346 SN010906)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 5TH Contracting Squadron LGC, 211 Missile Ave, Minot
  AFB, North Dakota 58705-5027
SUBJECT: Z--REPAIR KITCHENS
SOL F32604-97-B0007
DUE 012997
POC Mr. Robert Nowak, (701) 723-2262.
DESC: INVITATION FOR BIDS: IFB, drawings and specifications will
  be available for Repair Kitchens, MIN 97-9011, at Minot AFB,
  North Dakota O/A 30 Dec 96. Work is 65% general, 15% mechanical,
  20% electrical, and is located in Military Family Housing on
  Minot AFB. Work consists of replacing countertops, cabinets,
  flooring, and lighting. Work is not in a restricted area and
  consists of a 120 day performance period. Project magnitude
  is between $100,000.00 and $250,000.00. This procurement is
  being issued pursuant to the Small Business Demonstration Program
  and is open to large and small business concerns. SDB preference
  program as contained in DFARS 2319.7204 will be used in the
  evaluation for award. When requesting information or a bid
  package give name, address, telephone number, solicitation
  number, business size and indicate if your firm is a SDB concern.
CITE: (M-346 SN010913)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 47th Conracting Squadron, 171 Alabama Ave, Laughlin AFB,
  TX 78843-5102
SUBJECT: Z--REPAIR AND REPLACE UNDERGROUND SANITARY SEWER SYSTEM
  AT LAUGHLIN AFB TX
SOL F41685-97-R0015
DUE 123196
POC Mr. Roy Hernandez, Contracting Officer, (210) 298-5118
DESC:  Work to be accomplished includes but is not limited to
  the following:  To furnishing all plant labor, materials,
  tools, equipment, supervision,  transportation and services
  necessary to repair and replace underground sanitary sewer
  system located throughout the Military Family Housing area.
   Also the addition  of other water valves in officer housing
   on the main lines  to enable the Government to shut down
  half of the street instead of the whole  street.  This solicitation
  will be issued as full and open competition, project  requirements
  will be made available on or about 31 Dec 96.  The applicable
   small business size standard for interested small business
  concerns, including their affiliates, is not more than $17.0
  Million in annual average  receipts for the preceding three
  years.  The standard industrial classification code  is 1521.
   Magnitude of this project is between $1,000,000 and  $5,000,000.
   Requests for this solicitation must be submitted in writing.
    Telephone requests will not be honored.  Fax requests will
  be accepted, our  fax number is (210) 298-4178.    All responsible
  offerors meeting this criteria  set forth in the solicitation
  may submit an offer which will be considered by  the Government.
   Written requests should cite RFP No.  F41685-97-R0015 and
   include your nine digit zip code.  
CITE: (W-346 SN010914)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: RED RIVER ARMY DEPOT, CONTRACTING DIRECTORATE, 100 MAIN
  DRIVE, TEXARKANA TX 75507-5000
SUBJECT: Z--REPAIR WINDOWS/VENTILATION SYSTEM B-345/2
SOL DAAC79-97-B-0003
DUE 022497
POC Contract Specialist WILLIAM STONE (903) 334-4384 Contracting
  Officer CHARLIE D. HARRIS, JR. (903)334-2218 (Site Code DAAC79)
DESC: In the original synopsis the cost for this solicitation
  was $2.00. The cost of each set is $20.00 per set. All other
  information in the original synopsis remains the same.
CITE: (I-346 SN010932)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Contracting Officer, USCG Civil Engineering Unit Miami,
  15608 S.W. 117th Avenue, Miami, FL 33177-1630
SUBJECT: Z--REROOF AND REPAIR WOOD TRUSSES, REPLACE AIR HANDLERS
  AND WELL PUMP AT U.S. COAST GUARD AIR STATION DESTIN, FLORIDA
SOL DTCG82-96-B-3WCA04
DUE 012897
POC Elizabeth Phillips, (305) 278-6723.
DESC: The work covered under this project includes furnishing
  all labor, equipment and material, necessary to remove and
  replace roofing, roof sheathing, and repair damaged wood trusses
  as specified. Work also includes removal and replacement of
  deep well pump;  removal and replacement of air handling unit,
  and hood supply fan; removal of attic fan coil units and ductwork;
  provision of air handling unit and ductwork along with reconnection
  of water piping and electrical accessories and reinstalling
   affected piping. During the replacement of the deep well pump
  the contractor shall provide the station with 1500 gallons
  of potable water a day at 45 psi connected into existing chlorination
  and filtration system. In addition, the contractor shall  provide
  temporary air conditioning to those areas without air conditioning.
  The estimated price range is between $250,000.00 and $500,000.00.
  Bid guarantee, payment and performance bonds are required.
  This solicitation is being issued pursuant to the Small Business
  Competitiveness Demonstration Program and is open to large
  and small business participation. All responsible sources may
  submit a bid, which  will be considered by this agency. No
  telephone requests; only written requests received directly
  from the requester will be accepted; however, FAX requests
  may  be sent to (305) 278-6704. The following information is
  for Minority, Women, and Disadvantaged business enterprises
  only. The Department Of Transportation (DOT) Office of Small
  and Disadvantaged Business Utilization (OSBDU), has programs
  to assist minority,  women-owned and disadvantaged business
  enterprises to acquire short-term working capital and bonding
  assistance for transportation-related  contracts. This is applicable
  to any eligible prime or  subcontract at any tier. The DOT
  Bonding Assistance Program enables firms to apply for bid,
  performance and payment bonds up to $1.0  million per contract.
  The DOT provides an 80% guaranty  on  the bond amount to a
  surety against losses. Loans are also 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 Bonding Assistance Program and/or the STLP,
  please call the OSDBU at (800) 532-1169.
CITE: (M-346 SN010961)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Contracting Officer, USCG Civil Engineering Unit Miami,
  15608 S.W. 117th Avenue, Miami, FL 33177-1630
SUBJECT: Z--REROOFING AND PAINTING AT U.S. COAST GUARD BASE,
  CHARLESTON, SOUTH CAROLINA
SOL DTCG82-96-B-3WCA03
DUE 012397
POC Elizabeth Phillips, (305) 278-6723.
DESC: The work covered under this project includes furnishing
  all labor, equipment, supervision and material, necessary to
  reroof and paint exterior of the Industrial Building, reroof
  the Barracks Building and reroof the MSO Building. Work also
  includes requirement for demolition, removal and disposal of
  asbestos containing materials. The estimated price range is
  between $100,000.00 and $250,000.00. Bid guarantee, payment
  and performance bonds and insurance are required. This solicitation
  is being issued pursuant to Small Business Competitiveness
  Demonstration Program and is open to large and small business
  participation. All responsible sources may submit a bid, which
  will be considered by this agency. No telephone requests; only
  written requests  received directly from the requester will
  be accepted; however, FAX requests may be sent to (305) 278-6704.
  The following information is for Minority, Women, and Disadvantaged
  business enterprises only. The Department Of Transportation
  (DOT) Office of Small and Disadvantaged Business Utilization
  (OSDBU), has programs to assist minority, women-owned and disadvantaged
  business enterprises to acquire short-term working capital
  and bonding assistance for transportation-related contracts.
  This is applicable to any eligible prime or subcontract at
  any tier. The DOT Bonding Assistance Program enables firms
  to apply for bid, performance and payment bonds up to $1.0
  million per contract. The DOT provides an 80% guaranty on the
  bond amount to a  surety against losses. Loans are also 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 Bonding Assistance Program and/or
  the STLP, please call the OSDBU at (800) 532-1169.
CITE: (M-346 SN010962)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Officer in Charge of NAVFAC Contracts; P.O. Box 54306;
  NSA Memphis; Millington, TN  38054-0306
SUBJECT: Z--PAVING REPAIRS AT THE LCC AT MEMPHIS DETACHMENT,
  CARDEROCK DIVISION, NAVAL SURFACE WARFARE CENTER, LCC DETACHMENT,
  MEMPHIS, TN
SOL N62467-97-B-5193
DUE 021197
POC Dolores Quinton (901) 874-5061, Contracting Officer, Gary
  Busby, (901) 874-5061.
DESC: Furnish all labor, tools, equipment, transportation and
  supervision necessary to repair/reseal cracking asphalt paving,
  striping and incidental related work. Cost estimate is between
  $25,000.00-$100,000.00. This  project is a firm fixed price
  construction project. Time for completion is 90  calendar days.
  Solicitation will issue on or about January 7, 1997.
CITE: (M-346 SN010969)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Officer in Charge of NAVFAC Contracts; P.O. Box  54306;
  NSA Memphis; Millington, TN 38054-0306
SUBJECT: Z--REPAIR  LCC SUPPORT BUILDING AT MEMPHIS  DETACHMENT,
  CARDEROCK  DIVISION,  NAVAL SURFACE WARFARE CENTER, LCC DETACHMENT,
  MEMPHIS, TN
SOL N62467-97-B-5192
DUE 021197
POC Dolores Quinton (901) 874-5061, Contracting Officer, Gary
  Busby, (901) 874-5061.
DESC: Furnish all labor, tools, equipment, transportation and
   supervision necessary to provide a new toilet room with shower
  and new darkroom and new film room complete and ready  for
  use. The work includes removal of portions of the existing
  concrete slab, removal  of some existing utility lines, new
  concrete topping, new vinyl composition  tile, new toilet fixtures
  and accessories, new water cooler, new toilet partitions, new
  gypsum board partitions, new renovated ceiling, mechanical
   and  electrical work, and incidental related work. Cost estimate
  is between $25,000.00-$100,000.00. This project is a firm fixed
  price construction project. Time  for completion  is 90 calendar
  days. Solicitation will issue on  or  about January 7, 1997.
CITE: (M-346 SN010971)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Facilities Service Office, U.S. Postal Service, PO Box
  701, Columbia MD 21045-0701
SUBJECT: Z--INDEFINITE QUANTITY CONSTRUCTION CONTRACT FOR REPAIR
  AND ALTERATIONS AT VARIOUS LEASED AND POSTAL OWNED FACILITIES
  IN THE CLEVELAND OH AREA
SOL 232098-97-A-0033
DUE 011797
POC Joan Robinson, Facilities Contract Specialist, (410) 997-6241.
DESC: The contract resulting from this solicitation will include
  various repair and alteration type projects at postal leased
  and owned facilities in the geographical areas of the Cleveland
  OH District (Counties in OH, Lorain, Cuyahoga, Lake, Ashtabula,
  Summit and Geauga). At the discretion of the Contracting Officer,
  one or more contracts may be awarded. Contractors must have
  a minimum of three (3) years experience as of the date of issue
  in general construction work. Contractors must also possess
  the capabilities of working at least three to five jobs at
  the same time. Specific Work Order/s will be issued by the
  Contracting Officer in accordance with the Unit Price Schedule
  and Specifications. One or more "Work Orders" will be issued
  totaling  not less than $10,000.00 nor more than $250,000.00
  during a two (2) year period of the contract. The initial limit
  of $250,000.00 may be increased by modification as agreed upon
  by the Contractor and the Contracting Officer up to the maximum
  of $1,000,000.00. The Postal Service guarantees no specific
  number of Work Orders nor a specific amount. The contractor
  will not be required to perform work under any work order where
  the value of work in any one building is less than $2,000.00.
  Offerors will be required to submit One (1) "Multiplier" to
  be applied to the various Unit Prices established in the "Unit
  Price Schedule"; The Multiplier must contain the Offeror's
  overhead, profit, bonds, insurance and all other contingencies.
  No allowance for such  items will be made after contract award.
  Offers are due by 4:00 p.m. on January 17, 1997. Plans and
  Specifications will be available at $50.00 per set, Non-Refundable,
  referencing Solicitation #232098-97-A-0033. Please Do Not Send
  Cash. Solicitation packages may be obtained at the Facilities
  Service Office, U.S. Postal Service,  P.O. Box 701, Columbia
  MD 21045-0701. Personal visits and telephone calls for the
  purpose of discussing this project are discouraged. Since this
  is a negotiated solicitation, offers will not be publicly opened.
  The number of offers received, the identify of the offerors,
  the amount of any one offer, or relative standing of the offer
  will not be disclosed to anyone except those postal personnel
  whose official duties  require such information until award
  of contract is made. The Postal Service reserves the right
  to reject any or all offers.
CITE: (M-346 SN010994)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: CO ENGFLDACT MW, Building 1A Suite 120, 2703 Sheridan
  Road, Great Lakes, IL 60088-5600
SUBJECT: Z--UPGRADE ELECTRICAL DISTRIBUTION RTC AREA TO 12.47KV,
  GREAT LAKES, IL
SOL N68950-94-B-8012
DUE 021897
POC Rebecca Low 847-688-2600 x124
DESC: 1.  PRE-SOLICITATION NOTICE #1:  The work includes providing
  all labor, materials, equipment, transportation and supervision
  for the conversion, upgrade, and consolidation of the electrical
  system at primary and secondary voltage levels and all other
  incidental related work.  2.  This solicitation will be issued
  as an unrestricted procurement.  3.  Estimated construction
  cost range is $1,000,000.00 to $5,000,000.00.  4.  The performance
  period is 360 calendar days.  5.  The SIC Code for this project
  is 1731 and the size standard is $17 million and the FSC Code
  is Z249.  6.  NOTE: An evaluation preference will be given
  in accordance with DFAR's 252.219-7008, "NOTICE EVALUATION
  PREFERENCE FOR SMALL DISADVANTAGED BUSINESS CONCERNS-CONSTRUCTION
  AQUISITIONS-TEST PROGRAM (APR 1996).  7.  Copies of this
  solicitation are available for purchase by contacting (on or
  before January 16, 1997) T & T Reproduction & Supplies, 511
  N Second St, Libertyville, IL  60048, POC is Ken Thompson (847)367-7440,
  fax: (847)367-7442  OR JBR Blueprint Co, 1083 Corporate Cir,
  Grayslake, IL  60030, POC is Jim Johnson (847)223-3077 fax:
  (847)223-3079. 
LINK n/a
LINKDESC: 
EMAIL n/a
EMAILDESC: 
CITE: (W-346 SN011001)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: DEPARTMENT OF VETERANS AFFAIRS MEDICAL CENTER, CONTRACTING
  (90C), 700 So. 19th Street, Birmingham, AL 35233
SUBJECT: Z -- SECURITY SURVEILLANCE TELEVISION (SSTV) SYSTEM
SOL IFB 679-047-97(WG)
DUE 022897
POC Wanda Goolsby
DESC: Contractor to furnish all design, labor, materials, equipment,
  transportation, and supervision to complete project "SURVEILLANCE
  CAMERAS" and related work for the Department of Veterans Affairs
  Medical Center (DVAMC), 3701 Loop Road East, Tuscaloosa, Alabama
  35404, in accordance with contract specifications. The system
  shall be monochrome (B/W) and color system operating in accordance
  with Electronics Industries Association (EIA) Standard RS-170.
  The SSTV System shall consist of the following subsystems:
  (A) Control Room, (B) Outside Camera, (C) Inside Camera and
  (D) Government furnished equipment. Areas of interest are:
  Interior areas: doorways, elevator lobbies and corridors; Exterior
  areas: parking lots, loading docks, building entrances, off
  street entrances and open areas surrounding the DVAMC. Requirements,
  quantities, lists, equipment types, and Government furnished
  equipment will be listed in the specifications and are considered
  to be the minimum necessary to provide the system as described
  herein. Request for bid sets must be in writing to the address
  above or faxed to (205) 933-4489. solicitation issue date is
  O/A 1/3/97. Response date is O/A 2/1/97.
CITE: (I-346 SN011026)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: U. S. ARMY CORPS OF ENGINEERS, OMAHA DISTRICT, 215 NORTH
  17th STREET OMAHA, NE 68102-4978
SUBJECT: Z -- RAPID RESPONSE/IMMEDIATE RESPONSE CONTRACTS FOR
  CONTROL/REMEDIATION OF HAZARDOUS, TOXIC AND RADIOACTIVE WASTE
SOL DACA45-96-R-0045
POC Contracting Division at: (402) 221-4266 Plans and specifications
  can be ordered by fax at (402) 221-4530.
DESC: Solicitation Number DACA45-96-R-0045 has been cancelled
  in it entirety. This requirement is expected to be resolicited
  in approximately 30 days. Point of contact: Pat Overgaard (402)
  221-3031.
CITE: (I-346 SN011042)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Officer in Charge NAVFAC Contracts, Naval Inventory Control
  Point, Building 305, Code M081C, P.O. Box 2020, Mechanicsburg,
  PA 17055-0788
SUBJECT: Z--EMERGENCY GENERATOR MAINTENANCE FOR NAVAL AND MARINE
  CORPS RESERVE READINESS CENTER, N. VERSAILLES, PA
SOL N62472-97-Q-4112
DUE 010997
POC For Plans and Specs: M.H. Dean (717) 790-5501, FAX (717)
  790-2529/Contracting Officer, J.M. Nihoff.
DESC: Funds are not presently available for this contract. The
  Government's obligation under this contract is contingent upon
  the availability of appropriated funds from which payment for
  contract purposes can be made. No legal liability on the part
  of the Government for any payment may arise until funds are
  made available to the Contracting Officer for this contract
  and until the Contractor receives notice of such availability,
  to be confirmed in writing by the Contracting Officer. The
  contractor shall furnish all labor, supervision, materials,
  supplies, parts, equipment, tools, transportation, and management
  necessary to perform Preventive Maintenance Inspection Service,
  Service Calls, and Repairs as required to maintain emergency
  generator systems  and associated equipment components in accordance
  with the manufacturer's requirements and specifications at
  Naval and Marine Corps Reserve Readiness Center, North Versailles,
  PA. Number of days in contract: 365 with four option years.
  Number of bid items: Five with unit price schedule. Standard
  Industrial Classification: 7699 Repair Shops and Related Services,
  Not Elsewhere Classified $5.0 Million. This acquisition shall
  utilize simplified acquisition procedures and a bidding period
  of ten (10) days from issue of the solicitation. This acquisition
  is set aside for Small Business.
CITE: (M-346 SN011054)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Officer in Charge NAVFAC Contracts, Naval Inventory Control
  Point, Building 305, Code M081C, P.O. Box 2020, Mechanicsburg,
  PA 17055-0788
SUBJECT: Z--GROUNDS MAINTENANCE/SNOW REMOVAL, NAVAL AND MARINE
  CORPS RESERVE READINESS CENTER, N. VERSAILLES, PA
SOL N62472-97-B-4110
DUE 012997
POC For Plans and Specs: M.H. Dean (717) 790-5501, FAX (717)
  790-2529/Contracting Officer, J.M. Nihoff.
DESC: Funds are not presently available for this contract. The
  Government's obligation under this contract is contingent upon
  the availability of appropriated funds from which payment for
  contract purposes can be made. No legal liability on the part
  of the Government for any payment may arise until funds are
  made available to the Contracting Officer for this contract
  and until the Contractor receives notice of such availability,
  to be confirmed in writing by the Contracting Officer. The
  contractor shall furnish all labor, supervision, materials,
  supplies, equipment, tools, transportation, and management
  necessary to perform grounds/snow maintenance services in accordance
  with the requirements and specifications at Naval and Marine
  Corps  Reserve Readiness Center, North Versailles, PA. Number
  of days in contract: 365 with four option years. Number of
  bid items: Five with unit price schedule. Standard Industrial
  Classification: 0782 Lawn and Garden Services $5.0 Million.
  This acquisition is set aside for Small Business.
CITE: (M-346 SN011055)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Brookhaven National Laboratory, Division of Contracts
  and Procurement, Building 355, Upton, NY 11973-5000
SUBJECT: Z--RENOVATION TO BUILDING 801
POC David Dale, Sr. Contracts Specialist, (516) 344-3199.
DESC: Brookhaven National Laboratory located approximately 60
  miles East of New York City intends to solicit bids for the
  following: RENOVATION OF BUILDING 801. Work consists of Renovating
  of an existing laboratory facility, including radiologically
  contaminated systems and equipment. The renovation work will
  be performed in both clean areas and areas requiring controls
  for radiological and other contamination. Work will involve
  renovating of laboratories, hot caves, and architectural modifications
  to support areas. This work will include demolition and removal
  and packaging of radiological waste systems, HVAC and electrical
  systems containing asbestos and lead. New   installation will
  include HVAC systems, plumbing, and lighting. Work performed
  in radiologically controlled areas must be performed by contractor
  with demonstrated experience and qualifications for radiological
  work, and may be a subcontractor or joint venture to/with the
  prime contractor. This procurement will require the contractor
  to provide qualification submittals with your bid in accordance
  with Brookhaven's Radiological, Safety Quality Assurance and
  relative experience. All work will be awarded on a single contract.
  Estimated construction time is 60 weeks. Estimated construction
  cost is $3,000,000.00-$4,000,000.00. A 20% Bid Bond is required.
  Payment and   Performance Bonds are required after contract
  award. Brookhaven National Laboratory is charging a non-refundable
  fee of $200.00 for bid documents. Personal checks made out
  to "Brookhaven National Laboratory" are acceptable. Checks
  may be sent immediately and bid packages will be mailed upon
  availability. Requests for bid packages received without proper
  payment will not be acknowledged.
CITE: (M-346 SN011059)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Brookhaven National Laboratory, Division of Contracts
  and Procurement, Building 355, Upton, N.Y. 11973-5000
SUBJECT: Z--SCIENCE MUSEUM
POC David Dale, Sr. Contracts Specialist, (516) 344-3199.
DESC: Brookhaven National Laboratory located approximately 60
  miles East of New York City intends to solicit bids for the
  following: SCIENCE MUSEUM. Note: this project is set aside
  for small businesses only. Work consists of, but not limited
  to, construct a new facility of approximately 10,000 sq. ft.
  The building will have an open layout for presenting museum
  displays. Included will be office, work room, classroom, toilets,
  and mechanical spaces. Office, classroom, work room, toilets
  have suspended ceilings. Mechanical trades included are HVAC,
  plumbing, and fire protection. Electrical requirements are
  power and light, telecommunication and fire alarms. All work
  will be awarded   on a single contract. Estimated construction
  time is 36 weeks. Estimated  construction cost is $1,000,000-$2,000,000.
  A 20% Bid Bond is required. Payment and Performance Bonds are
  required after contract award. Brookhaven National Laboratory
  is charging a non-refundable fee of $150 for bid documents.
  Personal Checks made out to ``Brookhaven National Laboratory''
  are acceptable. Checks may be sent immediately and bid packages
  will be mailed upon availability. Requests for bid packages
  received without proper payment will not be acknowledged.
CITE: (M-346 SN011060)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Officer in Charge NAVFAC Contracts, Naval Inventory Control
  Point, Building 305, Code M081C, P.O. Box 2020, Mechanicsburg,
  PA 17055-0788
SUBJECT: Z--HVAC MAINTENANCE, NAVAL AND MARINE CORPS RESERVE
  READINESS CENTER, N. VERSAILLES, PA
SOL N62472-97-B-4111
DUE 012997
POC For Plans and Specs: M.H. Dean (717) 790-5501, FAX (717)
  790-2529/Contracting Officer, J.M. Nihoff.
DESC: Funds are not presently available for this contract. The
  Government's obligation under this contract is contingent upon
  the availability of appropriated funds from which payment for
  contract purposes can be made. No legal liability on the part
  of the Government for any payment may arise until funds are
  made available to the Contracting Officer for this contract
  and until the Contractor receives notice of such availability,
  to be confirmed in writing by the Contracting Officer. The
  contractor shall furnish all labor, supervision, materials,
  parts, equipment, tools, transportation, and management necessary
  to perform Preventive Maintenance Inspection Service,   Service
  Calls, and Repairs as required to maintain HVAC and Heating
  Systems and all their associated equipment components in accordance
  with the manufacturer's requirements and specifications, at
  Naval and Marine Corps Reserve Readiness Center, North Versailles,
  PA. Number of days in contract: 365 with four option years.
  Number of bid items: Five with unit price schedule. Standard
  Industrial Classification: 7699 Repair Shops and Related Services,
  Not Elsewhere Classified $5.0 Million. This acquisition is
  set aside for Small Business.
CITE: (M-346 SN011062)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 30 CONS/LGCCB, 806 13th St, Suite 2, Vandenberg AFB CA
  93437-5226
SUBJECT: Z--REPLACE FURNACES, BLDGS 13851 THROUGH 13866
SOL F04684-97-B-0004
POC Claudia McMorris, AC 805/734-8232, ext 6-3758
DESC: Subject solicitation is hereby cancelled in its entirety.
  All deposits received will be returned. 
CITE: (W-346 SN011063)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 30 CONS/LGCCB, 806 13th St, Suite 2, Vandenberg AFB CA
  93437-5226
SUBJECT: Z--REALIGN PINE CANYON INTERSECTION
SOL F04684-97-B-0005
POC Claudia McMorris, AC 805/734-8232, ext 6-3758
DESC: Subject solicitation is hereby cancelled in its entirety.
   All deposits received  will be returned. 
CITE: (W-346 SN011066)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 10--Weapons
OFFADD: US Army Armament and Chemical Acquisition and Logistics
  Activity (ACALA) Attn: AMSTA-AC-PCC (WSH), Rock Island , IL
  61299-7630
SUBJECT: 10 -- BOLT ASSEMBLY
SOL DAAE20-96B0172
DUE 012797
POC Contract Specialist: Cean Hartleben (309) 782-3429, PCO:
  Brian W. Schmidt (309) 782-8490
DESC: Item is no longer required, therefore, no award will be
  made and Solicitation DAAE20-96B0172 is cancelled. CBD print
  date: 070396.
CITE: (I-346 SN010858)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 14--Guided Missiles
OFFADD: Commander, U.S. Army Missile Command, Acquisition Center,
  Redstone Arsenal, AL 35898-5280
SUBJECT: 14 -- LX-14 AND PBXN-9 EXPLOSIVES
SOL DAAH01-97-R-0067
DUE 021997
POC Terry Neal, Contract Specialist, AMSMI-AC-CBA (205) 876-4522,
  Charlotte Masucci, Contracting Officer, AMSMI-AC-CBA, (205)
  876-7769,.
DESC: Explosives for HELLFIRE II Missile 30,000 lbs. for LX-14
  type and 30,000 lb. for PBXN-9 type, with options for 106,000
  lb. of each type restricted to: Dyno Industrier ASA, Saetre,
  Norway and Holston Defense Corp., Kingsport, TN.
CITE: (I-346 SN011045)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Taipei Economic And Cultural Representative Office in
  The United States., Defense Procurement Division, 5010 Wisconsin
  Avenue, N.W., Washington, D.C. 20016
SUBJECT: 15--S70C AIRCRAFTMAINTENANCE SPARE PARTS
SOL EA6164C079
DUE 010597
POC Contact Point,  Mr. Hsu, Wei-Kuang, 202/895-6804
DESC: The Taipei Economic and Cultural Representative Office
  in The United States, Defense Procurement Division requires!GS70C
  AIRCRAFTMAINTENANCE SPARE PARTS etc.,13 ITEMS. Copies of the
  bidder's package for this procurement may be obtained from
  Mr. Hsu Wei-Kuang, Taipei Economic and Cultural Representative
  Office in The United Stated, Defense Procurement Division,
  5010 Wisconsin Avenue, N.W., Washington, D.C. 20016; telephone:
  (202) 895-6804, telefax:(202)966-4578. Persons interested in
  obtaining a copy of the bidder's package should contact the
  Division by telefax by Jan. 05 ,1997. Request for the bidder's
  package should include the cage number, seller code, address,
  phone number and point of contact of the person making the
  request. D&B "RATING" is prefered. All responsible source may
  submit an offer.****
EMAILADD: echsiung@tecrodpd.com
EMAILDESC: 
CITE: (D-346 SN010804)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Immigration & Naturalization Service, Procurement Division,
  425 I Street, N.W., Room 2208, Washington, DC 20536
SUBJECT: 15 -- BORDER PATROL HELICOPTERS
SOL HQ-97-05
DUE 013197
POC Lisa Diernisse, Contract Specialist (202) 305-4607, FAX (202)
  616- 7876
DESC: This synopsis is a reissuance of the synopsis for Border
  Patrol helicopters issued on May 23, 1996 and the modifications
  to it dated May 29, 1996, June 14, 1996 and on/about December
  10, 1996. The Immigration and Naturalization Service has a
  requirement to award a competitive, negotiated "best value"
  indefinite delivery/requirements contract (consisting of one
  base year and four one year option periods) for commercial
  light observation helicopters equipped with a gas turbine engine.
  The estimated required quantities are 45 helicopters over five
  years (9 per year). Also required are new spare or overhauled
  parts, a minimum one year or 1,000 flight hour (whichever comes
  first) commercial warranty, commercial manuals and other documentation,
  special maintenance tools, pilot and mechanic training, and
  technical support services. The helicopters are required FOB
  origin. The anticipated contract type will be fixed price.
  The proposal due date shown above is estimated only. See the
  solicitation for the exact date. Interested sources shall request
  a copy of the solicitation in writing to the attention of the
  Contract Specialist above, by mail or facsimile. NO TELEPHONE
  INQUIRIES WILL BE ACCEPTED. ALL SOURCES THAT RESPONDED IN WRITING
  TO ANY PREVIOUS SYNOPSES FOR BORDER PATROL HELICOPTERS IN THE
  PAST YEAR DO NOT HAVE TO RE-SUBMIT THEIR REQUEST FOR THE SOLICITATION;
  THESE SOURCES WILL AUTOMATICALLY BE FORWARDED A COPY OF THIS
  SOLICITATION. The solicitation is expected to be issued prior
  to January 1, 1997.
CITE: (I-346 SN011044)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Immigration & Naturalization Service, Procurement Division,
  425 I Street, NW., Room 2208, Washington, DC 20536
SUBJECT: 15--BORDER PATROL HELICOPTERS
SOL HQ-97-05
DUE 013197
POC Lisa Diernisse, Contract Specialist (202) 305-4607, FAX (202)
  616-7876.
DESC: This synopsis is a reissuance of the synopsis for Border
  Patrol helicopters issued on May 23, 1996 and the modifications
  to it dated May 29, 1996, June 14, 1996 and on/about December
  10, 1996. The Immigration and Naturalization Service has a
  requirement to award a competitive, negotiated "best value"
  indefinite delivery/requirements contract (consisting of one
  base year and four one year option periods) for commercial
  light observation helicopters equipped with a gas turbine engine.
  The estimated required quantities are 45 helicopters over five
  years (9 per year). Also required are new spare or overhauled
  parts, a minimum one year or 1,000 flight hours  (whichever
  comes first) commercial warranty, commercial manuals and other
  documentation, special maintenance tools, pilot and mechanic
  training, and technical support services. The helicopters are
  required FOB origin. The anticipated contract type will be
  fixed price. The proposal due date shown above is estimated
  only. See the solicitation for the exact date. Interested sources
  shall request a copy of the solicitation in writing to the
  attention of the Contract Specialist above, by mail or facsimile.
  NO TELEPHONE INQUIRIES WILL BE ACCEPTED. ALL SOURCES THAT RESPONDED
  IN WRITING TO ANY PREVIOUS SYNOPSES FOR BORDER PATROL HELICOPTERS
  IN THE PAST YEAR DO NOT HAVE TO  RE-SUBMIT THEIR REQUEST FOR
  THE SOLICITATION; THESE SOURCES WILL AUTOMATICALLY BE FORWARDED
  A COPY OF THIS SOLICITATION. The solicitation is expected to
  be issued prior to January 1, 1997.
CITE: (M-346 SN011053)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 16--HOUSING, LIQUID PUMP.
SOL SP0740-97-Q-0557
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)Wilma Ruff/ADAA7/(61 4)692-1075
DESC: PR-NO:  FPC96318000544 NSN 1650-01-327-7185, CAGE 99167
  Part No  759332 housing, liquid pump.  Sundstrand Aerospace
  P/N 759332.
CITE: (I-346 SN010736)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 16--FILTER ELEMENT, FLUID. ON C135 AIRCRAFT HYDRAULIC
  SYSTEM.
SOL SP0740-97-Q-0535
DUE 010897
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)Toni  Angle/ADAA6/(61 4)692-1121
DESC: PR-NO:  YPC96194001281 NSN 1650-00-227-7649, CAGE 05228
  Part No  7579414 CAGE 18350 Part No AC-7681F-12Y1 CAGE 81349
  Part No M83860/4-1 " filter element, fluid. composed of mesh
  material with the following  approximate dimensions:  1.7 inches
  body outside diameter; 1.0 inch body  inside diameter; 4.4
  inches overall length. procured in accordance with  U.S. Air
  Force specification MIL-F-863860/4 part number M863860/4-1".
    590 -EA Del to New Cumberland PA 17070-5001 Del 90 days after
  award.   1,312 -EA Del to Lathrop CA 95330 Del 90 days after
  award.  Solicitation  not availabel until 15 days after published
  in the CBD.  Automated best  value model(ABVM) applies.  While
  price may be a significant factor in  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-346 SN010740)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 16--ADAPTER PLATE, CONSTANT SPEED DRIVE.
SOL SP0740-97-Q-0579
DUE 021097
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer  (name/phone)Wilma Ruff/ADAA7/(61 4)692-1075
DESC: PR-NO:  YPC96310002589 NSN 1650-00-766-5763, CAGE 99167
  Part No  696077 adapter plate, Constant speed drive. I/A/W/
  Sunstrand Aerospace,  P/N:  696077.  22 -EA Del to McClellan
  AFB CA 95652-1621 Del by 22 Aug  97.  PR-NO:  YPC96099003046
  19 -EA Del to McClellan AFB CA 95652-1621  Del 90 days after
  award.  Small business size standard is 1000 employees.   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:  Sundstrand  Aerospace 99167 all responsible sources
  may submit offer which DCSC shall  consider.
CITE: (I-346 SN010741)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 16--PISTON, HYDRAULIC MOTOR-PUMP.  ON MCDONNELL DOUGLAS
  MODEL  F-15 AIRCRAFT.
SOL SP0740-97-Q-0573
DUE 021097
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer  (name/phone)Wilma Ruff/ADAA7/(61 4)692-1075
DESC: PR-NO:  YPC96310002598 NSN 1650-01-246-7064, CAGE 99167
  Part No  733754AGB piston, hydraulic motor-pump.  I/A/W Sundstrand
  Aerospace part  number 733754GB.  166 -EA Del to Tinker AFB
  OK 73145-9013 Del by 11 May  97.  Small business size standard
  is 1000 employees.  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:  Sundstrand
  Aerospace 99167 all  responsible sources may submit offer which
  DCSC shall consider.
CITE: (I-346 SN010742)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 16--SHAFT ASSEMBLY, TAIL.  ON SIKORSKY MODEL H-53 HELICOPTER.
SOL SP0740-97-Q-0517
DUE 021097
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Connie Giggi/614-69 2-4719.
DESC: PR-NO:  YPC96313000877 NSN 1615-01-357-8938, CAGE 78286
  Part No  65362-00010-041 shaft assembly, tail.  I/A/W Sikorsky
  part number  65362-0010-041.  3 -EA Del to Richmond VA 23297-5900
  delivery 360 days  after date of award solicitation not available
  until 15 days after  published in the CBD.  Specifications,
  plans or drawings are not available.   This acquisition is
  for supplies for which the Gov't does not possess  complete,
  unrestrictive technical data; therefore, the Gov't intends
  to  solicit/contract with only approved sources under the authority
  of 10  U.S.C.  2304(C)(1).  Approved sources are:  78286. 
  It is anticipated  that award will be made via a delivery order
  to an existing basic ordering  agreement.  Automated Best Value
  Model (ABVM) applies.  While price may be  a significant factor
  in the evaluation of offers, the final award decision  will
  be based upon a combination of price and past performance,
  as  described in the solicitation.  All responsible sources
  may submit offer which  DCSC shall consider.
CITE: (I-346 SN010744)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 16--BEARING AND PACKING.
SOL SP0740-97-Q-0545
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)Wilma Ruff/ADAA7/(61 4)692-1075
DESC: PR-NO:  YPC96257000762 NSN 1650-00-688-8536, CAGE 99167
  Part No  3801-2C115 bearing and packing.  Sundstrand Aerospace
  P/N 3801-2C115.   152 -EA Del to New Cumberland PA 17070-5001
  Del 60 days after award.  78 - EA Del to Lathrop CA 95330 Del
  60 days after award.  Small business size  standard is 1000
  employees.  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:  Sundstrand
  Aerospace (99167) all responsible sources may  submit offer
  which DCSC shall consider.
CITE: (I-346 SN010761)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 16--HOUSING, WOBBLER, FIXED.
SOL SP0740-97-Q-0556
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)Wilma Ruff/ADAA7/(61 4)692-1075
DESC: PR-NO:  YPC96262000813 NSN 1650-01-009-2443, CAGE 99167
  Part No  710507 housing, wobbler, fixed.  Sundstrand Aerospace
  part number  710507.  50 -EA Del to Tinker AFB OK 73145-9013
  Del 30 days after award.   25 -EA Del to San aiego CA 92136-0000
  Del 30 days after award.  25 -EA  Del to Jacksonville FL 32212-0097
  Del 30 days after award.  Small  business size standard is
  1000 employees.  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:  Sundstrand
  Aerospace (99167) all  responsible sources may submit offer
  which DCSC shall consider.
CITE: (I-346 SN010762)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 16--PARTS KIT, MOTOR, AIR TURBINE.  ON LOCKHEED MODEL
  C-5  AIRCRAFT.
SOL SP0740-97-R-0383
DUE 013197
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Nancy Gordon, 614-6 92-1333
DESC: PR-NO:  YPC96281002633 NSN 1650-00-405-6409, CAGE 30842
  Part No  658379-4 CAGE 59364 Part No 658379-3 parts kit, motor,
  air turbine.   Kit pack part number 658379-3, or I/A/W allied-signal
  Inc part number  658379-3.  125 -EA Del to Tinker AFB OK 73145-9013
  Del by 90 days after  date of award.  Solicitation not available
  until 15 days after published  in the CBD.  Automated Best
  Value Model (ABVM) applies.  While price may be a  significant
  factor in the evaluation of offers, the final award decision
   will be based upon a combination of price and past performance,
  as  described in the solicitation.  Delivery evaluation fact
  (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 factor (DEF) apply.  While price is a significant
   factor in the evaluation of offers, the final award decision
  will be based  upon a combination of price, delivery, and past
  performance as described  in the soliciation.  All responsible
  sources may submit offer which DCSC shall  consider.
CITE: (I-346 SN010764)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 16--SHAFT ASSEMBLY, CONSTANT SPEED DRIVE.  C-5 HYDRAULICS.
SOL SP0740-97-Q-0542
DUE 020197
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)Wilma Ruff/ADAA7/(61 4)692-1075
DESC: PR-NO:  YPC96303000656 NSN 1650-01-244-3035, CAGE 99167
  Part No  715100 shaft assembly, Constant speed drive.  Proprietary
  to Sundstrand  Corp.  91 -EA Del to Tinker AFB OK 73145-9013
  Del by 19 Jul 97.  Small  business size standard is 1000 employees.
   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:  Sundstrand aerospace(99167) all  responsible
  sources may submit offer which DCSC shall consider.
CITE: (I-346 SN010766)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories--Potential
  Sources Sought
OFFADD: CACI-ASG-Applied Engineering Division Group, 4318 Woodcock
  Drive, Suite 200, San Antonio, Texas 78228
SUBJECT: 16--LANDING GEAR GEARBOX MANUFACTURE
SOL CACI-ASG-C5GB-CBD-001
DUE 121896
POC Rick Diehl - Contracts Manager (210) 735-1903
DESC: SOL CACI-ASG-C5GB-CBD-001 DUE 121896 POC Rick Diehl, (210)
  735-1903.  THIS IS NOT A SOLICITATION. The purpose of this
  notice is to identify interested, capable sources to manufacture
  a landing gear gearbox based on technical data provided by
  CACI-ASG.  Applicable contractor screening criteria for this
  sources sought notice: production and in-plant engineering
  support for the manufacture, heat treatment, finish, inspection(s),
   documentation and assembly of the various casings, gears and
  other components to be used on the landing gear system of a
  C-5 aircraft. The assembly requires the acquisition of various
  MIL-SPEC items and commercial off-the-shelf items.   The gearbox
  will be subjected to form, fit, functional, and environmental
  testing at Southwest Research Institute in San Antonio, Texas.
   After successful testing, workmanship, materials, accuracy,
  price and production performance will be evaluated for the
  purpose of qualifying a vendor(s) for the production of the
  gearbox and its related parts.   Firms selected will be awarded
  a subcontract for this effort.  Firms having the ability to
  provide this service should notify Rick Diehl in writing prior
  to COB 12-18-96.  A TDP (technical data package) will be provided
  for bid reasons to each respondent.  E-Mail requests will be
  accepted at gray%srisa@mcimail.com or Fax'd request will be
  accepted at (210) 734-8872. 
EMAIL gray%srisa@mcimail.com
EMAILDESC: 
CITE: (W-346 SN010803)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories--Potential
  Sources Sought
OFFADD: CACI-ASG-Applied Engineering Division Group, 4318 Woodcock
  Drive, Suite 200, San Antonio, Texas 78228
SUBJECT: 16--LANDING GEAR GEARBOX MANUFACTURE
SOL CACI-ASG-C5GB-CBD-001
DUE 121896
POC Rick Diehl, Contracts Manager (210) 735-1903
DESC: SOL CACI-ASG-C5GB-CBD-001 DUE 121896 POC Rick Diehl, (210)
  735-1903.  THIS IS NOT A SOLICITATION. This notice supercedes
  the sources sought synopsis submitted the same date.  The purpose
  of this notice is to identify interested, capable sources to
  manufacture a landing gear gearbox based on technical data
  provided by CACI-ASG.  Applicable contractor screening criteria
  for this sources sought notice: production and in-plant engineering
  support for the manufacture, heat treatment, finish, inspection(s),
  documentation and assembly of the various casings, gears and
  other components to be used on the landing gear system of a
  C-5 aircraft. The assembly requires the acquisition of various
  MIL-SPEC items and commercial off-the-shelf items.  The gearbox
  will be subjected to form, fit, functional, and environmental
  testing at Southwest Research Institute in San Antonio, Texas.
   After successful testing, workmanship, materials, accuracy,
  price and production performance will be evaluated for the
  purpose of qualifying a vendor(s) for the production of the
  gearbox and its related parts.  Firms selected will be awarded
  a subcontract for this effort.  Firms having the ability to
  provide this service should notify Rick Diehl in writing prior
  to COB 12-18-96.  Please include a capability statement as
  well as a past performance synopsis to help us determine your
  ability to perform.  A TDP (technical data package) will be
  provided for bid reasons to each qualified respondent.  E-Mail
  requests will be accepted at gray%srisa@mcimail.com or Fax'd
  request will be accepted at (210)734-8872. 
EMAIL gray%srisa@mcimail.com
EMAILDESC: 
CITE: (W-346 SN011015)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling
  Equipment
OFFADD: NCCOSC RDTE Division, Code D214B, 53570 Silvergate Avenue,
  Bldg. A33, San Diego, CA 92152-5113
SUBJECT: 17 -- AIRCRAFT LAUNCHING, LANDING, AND GROUND HANDLING
  EQUIPMENT
SOL N66001-97-R-0031
POC POC Mr. Eric C. Moberg, Code D213, Contract Specialist, (619)553-3445.
  POC for copy, Mr. J.C. Norris, (619)553-4331. Mr. George Petersen,
  (619)553-4513, Contracting Officer.
DESC: The Department of the Navy, Naval Command, Control and
  Ocean Surveillance Center, Research, Development, Test and
  Evaluation Division intends to award a SOLE SOURCE, firm-fixed
  price contract to Craig Systems, Inc. of Aimsbury, MA. This
  contract will be for the procurement of seven AN/FPN-63 Radar
  Shelters. The procurement is deemed sole-source pursuant to
  10 U.S.C. 2304(c)(1), Only One Responsible Source. Craig Systems,
  Inc. is the original equipment manufacturer and the government
  does not currently have adequate rights to the documentation
  that would make it possible to compete this procurement. Adequate
  documentation will attempt to be procured in the proposed contract
  which will allow the government to compete future procurements
  (anticipated to be an additional 25 shelters.) A copy of the
  solicitation will be provided for informational purposes only.
  Solicitation document to be issued on or about 1/6/97. Facsimile
  letters are acceptable at (619)553-6976. For copies of solicitation(s)
  only written requests will be honored. See Note(s): 22, 26.
CITE: (I-346 SN010849)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 13, 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
  San Francisco, CA 94124-2996 Code 400
SUBJECT: 19 -- USS MOUNT HOOD RAV
SOL elev, misc repairs
DUE 121296
POC Karen Powell 415 7157320 fax 415 7157356
DESC: Specification number 079-97, place of performance: NAS
  Alameda, CA, performance dates: 16 Dec 96 to 3 Jan 97; misc
  repairs: circ pump, vent motor, cargo doors, wpns elev.
CITE: (I-345 SN010697)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 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
  San Francisco, CA 94124-2996 Code 400
SUBJECT: 19 -- USS CARL VINSON (CVN-70) RAV
SOL isc repairs
DUE 121696
POC Karen Powell 415 7157320 fax 415 7157356
DESC: Work to be performed at NAS Alameda, CA; work is sliding
  padeye test; performance dates: 18 Dec - 10 Jan; open to firms
  that possess an Agreement for Boat Repair; proposals due at
  1000 hours on 16 Dec 96.
CITE: (I-346 SN010986)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 20--Ships and Marine Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 20--PAD ASSEMBLY, MIST ELIMINATOR. STAINLESS STEEL FRAME,
  2  3/32 IN. THK, 20 13/32 IN. WIDE,
SOL SP0760-97-Q-0242
DUE 013097
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)L.M.  Spruill (614)69 2-1102
DESC: PR-NO:  YPC96298001057 NSN 2010-01-039-5358, CAGE 04257
  Part No  c-13808 CAGE 25204 Part No 600462C pad assembly. 
  Parmatic filter Corp.,  FSCM:  25204, P/N 600462C.  Technical
  data is proprietary and cannot  be released.  36 -EA Del to
  Norfolk VA 23512-0001 Del by 30 Apr 97.  70 - EA Del to Tracy
  CA 95376-5000 Del by 30 Apr 97.  Solicitation not  available
  until 15 days after published in the cbd.specificatations,
  plans  or drawings are not available.automated best value model
  (ABVM)APPLIES.WHILE  price may be a significant factor in the
  evaluation of offers, the final award  decision will be based
  upon a combination of price and past performance,  as described
  in the solicitation.this request will be issued via a written
   rfq.the estimated award date will be 01 Mar 97.  All responsible
  sources  may submit offer which DCSC shall consider.
CITE: (I-346 SN010765)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 20--Ships and Marine Equipment
OFFADD: Contracting Officer, USCG Civil Engineering Unit Miami,
  15608 SW. 117th Avenue, Miami, FL 33177
SUBJECT: 20--FURNISH AND INSTALL ONE BOAT HOIST AT U.S. COAST
  GUARD BASE, MAYPORT, FL
SOL DTCG82-97-R-3WCP16
POC Berta C. Gomez, (305) 278-6722.
DESC: This is a combined synopsis/request for solicitation for
  a commercial item prepared in accordance with the format in
  FAR Subpart 12.6, as supplemented with additional information
  included in this notice. This announcement constitutes the
  only solicitation; proposals are being requested and a written
  solicitation will not be issued. The solicitation number is
  DTCG82-97-R-3WCP16. This synopsis/solicitation constitutes
  an information for bid and incorporates provisions and clauses
  in effect through Federal Acquisition Circular 90-37. There
  are no set-asides, SIC codes or business size standards applicable.
  This acquisition is for the delivery, furnishing   and installation
  of one new self-propelled, open end, straddle truck type hoist
  (boat hoist) for lifting, placing and handling vessels up to
  35 tons, delivered to Base Mayport, meeting the following specifications:
  (1) Dimensions and specifications must correlate with current
  travel lift pier at Base Mayport, (2) Load capacity of 35 tons,
  (3) Clear width greater than 16 feet, (4) Overall width not
  to exceed 24 feet, (5) Tread width (tire centers) 20'3" (+
  or -1"), (6) Clear height between 18' and 20', (7) Overall
  height under 22', (8) Polyester slings, (9) 4 pneumatic rubber
  tires, (10) Diesel engine, (11) 90 degree power steering, (12)
  Capable of   climbing 6% grade, (13) Hoisting mechanism speed
  not to exceed 15 fpm., (14) Dual automatic and hydraulic holding
  valve winch brakes, (15) Hoisting mechanism capable of lifting
  125 percent of the rated 35 ton load, (16) Galvanized hoisting
  cables, (17) Operator training shall be provided by manufacturer,
  (18) Manufacturer shall provide 3 copies of operation and maintenance
  (O&M) manuals for the boat hoist and all subassemblies, (19)
  A warranty shall be provided, (20) Boat hoist and subassemblies
  shall be tested satisfactory before CG accepts product, (21)
  Removal and disposal of existing boat hoist (ACME Hoist--approx.
  25,000 pounds) within all local, State, and   Federal Regulations.
  The required completion date shall be within 60 calendar days
  after acceptance of order. Acceptance shall be at destination
  after the hoist has been properly installed. Closing date and
  time for receipt of offers is 16 January 1997, 3:00 p.m., Eastern
  Standard Time. Facsimile offers are acceptable and may be forwarded
  via fax no. (305) 278-6704. Mail shall be addressed to Contracting
  Officer, USCG Civil Engineering Unit Building (CEU), 15608
  SW. 117th Avenue, Miami, FL 33177-1630. Provision 52.212-2
  does not apply in that award will be made to the offeror who
  submits the lowest price. Offerors are instructed to include
  with their offers a completed copy of FAR   provision 52.212-3,
  "Offeror Representations and Certifications--Commercial Items."
  The following provisions and clauses apply to this solicitation
  and are incorporated by reference: FAR 52.212-1, Instructions
  to Offerors--Commercial Items (Oct 1995) FAR 52.212-4, Contract
  Terms and Conditions--Commercial Items (Oct 1955), FAR 52.210-5,
  New Material (May 1995), FAR 52.212-5, Contract Terms and Conditions
  Required to Implement Statutes or Executive Orders--Commercial
  Items (Jan 1996), with the following additional FAR Clauses:
  52.222-3, Convict Labor (Apr 1984), 52.233-3, Protest After
  Award (Oct 1995), 52.222-26, Equal Opportunity (Apr 1984),
  52.222-35, Affirmative   Action for Special Disabled and Vietnam
  Era Veterans (Apr 1984), 52.222-36, Affirmative Action for
  Handicapped Workers (Apr 1984), FAR 52.222-37, Employment Reports
  on Special Disabled Veterans and Veterans of the Vietnam Era
  (Jan 1988), FAR 52.225-3, Buy American Act--Supplies (Jan 1994)
  Defense Priorities and Allocations System Rating: DO-A1 for
  Minority Women-Owned and Disadvantaged Business Enterprises.
  The Department of Transportation (DOT), Office of Small and
  Disadvantaged Business Utilization (OSDBU), has a program to
  assist minority, women-owned and 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 $500,000.00.
  For further information and applicable forms concerning the
  STLP, please call the OSDBU at (800) 532-1169.
CITE: (M-346 SN010991)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 20--Ships and Marine Equipment
OFFADD: Coast Guard Engineering Logistics Center, Propulsion
  Systems Contracting Branch (Code 046), Mail Stop #26, 2401
  Hawkins Point Road, Baltimore, MD 21226-5000
SUBJECT: 20--SHIP AND MARINE EQUIPMENT
SOL DTCG40-97-Q-20006
DUE 011797
POC Kelly Carney, Contract Specialist, (410) 636-7745; Kathy
  Fields, Contracting Officer, (410) 636-4299.
DESC: NSN 2990-01-247-22678, Supercharger (Compressor), Coltec
  Industries/Fairbanks Morse Engine Division P/N 16611059, quantity
  one (1) each, to be used on the Main Diesel Engines onboard
  the 378' WHEC Class Coast Guard vessels. The form, fit, and
  function of this Supercharger (Compressor) must be exactly
  compatible with the system for which it is intended. The Government
  does not possess copies of the manufacturer's drawing or engineering
  data. All responsible sources have been given the opportunity
  to submit information describing their capabilities in supplying
  the above Supercharger in Issue No. PSA-1724 dated November
  19, 1996. The Government intends to negotiate only with Coltec
  Industries/Fairbanks Morse Engine  Division. Delivery to be
  approximately 260 calendar days after the date of award to
  the Coast Guard Engineering Logistics Center, 2401 Hawkins
  Point Road, Baltimore, MD 21226-5000. See Numbered Note 22.
  This synopsis is issued pursuant to FAR 5.207(e)(3) and TAM
  1205.207. This Notice is for informational 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 $500,000.00.
  For further information and applicable forms concerning the
  STLP, call the OSDBU at (800) 532-1169. For information concerning
  the acquisition, contact the contracting official listed above.
CITE: (M-346 SN010993)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 13, 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--BOX, ACCESSORIES STO
SOL DAAE0797QT166
DUE 020697
POC POC for a solicitation copy, Call 810/574-6802 OR 6807. 
  For  information on this procurement, Call Renee Collica (810)
  574-7096
DESC: NSN:  2540011491282, qty:  481, FOB:  destination, opt:
   none  item name:  box, accessories stowage; part number: 
  12308 283. see  NOTE:  01.  All responsible sources may submit
  an offer which will be  considered.  The offer due date is
  on or about 020697 (see soliciation for  actual offer due date).
CITE: (I-345 SN010701)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 13, 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--PARTS KIT, TRANSMISS
SOL DAAE0797QT174
DUE 020697
POC POC for a solicitation copy, Call 810/574-6802 OR 6807. 
  For  information on this procurement, Call AL Marek (810 574-7089
DESC: NSN:  2520003195920, qty:  88, FOB:  destination, opt:
   100%  item:  parts kit, tra see NOTE:  01.  All responsible
  Sou rces may submit  an offer which will be considered.  The
  offer due date is on or about  020697 (see soliciation for
  actual offer due date).
CITE: (I-345 SN010703)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 25--Vehicular Equipment Components
OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition
   Center (AMSTA-AQ-DS), Warren, MI 48397-5000
SUBJECT: 25--TRANSMISSION, HYDRAU
SOL DAAE0797RT204
POC For a solicitation copy or for information on this procurement,
   Call Pam Kostowny (810) 574-8096
DESC: NSN:  2520012073527, qty:  126, FOB:  origin, opt:  215%
  item:   upgrade X1100-3B M1 configuration transmission to the
  latest increment  III configuration (M1A1). NSN afte R upgrade:
   2520-01-2 see NOTE:  22.
CITE: (I-345 SN010704)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 13, 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--DOOR ASSEMBLY, VEHIC
SOL DAAE0797RT190
DUE 020697
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:  2540011893459, qty:, FOB:  origin, opt:  none item:
    door assembly, vehicle NSN:  2540-01-189-3459. PN:  12340245-1.
  qty:   10,080 (3 year MAX.). NSN:  2540-01-189 -3460. PN: 
  12340245-1. qty:   9,315 (3 year MAX.). three (3) year max.
  total see NOTE:  01.  All  responsible Sou rces may submit
  an offer which will be considered.  The  offer due date is
  on or about 020697 (see soliciation for actual offer due  date).
CITE: (I-345 SN010705)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 13, 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--BATTLEFIELD OVERIDE KIT, HULL
SOL DAAE0796RT722
DUE 021097
POC POC for a solicitation copy, Call 810/574-6802 OR 6807. 
  For  information on this procurement, Call Veronica Jaroma
  (810) 574-8079
DESC: NSN:  2590013852637, qty:  2000, FOB:  origin, opt:  100%
   item:  battlefield OV see NOTE:  01.  All responsible Sou
  rces may submit  an offer which will be considered.  The offer
  due date is on or about  021097 (see soliciation for actual
  offer due date).
CITE: (I-345 SN010706)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 25--Vehicular Equipment Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 25--DISK ASSEMBLY
SOL SP0770-97-Q-MF69
DUE 013097
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Nancy Stevens/614-6 92-4739.
DESC: PR-NO:  RPC96304000960 NSN 2520-00-679-7959, CAGE 19207
  Part No  10861595 disk assembly. I/A/W army (19207) Dwg 10861595
  719 -EA Del to  New Cumberland PA 17070-5001 Del by 90 days
  ADO.  760 -EA Del to Lathrop  CA 95330 Del by 90 days ADO.
   Small business size standard is 750  employees.  Solicitation
  not available until 15 days after published in the  CBD.  Written
  requests for drawings are to be submitted to Defense Supply
   Center Columbus, Attn: DSCC-VTRD, P.O. Box 3990, Columbus,
  OH  43216-5000, by FAX (614) 692-2998 or Call (614) 692-2344.
   Requests should  include the IFB/RFP/RFQ number, opening/closing,
  NSN, YPC/ZPC or NPC  number; buyer's name and your complete
  name and addreess.  Federal,  military and commercial specifications
  cannot be provided by DSCC.   Automated Best Value Model (ABVM)
  and Delivery Evaluation Factor (DEP)  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-346 SN010737)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 25--Vehicular Equipment Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 25--COVER, FITTED, VHICULAR.  COATED POLYESTER. I/A/W
   MILITARY STANDARD
SOL SP0770-97-Q-MG66
DUE 013097
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Laurie Gambert/614692-4279.
DESC: PR-NO:  RPC96320000720 NSN 2540-00-522-9060, CAGE 19207
  Part No  7085460 CAGE 96906 Part No MS51323-30 cover, fitted,
  vehicular body.   63 -EA Del to New Cumberland PA 17070-5001
  Del by 120 days ADO.  75 -EA  Del to Lathrop CA 95330 Del by
  120 days ADO.  35 -EA Del to Texarkana TX  75507 Del by 120
  days ADO.  Small business size standard is 500 employees. 
   Solicitation not available until 15 days after published in
  the CBD.   Written requests for drawings are to be submitted
  to Defense Supply Center  Columbus, Attn: DSCC-VTRD, P.O. Box
  3990, Columbus, OH 43216-5000, by  FAX (614) 692-2998 or Call
  (614) 692-2344.  Requests should include the  IFB/RFP/RFQ number,
  opening/closing, NSN, YPC/ZPC or NPC number; buyer's  name
  and your complete name and 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-346 SN010738)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition
   Center (AMSTA-AQ-DS), Warren, MI 48397-5000
SUBJECT: 28--VANE ASSEMBLY, STATO
SOL DAAE0797RT033
DUE 021097
POC POC for a solicitation copy, Call 810/574-6802 OR 6807. 
  For  information on this procurement, Call Lisa Zoski (810)
  574-8052
DESC: NSN:  2835010743790, qty:, FOB:  destination, opt:  none
  item:   vane assembly. PN:  12286268. three (3) year indef
  inite quantity  contract. estimated min. 804 EA.; max. 1 005
  EA. total qty:  3 see  NOTE:  none.  All responsible S ources
  may submit an offer which will be  considered.  T HE offer
  due date is on or about 021097 (see soliciatio N  for actual
  offer due date).
CITE: (I-345 SN010708)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 13, 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--CYLINDER, ETHER, STAR
SOL DAAE0796RT449
DUE 020697
POC POC for a solicitation copy, Call 810/574-6802 OR 6807. 
  For  information on this procurement, Call Paulette Burton
  (810) 574-7080
DESC: NSN:  2910011289537, qty:  6200, FOB:  origin, opt:  100%
   item:  cylinder, ethe see NOTE:  01.  All responsible Sou
  rces may submit  an offer which will be considered.  The offer
  due date is on or about  020697 (see soliciation for actual
  offer due date).
CITE: (I-345 SN010702)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 13, 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--GENERATOR, ENGINE AC
SOL DAAE0797RT187
DUE 021097
POC POC for a solicitation copy, Call 810/574-6802 OR 6807. 
  For  information on this procurement, Call Linda Wiedenmeyer
  (810) 574-8078
DESC: NSN:  2920008306660, qty:, FOB:  origin, opt:  item name:
    generator, engine accessory voltage in volts 28.5 maximum
  output current  rating 500.0 maximum rated armature speed in
  RPM 8000 armature minimum speed  in RP M at full current output
  1900 minimum current cut-inspe Ed in RPM 1500  rectifier loaction
  integral grounding ME thod internal ground polarity  type negative
  shaft rotat ion direction clockwise. PN:  MIL 10889713.  qty:
   1,295 E ACH (3 year maximum). option:  4TH year - 292 EA.;
  5TH  Y ear - 292 EA. see NOTE:  01.  All responsible sources
  ma Y submit an  offer which will be considered.  The offer
  due date is on or about 021097  (see soliciation for act ual
  offer due date).
CITE: (I-345 SN010707)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 13, 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--INDICATOR, FILTER WA
SOL DAAE0797QT178
DUE 021097
POC POC for a solicitation copy, Call 810/574-6802 OR 6807. 
  For  information on this procurement, Call Wendy Jacques (810)
  574-7234
DESC: NSN:  2940011761427, qty:  2300, FOB:  destination, opt:
    100% item:  indicator, filter warning. Mfg PN:  4755-725
  (engi neered  prod). see NOTE:  none.  All responsible sources
  may submit an offer which  will be considered.  The offe R
  due date is on or about 021097 (see  soliciation for a ctual
  offer due date).
CITE: (I-345 SN010709)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 30--GEAR CLUSTER.  E/I F-4 AIRCRAFT.
SOL SP0740-97-Q-0567
DUE 020597
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer  (name/phone)Wilma Ruff/ADAA7/(61 4)692-1075
DESC: PR-NO:  YPC96310002855 NSN 3020-00-463-7768, CAGE 99167
  Part No  695048 50 -EA Del to (Call contracting office) Del
  30 days after award.   Small business size standard is 1000
  employees.  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:  Sundstrand
  Aerospace 99167.   All responsible sources may submit offer
  which DCSC shall consider.
CITE: (I-346 SN010743)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 30--GEARSHAFT, BEVEL, MATCHED SET.
SOL SP0740-97-Q-0575
DUE 021097
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer  (name/phone)Wilma Ruff/ADAA7/(61 4)692-1075
DESC: PR-NO:  YPC96323000993 NSN 3020-01-198-0709, CAGE 99167
  Part No  5002175 gearshaft, bevel. Sunstrand Aviation Corp.
   P/N 5002175. no  technical data available at DCSC for this
  solicitation as of 95269 W Reed  AMC x-23781 2 -SE Del to midwest
  City OK 73110 Del 60 days after award.   Small business size
  standard is 1000 employees.  Solicitation not  available until
  15 daysafter 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:  Sundstrand
  Aerospace 99167 all  responsible sources may submit offer which
  DCSC shall consider.
CITE: (I-346 SN010746)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 30--GEAR CLUSTER. ON F-14 AIRCRAFT.
SOL SP0740-97-Q-0543
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)Wilma Ruff/ADAA7/(61 4)692-1075
DESC: PR-NO:  YPC96232001468 NSN 3020-00-504-9692, CAGE 99167
  Part No  707628 gear cluster, spur.sunstrand P/N 707628 50
  -EA Del to San Diego  CA 92136-0000 Del by 16 Jan 98.  PR-NO:
   YPC96226000552 72 -EA Del to  Dan Diego CA 92132-5044 Del
  90 days after award.  Small business size  standard is 1000
  employees.  Solicitation not available until 15 days  after
  published in the CBD. thsi 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 th authority
  of 10 U.S.C.2304(C)(1). approved  sources are:  Sundstrand
  Aerospace 99167 all responsible sources may submit  offer which
  DCSC shall consider.
CITE: (I-346 SN010760)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 30--SHAFT, SHOULDERED.
SOL SP0740-97-Q-0547
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)Wilma Ruff/ADAA7/(61 4)692-1075
DESC: PR-NO:  YPC96269000583 NSN 3040-00-925-3236, CAGE 99167
  Part No  695798 shaft, shouldered. technical data is proprietary
  and cannot be  released. Sunstrand aircraft Co.  P/N 695798.
   25 -EA Del to San Diego  CA 92136-0000 Del by 12 Mar 97. 
  6 -EA Del to Norfolk VA 23512-0001 Del  by 12 Mar 97.  Small
  business size standard is 1000 employees.   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:  Sundstrand  Aerospace 99167 all responsible sources may
  submit offer which DCSC shall  consider.
CITE: (I-346 SN010763)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 30--GEAR SET, SPUR, MATCHED.
SOL SP0740-97-Q-0576
DUE 021097
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer  (name/phone)Wilma Ruff/ADAA7/(61 4)692-1075
DESC: PR-NO:  YPC96305000902 NSN 3020-01-199-0203, CAGE 99167
  Part No  902-208 gear set, Spur, matched. per Sundstrand P/N
  902-208.  47 -EA  Del to Kelly AFB TX 78241-5312 Del by 12
  Jun 97.  42 -EA Del to  Bremerton WA 98314 Del by 12 Jun 97.
   18 -EA Del to New Cumberland PA  17070-5001 Del by 12 Jun
  97.  Small business size standard is 1000  employees.  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:   Sundstrand Aerospace 99167.  All responsible
  sources may submit offer which  DCSC shall consider.
CITE: (I-346 SN010767)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 30--PULLEY, GROOVE.
SOL SP0740-97-Q-0577
DUE 010797
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)Toni  Angle/ADAA6/(61 4)692-1121
DESC: PR-NO:  YPC96332000672 NSN 3020-00-534-3151, CAGE 81205
  Part No  5-97226 pulley, groove, Boeing Co. P/N 5-97226 4 -EA
  Del to New  Cumberland PA 17070-5001 Del by 24 Jun 97.  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 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 significant factor in evaluation
  of offers,  the final award decision will be based upon a combination
  of price ANS  past performance as described I inthis solicitation.
   All responsible  sources may submit offer which DCSC shall
  consider.
CITE: (I-346 SN010768)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: US Army Armament and Chemical Acquisition and Logistics
  Activity (ACALA) Attn: AMSTA-AC-PCC (FMY), Rock Island, IL
  61299-7630
SUBJECT: 30 -- GEARSHAFT SPUR
SOL DAAE20-97T0086
DUE 020397
POC Contract Specialist: Richard Lee (309) 782-4517, PCO: Allen
  J. Hale (309) 782-6736
DESC: 3040-00-491-5472, Part Number 11838556. Requirements are
  195 ea Gearshaft Spur. For use on the Cobra Helicopter. FOB
  is Destination. All or part of this action is an unfunded FY97
  requirement. Proposed contract is a 100 percent small business
  set-aside. The proposed contract will include a 100 percent
  option. First Article Test is required. Estimated issue date
  of this solicitation is 010297. 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-346 SN010857)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: U.S. Postal Service, Topeka Purchasing Center, 500 SW
  Montara Pky., Topeka, KS 66624-9402
SUBJECT: 30--STACKER ROLLER
SOL 198525-97-A-0114
DUE 120996
POC Suzanne Saragusa at (913) 861-2860, FAX (913) 861-2862.
DESC: The United States Postal Service has a requirement for
  one (1) item of OCR/BCS Stacker Roller, NSC 3020-01-000-6792,
  manufactured in accordance with Postal Service drawing. Quantity
  required is 50,000 each and two option quantities of 25,000
  each. Multiple deliveries will be FOB destination to the Material
  Distribution Center, Topeka, KS, beginning July 1997. Solicitation
  will be issued on December 9, 1996, and offers will be due
  January 9, 1997. This solicitation will result in a firm fixed-priced
  contract. Requests for solicitation must be in writing. It
  is required that you include your ZIP PLUS-4 in your address.
  Cite one (1) request per order and a copy of the solicitation
  will be forwarded on a first received, first served basis until
  supply is exhausted.
CITE: (M-346 SN010979)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: Smithsonian Astrophysical Observatory, 60 Garden Street,
  Cambridge, Massachusetts 02138
SUBJECT: 30 --OPTICAL FIBER
SOL RFP526-9-95
DUE 013097
POC Contracting Officer, Peter W. Sozanski, 617/495-7376, FAX
  617/496-7692
DESC: Smithsonian Astrophysical Observatory (SAO) requires ten
  kilometers of silica core/silica cladding optical fiber with
  a polyimide buffer. The fiber will be used in a 25 meter long
  bundle to convey light from the focus of the converted Multiple
  Mirror Telescope to a bench-mounted spectrograph. The core/cladding/buffer
  dimensions are to be 250/275/300 micrometers. The optical fiber
  should have high transmission in the wavelength range of 350
  to 2000 nanometers. Only written or faxed requests (FAX #617/496-7692)
  received directly from the requestor are acceptable. All responsible
  sources may submit an offer. No telephone requests for the
  solicitation package will be accepted.
CITE: (I-346 SN011030)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 32--Woodworking Machinery and Equipment
OFFADD: Commander, U.S. Army Engineer Waterways Experiment Station,
  Corps of Engineers, 3909 Halls Ferry Road, Vicksburg, MS  39180
SUBJECT: 32--DELIVER AND INSTALL ONE CNC ROUTING CENTER
SOL DACW39-97-B-0003
DUE 123096
POC Emma M. Cessna, 601-634-4013 or Rufus McClodden, 601-634-2880
DESC:  This is a combined synopsis/solicitation for commercial
  items prepared in accordance with the format in the Federal
  Acquisition Regulation (FAR), Subpart 12.6, as supplemented
  with additional information included in this notice.  This
  announcement constitutes the only solicitation;  bids are being
  requested and a written solicitation will not be issued. It
  is anticipated a firm, fixed price type contract will be awarded
  as a result of this solicitation.  DACW39-97-B-0003 will open
  on  27 December 1996, at 1400 hours.  Specifications are available
  at no charge.  All responsible sources may submit a bid which
  will be considered.    Solicitation No. DACW39-97-B-0003 is
  being issued as an invitation to bid (IFB).  Solicitation document
  and incorporated provisions and clauses are those in effect
  through Federal Acquisition Circular 90-32.  The standard industrial
  classification code (3553) is not applicable to this procurement.
   The requirement of this solicitation is to furnish and deliver
  with accessories one CNC Router Center with the following specifications:
    GENERAL:  The machine shall be new and unused and shall be
  a one piece high precision (CNC) routing center. This machine
  shall have an operator fence on both sides of the machine to
  protect the operator from spindle work zones as a standard
  safety feature. The machine shall be furnished with two (2)
  each of the following: (a)  Operator's and maintenance manual;
  (b)  Assembly, parts, and electrical manual and; (c)  All other
  manuals necessary for the operation and maintenance of the
  machine.  TABLE: The work surface (or table top dimension)
  shall be 2400 x 1500 mm (96 x 60 inches) minimum.  The table
  and head carriage  shall be mounted on precision contoured
  highly rigid radial type linear guide ways.  Table shall be
  50 mm (2 inches) minimum cast aluminum plate with a precision
  machined surface finish.  TRAVEL: (a)  The "X" axis programmable
  travel shall be 4050 mm (162 inches) minimum; (b)  The "Y"
  axis programmable travel shall be 1775 mm (71 inches) minimum;
  (c)  The "Z" axis programmable travel shall be 375 mm (15 inches)
  minimum.The head shall be independently powered down. The spindle
  shall be capable of full table coverage.   POSITIONING:  (a)
  The table travel shall be provided for "Y" axis positioning
  and carriage travel shall be provided for "X" and "Z" axes
  positioning; (b) The table and carriage travels shall be accomplished
  by pre-loaded precision ball screws set for zero backlash and
  powered by digitally controlled AC brushless servo motors;
  (c) All positioning bearings, and ballscrews shall be maintained
  with an automatic lubrication system; (d) Travel positioning
  shall be maintained via the controller reading pulse signals
  from encoders mounted on each servo motor; (e) Positioning
  repeatability shall be +/- 0.0004" minimum; (f) The "X" and
  "Y" axes rapid traverse shall 1000 ipm minimum; (g) The "Z"
  axis rapid traverse shall be 600 ipm minimum.  HEAD: The machine
  shall have as a minimum one(1)16HP International Standards
  Organization (SO) #30 taper, sealed for life router spindle,
  with a minimum of four(4) ABEC #9 bearings with programmable
  spindle speeds 3000 to 18,000 rpm minimum. The machine shall
  have an integral power drawbar layout with clamping and unclamping
  operations generating 612.3 kg (1,350 Ibs.) minimum clamp force.
  Clamp/unclamp shall be accomplished with push button controls.
  The machine shall have a standard SO #30 taper toolholders
  with a maximum collet/shank diameter of 18mm( 3/4 inch).  One(1
  ) 360 degree Programmable Rotary Aggregate System.  CONTROL
  FEATURES:  (a) The machine shall be furnished with not less
  than the following: (1) Remote electronic hand wheel;  (2)
  Controller keyboard;  (3) 9" high resolution CRT; (4) Linear/circular
  interpolation; (5) Machine operator panel; (6) Simultaneous
  3 axis control; (7) RS-232 port; (8) 120 meters (47K) memory;
    (9) Absolute/incremental programming; (10) Calculator type
  decimal input; (11) Fully DNC compatible; (12) Program number
  search; (13) Remote cycle start (14) Remote feed hold; (15)
  Cutter compensation;  (16) Tool length compensation; (17) Alarm/operator
  message display;(18) Inch/metric capability;  (19) Work coordinate
  system;  (20) Mirror image; (21) Run hour/part count display;
  (22) Program restart  (23) Background editing; (24) Dry run;
  (25) MDI operation; (26) Feed rate override;  (27) Spindle
  speed override;  (28) Dwell (G04);  (29) Optional block skip;
  (30) Sequence number search; (31) External work number search;
  (32) Alarm display;  (33) Program protect key switch; (34)
  Tool offset memory; (35) Current position display;  (36) Actual
  feed rate display; (37) Self diagnosis function; (38) 48 additional
  work coordinates; and  (39) Canned drill & tap cycles.  ELECTRICAL:
   The machine shall be design to operate on 440/480 volt 3 phase,
  60 Hertz power.   FRAME: The frame shall be constructed of
  heavy wall, structural steel tubing. The main frame shall be
  equipped with floor mounts and leveling pads. SPACE AND WEIGHT:
  (a) Height: 2675 mm (107 inches) minimum; (b) Depth:  3225
  mm (129 inches)minimum; (c) Inside bridge distance: 3150 mm
  (126 inches) minimum; (d) Floor to table: 775 mm (31 inches)
  maximum; (e) Width: 7325 mm (293 inches) maximum;  (f) Approx.
  weight: 10206 kg ( 22,500 Ibs) minimum VACUUM SYSTEM:  (a)
  Machine vacuum table shall be integral part of the machine
  and consist of two (2) zones with machined standoffs option
  and clamp hold downs for boards.  Vacuum zones shall be operated
  individually and overall system shall be controlled on/off
  at the operator control panel, and (b) This machine shall have
  a 25HP,357 CFM /29.85 HG/480V minimum rotary screw vacuum system
  with a heavy duty structural base with complete instrumentation,
  temperature and pressure monitoring features. The system shall
  be provided with a secondary in-line filter for maximum air
  filtration.  OPTIONAL EQUIPMENT: (a) One (1 ) adjustable aggregate
  360 degree around the "Z" axis; (b) One (1 ) 40 HP, 510 CFM,
  29.85 Hg. rotary screw vacuum upgrade; (c) One (1)120" x60"
  worktable upgrade; (d) Tooling Package - shall have eight (8)
  standard rougher and finish bits, two (2) toolholders, two
  (2) 3/4" collects, two (2) precision bearing nuts and one (1)
  tool presetter; and  (e) CAM system must be provided that will
  work inside of AutoCAD Version 13 and be knowledge based with
  at less one (1) customized postprocessor.  SHIPPING:  The contractor
  shall incorporate in his bid and be responsible for all shipping
  with accessories to the Waterways Experiment Station (WES),
  U. S. Army Corps of Engineers in Vicksburg, MS.  Any claim
  for loss and damages must be handled by the contractor.  SET
  UP AND TRAINING: The contractor shall provide training for
  operators at Army Corps of Engineers, WES, Vicksburg, MS facility,
  following installation, for six (6) persons minimum for five
  (5) days. Once the machine has been positioned, a factory trained
  technician shall level the machine and conduct a thorough pre-production
  test routine.  14.  WARRANTY: The manufacturer standard commercial
  warranty shall apply.  All bids should be delivered to Building
  3072 at the Waterways Experiment Station (WES), 3909 Halls
  Ferry Road, Vicksburg, MS  39180-6199, not later than 1400
  hours on 27 December 1996.  WES will accept faxed bids at 601-634-4328
  or 601-634-4319.  CNC Router Center shall be delivered to WES
  within 120 days after receipt of award.  The following FAR
  clauses are applicable to this procurement:  52.212-1, "Instructions
  to Offerors-Commercial Items"; 52.212-3, "Offeror Representations
  and Certifications-Commercial Items"; 52.212-4, "Contract Terms
  and Conditions-Commercial Items and Conditions"; 52.212-5,
  "Contract Terms and Conditions Required to Implement Statutes
  or Executive Orders-Commercial Items"; and 52.0217-0004, "Evaluation
  of Options Exercised at Time of Contract Award."  A completed
  copy of the provision at 52.212-3, "Offeror Representations
  and Certifications-Commercial Items" must be submitted with
  the offer.   Submit an amount for each of the following items.
  Supplies under this procurement are as follows:   Item:   0001,
  Description:   Furnish and deliver with accessories one CNC
  Router Center in accordance with the specification provided
  above; Quantity:  1; U/I:  ea;  Item:  0002, Description: 
  Equipment Optional Items as follows:  Item:  0002A; Description:
   Adjustable aggregate 360 degree around the "Z" axis; Quantity:
   1; U/I:  ea;  Item:  0002B; Description:  40 HP, 510 CFM,
  29.85 Hg. Rotary screw vacuum upgrade; Quantity:  1; U/I: 
  ea;  Item:  0002C; Description:  120" x 60" worktable upgrade;
  Quantity:  1; U/I:  ea;  Item:  0002D; Description:  Tooling
  package-shall have eight (8) standard rougher and finish bits,
  two (2) toolholders, two (2)  " colets, two (2) precision bearing
  nuts and one (1) tool presetter;  Quantity:  1; U/I:  ea; Item:
   0002E; Description:  CAM system must be provided that will
  work inside of AutoCAD Version 13 and be knowledge based with
  at less one (1) customized postprocessor; Quantity:  1; U/I:
   ea.   For additional information concerning this solicitation
  you may contact Emma M. Cessna (Contracting), 601-634-4013
  or Rufus McClodden (Technical), 601-634-2880.*****    

                                  CAROLYN A. BAILEY   
LINK http://www.wes.army.mil/contract.htm
LINKDESC: 
EMAIL cessna@ex1.wes.army,mil
EMAILDESC: 
CITE: (W-346 SN011011)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 34--Metalworking Machinery
OFFADD: Purchase Services Branch, Attn:  Code 535.3, Portsmouth
  Naval Shipyard, Portsmouth, NH  03801-2590
SUBJECT: 34 -- CARBIDE INSERTS, HOLDERS & RELATED HARDWARE
SOL N00102-97-Q-1062
DUE 011597
POC Carla Gordon, Contract Specialist, 207-438-1772 (cmg%530%pns@ns01.ports.navy.mil),
  Contracting Officer, Jack Balz, 207-438-2775.
DESC: Items 0001-0041, Carbide Inserts, various sizes and specific
  Kennametal part numbers, quantities vary between 100 and 200
  ea. Deliveries to Portsmouth Naval Shipyard, Portsmouth, NH
   03801-2590, 8 weeks after recipt of order.  Negotiations to
  be conducted with Kennametal, Inc., 1095 Day Hill Road, Windsor,
  CT 06095.  Numbered note 22 applies.
EMAILADD: cmg%530%pns@ns01.ports.navy.mil), Contracting Officer,
  Jack Balz, 207-438-2775.
EMAILDESC: 
CITE: (I-346 SN010901)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 38--Construction, Mining, Excavating, and Highway Maintenance
  Equipment
OFFADD: USAED, SACRAMENTO, CONTRACTING DIVISION, 1325 J STREET,
  SACRAMENTO CA 95814-2922
SUBJECT: 38--CRANE, TRUCK MOUNTED HYDRAULIC, 50-TON, PINE FLAT
  LAKE, PIEDRA, CA
SOL DACW05-97-B-0007
DUE 021997
POC PLAN ROOM FAX: (916)557-7842. Contract Specialist Andy Ortega
  (916)557-5243 or FAX: (916)557-7854. Contracting Officer Linda
  Hales. (Site Code DACA05)
DESC: Furnish Crane, Hydraulic, Truck-Mounted, 50-Ton, Grove
  Model TMS700B Series 50T or EQUAL, with the following capabilities
  and options: (l) 1,000 ft wire rope main hoist; (2) 1,000 ft
  auxiliary hoist with rope; (3) auxiliary boom nose; (4) 10-Ton
  auxiiary headache ball; (5) 45T block; (6) load moment and
  positive engaging anti-two block system; and (7) certified
  for use with man basket. Ship FOB Pine Flat Lake, Piedra, CA,
  approximately 23 miles east of Fresno, CA. This procurement
  will be conducted uner SIC code: 3531. The size standard for
  this SIC code is: 750 employees. The proposed contract is 100%
  set aside for small business concerns. Plans and specifications
  for this project must be ordered by the CUT OFF DATE of 06
  Jan 97 to ensure receipt of bid sets. Orders received beyond
  the CUT OFF DATE will not be honored. There is NO CHARGE for
  the specifications or drawings. Because a limited number of
  sets will be reroduced, copies are limited to one set per firm.
  Plans and specifications will be mailed out on or about 10
  Jan 97. Requests may be submitted by FAX, mail or in person
  to USAED, Sacramento, ATTN: Plan Room, 1325 J Street, Sacramento,
  CA 95814. Do not addres to the contract specialist for this
  will delay your order. Firms are requested to provide their
  name, street and mailing address, telephone number and FAX
  number, and the solicitation number of the project. All responsible
  small business sources may submit a bid which will be considered
  by the agency. Check our Internet Home Page for a listing of
  projects in the Sacramento District at http://www.usac.mil/cespk-ct/cont.html.
CITE: (I-346 SN010938)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 39--Materials Handling Equipment
OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET
  NW - Material Mgt Branch, WASHINGTON, DC 20534-0001
SUBJECT: 39--EDGEBANDER
SOL 1PI-R-0665-97
DUE 123096
POC Contracting Officer, TURNER, KYLE, 202-508-8503
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. The solicitation number is 1PI-R-0665-97 and
  this solicitation is issued as a Request for proposal (RFP).
  The date/time for receipt of proposals is DEC 30, 1996 at 1400
  hours. The solicitatin document and incorporated provisions
  and clauses are those in effect through Federal Acquisition
  Circular 90-42. The SIC is 3559. Contract Line item is: "Holzher"
  Model 1425SE Edgebander. Brand Name or Equal. Salient Characteristics
  Performance specifications: Features to include the a Cartridge
  glue system. The system is to be closed application system
  in which the glue is enclosed in an airtight chamber and cannotoxidize,
  discolor, burn, or become contaminated with wood dust. Quick
  (1 min.) glue change for different types. One universal magazine
  for solid edges, strips and coiled material. Central dust collection
  manifold. Sound/Dust protection hood covering all mahining
  stations. Technical Data: Operating system hot-cold side LH.
  Edgestrip thickness 0.3 to 5mm 4"- 1 3/4" panel length min.
  7in. Feed speed 11 m/min =35 FPM connected load 30amps at 230
  v. 3 phase. Glue Application: Flat nozzle with electro-pneumatic
  control and 3 minute heat-up time. Edgestrip magazines - "Universal"
  type for quick changes from strips to coiled material. Guillotine
  - Automatic fr coiled material up to 5.0mm. Pressure Mechanism:
  First large roll is driven with three (3) idle rolls to provide
  maximum pressure on the top, bottom, and middle of the edgestrip.
  This ensures a minimum glue line. Pressure adjustment for edgestrip
  type byquick selector lever. Working Station #1: End trim unit
  (1976k) with 1 HP high frequency motors. "UNI-POINT" swivel
  system for quick change from flush to bevel trimming without
  adjustments or blade changes. swivel can be pneumatically controlled
  from the control panel. End trim speed - 18,000 RPM. Working
  Station #2: Top and bottom trim unit with two (2) 1-1/2 HP
  highfrequency motors. Integrated precisio "copy" device. Units
  will trim up to 5mm material flush, radius and chamfer without
  tooling change. Units can move from flush to radius trimming
  pneumatically, from the control panel. Edgetrimmer speed-18,000
  RPM. Working Station #3: Scraping unit to finih and remove
  knife marks created by the tip and bottom trimmer units, primarily
  on thick PVC edgings. Uses carbide scraping knives on the top
  and bottom edges with horizontal and vertical tracing. Working
  Station #4: Buffing Unit Complete with two 1 HP motors and
  air cylinders for plunge action to avoid dubbing the ends of
  the PVC edgebanding, this unit will polish the PVC edgeings
  and remove any sharp edgs after trimming, eliminating any additional
  handwork. Tiltable up to five (5) degrees. Space Required:
  length 145", width 40", clearance to wall 16". Standard equipment:
  Set of two TCT end trim saw blades, two (2) cutters for 1942M
  flush trim unit, Two (2 cloth buffing wheels, sound/dust protection
  hood, tool kit, and owners manual. Pneumatic Changeover System
  should be included. Allows moving end trim motors from square
  to chamfer cut from control panel, as well as control of a
  1929 scraper unit. Contractor shall provide for a warranty
  to include parts and labor. Contractor will provide Delivery
  and Set-up and two (2) additional follow up visits for coninued
  support and training, at 30 and 90 day from date of installation.
  Delivery of system is 90 days after award. Delivery/acceptance
  shall be at Destination to FCI, Englewood, 9595 West Quincy
  Ave, Littleton, Colorado, 80123. A Firm Fixed Price contract
  s anticipated. The provision at FAR 52.212-1, Instruction to
  Offerors-Commercial, applies to this acquisition. Clause 52.212-2,
  Evaluation -Commercial Items is applicable. Evaluation procedures
  is: Past Performance and Price. Offerors shall provide a list
  of contracts held with Federal, State, Local Government or
  private contracts performed by offerors that were similar in
  nature to this requirement. The Goverment reserves the right
  to make award on initial offer received, without discussion.
  Offerors shall submit signed and dated offers, either on a
  SF33, or letterhead stationary to Federal Prison Industries,
  320 First St. N.W., 4th floor, Attn: Bid Custodian,Washington
  D.C. 20534 or overnight or express mail to 311 First St N.W.
  ACACIA, 4th Floor, Attn: Bid Custodian. Facsimile offers are
  accepted at 202/508-8498. Clause 52.215-18 Facsimile Proposals
  is applicable. Offers must be received by 2:00 pm, Dec 30,
  1996 and indicate name, address and telephone number of bidder,
  technical description of the item(s) being offered insufficient
  detail to evaluate compliance wih the requirements in the solicitation,
  terms of any expressed warranty, price and any discount terms,
  remit to address if different than mailing address, a completed
  copy of representations and certifications at FAR 52.212-3,
  Offeror Representations and Crtifications -Commercial Items;
  acknowledgement of all amendments. Offeror must hold prices
  firm in its offer for 30 calendar days from the date specified
  for receipt. If offer is not submitted on a SF33, a statement
  specifying the extent of agreement with all terms, conditions,
  and provisions included in the solicitation. All offers that
  fail to furnish required representations and certificatons
  or information or reject the terms and conditions of the solicitation
  may be excluded from consideration. Clause 52.212-4, Contract
  Terms and Conditions-Commercial Items, applies to this acquisition.
  Clause 52.212-5, Contract Terms and Conditions Requied to Implement
  Statutes or Executive orders- Commercial Items, applies to
  this acquisition. Clause 2852.210- 70, Brand Name or Equal.
  A written notice of award or acceptance of an offer mailed
  or otherwise furnished to the successful offeror within the
  time for acceptance specified in this synopsis/solicitation,
  shall result in a binding contract without further action by
  either party. The offer must speify business size and classification.
  Documents cited in the solicitation may be obtained by written
  faxed request. Contact Kyle A. Turner at 202/508-8503 for information
  regarding this solicitation. FAX
CITE: (I-346 SN010934)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 39--Materials Handling Equipment
OFFADD: U.S. Postal Service, Purchasing and Materials Service
  Center, Attn: JIM NAILS, 225 N. Humphreys Blvd., Memphis TN
  38166-6260
SUBJECT: 39--CONVEYORS
SOL 475630-96-A-Q065
DUE 022497
POC J.D. Nails, Purchasing Specialist, (901) 747-7541.
DESC: Conveyors (PSINs 1922A, 1922B, and 1940) to be manufactured
  in accordance with USPS specifications and drawings. Delivery
  will be made to various locations F.O.B. Origin. Request for
  solicitations must be in writing and received within 10 days
  after the date of this notice. All requests must include a
  check for $25.00 to cover postage and handling. The supply
  of specifications and drawings are limited and will be furnished
  on a first-come basis until supply is exhausted. Solicitation
  will be issued on or about 01/24/97. All responsible sources
  may submit an offer. No telephone request for the solicitation
  will be accepted.
CITE: (M-346 SN010970)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 42--Fire Fighting, Rescue and Safety Equipment
OFFADD: DOI, Fish and Wildlife Service CGS, Mail Stop 60181,
  P.O. Box 25486, DFC, Denver, CO 80225
SUBJECT: 42--FIRE PUMP/TANK UNIT
SOL 1448-60181-97-Q029
DUE 012097
POC POC:  Cathleen DeBerry/Procurement Assistant, 303/236-5412
  x221; David M. Clack, Contracting Officer, 303/236-5412 x228
DESC: Furnish and install a fire pump/tank unit on a Government
  furnished, 1996 Navistar model 4800 truck. The Government will
  deliver the truck to the Contractor's site.  The completed
  unit shall be delivered, by the Contractor, to the C.M. Russell
  National Wildlife Refuge, Airport Road, Lewistown, Montana.
  The Request for Quotations will be available  on or about December
  26, 1996.  This is a total small business set-aside.  Please
  Fax request for Solicitation package to 303/236-4791, state
  Solicitation No., Company Name, Mailing Address, and Telephone
  Number on request.
CITE: (I-346 SN010835)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 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 HALF, QUICK.
SOL SP0740-97-Q-0525
DUE 013097
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  John Lidonnice (614 )692-4711
DESC: PR-NO:  YPC96319001017 NSN 4730-00-009-3750, CAGE 11362
  Part No  F7108-08P-N1 CAGE 26512 Part No A51H9186-1 coupling
  half, quick  disconnect.  I/A/W Parker symetrics part number
  F7108-08P-N1.  55 -EA  Del to Norfolk VA 23512-0001 Del 150
  days after award 58 -EA Del to San  Diego CA 92136-0000 Del
  150 days after award 33 -EA Del to Tracy CA  95376-5000 Del
  150 days after award solicitation not available until 15  days
  after published in the CBD.  Specifications, plans or drawings
  are not  available.  Approved sources are:  Parker Hannifin(11362)
  Grumman  Aerospace Corp(26512)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-346 SN010745)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 48--VALVE, SOLENOID. 440 VOLTS, AC
SOL SP0760-96-Q-0243
DUE 013097
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer  (name/phone)L.M.SPRUILL (614)692 -1102
DESC: PR-NO:  YPC96066001410 NSN 4810-01-189-2111, CAGE 99657
  Part No  MV224F 281595-0001 valve, solenoid. bronze SALT water
  applic.  Marotta  Scientific controls P/N MV224F 281595-0001
  4 -EA Del to Jacksonville FL  32212-0097 Del by 31 Mar 97.
   Solicitation not available until 15 days  after published
  in the cbd.specifications, plans or drawings are not  available.automated
  best value model(ABVM) applies.while price may be a  significant
  factor in the evaluation of offers, the final award decision
   will be based upon a combination of price and past performance,
  as  described in the solicitation.this request will be issued
  via a written  rfq.the estimated award date will be 01 Mar
  97.  All responsible sources  may submit offer which DCSC shall
  consider.
CITE: (I-346 SN010739)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 48-VALVE ASSEMBLY,MANI
SOL N0010497QTM79
DUE 012997
POC Contact Point, Patricia M Mertle, 0244.12, (717)790-1762,
  Fax, (717)790-2764, Twx, Not-avail, Contracting Officer, Thomas
  Fiorenza, 0244, (717)790-3998
DESC: NSN 7H-4820-01-189-8739, SPEC NR TDP VER 001, Qty 3 EA,
  FMS Requirement - Destination will be Furnished Upon Request,
  See Note 9
CITE: (I-346 SN010954)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: Carderock Division Naval Surface Warfare Center, Ship
  Systems Engineering Station, Bldg. 77L, Philadelphia, PA 19112-5083
SUBJECT: 48 -- DRESSER VALVES AND CONTROL DIV., NIL-COR OPERATIONS,
  INC., MODIFIED PROTOTYPE COMPOSITE BALL VALVES
SOL N65540-97-Q-62YV
DUE 011097
POC Linda Stiemke, Purchasing Agent, (215) 897-8402.
DESC: Naval Surface Warfare Center, Carderock Division (NSWCCD),
  intends to procure, on a sole source basis from Dresser Valves
  and Control Div, Nil-Cor Operations, Inc. a modified 6-inch
  and a 12-inch prototype composite ball valve. Delivery will
  be completed 120 days after contract award. Request for solicitation
  may be sent via facsimile to (215) 897-7059. See Numbered Note(s):
  22.
CITE: (I-346 SN011035)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: Commanding Officer, Navy Public Works Center, Procurement
  Division, Code 861, Pearl Harbor, Hawaii 96860-5470
SUBJECT: 48--BOWL ASSEMBLY FOR VERTICAL TURBINE PUMP
SOL N62755-97-Q-0015
DUE 123196
POC Michele Loo, (808) 474-6498, FAX (808) 474-6808.
DESC: This procurement is set aside for small business concerns.
  This is a combined synopsis/solicitation for commercial items
  and is issued as a Request for Quotation under N62755-97-Q-0015.
  Separate written solicitations will not be issued. The standard
  industrial classification code is 3463. This requirement is
  for a fixed price contract for one line item as follows: Line
  item 0001: Assembly, (1) Four  stage vertical turbine, (2)
  All SAE 63 bronze, (3) To match existing serial no. 243196
  thru 98, (4) SAE 63 bronze bowls, (5) SAE 63 bronze impellors,
  (6)  Cutlass bearings, (7) 316 stainless steel bolting, mfg:
  Peerless PN 16HXB-4 stage or equal. The provision at FAR 52.212-1,
  Instructions to Offerors--Commercial Items applies. The provision
  at FAR  52.212-3,  Offeror Representation and Certification--Commercial
  Items applies and is required with proposal.  FAR 52.212-4,
   Contract Terms and Conditions--Commercial Items applies. FAR
  52.212-5, Contract Terms and Conditions Required to Implement
   Statutes or Executive Orders--Commercial Items applies with
  the following  applicable clauses: FAR  52.203-6, Restrictions
  on Subcontractor Sales to the Government with Alternate I;
  FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative
   Action for Special Disabled and Vietnam Era Veterans; FAR
  52.222-36, Affirmative Action  for Handicapped Workers;  FAR
  52.222-37, Employment Reports on Special Disabled Veterans
  and Veterans of the Vietnam Era;  FAR 52.225-3, Buy American--Supplies.
  Add the following addendum  clause: FAR 2.211-5, New Material.
  DFARS 252.212-7001, Buy  American Act and Balance of Payments
  Program applies. This solicitation will be evaluated  on price
  and best  delivery  time. Quotations must be received no later
  than 3:30 p.m., local  time,  31 December 1996. Quotations
  to be mailed  to the Commanding Officer, Navy Public  Works
  Center, Procurement Division (Code 861),  Pearl Harbor, HI
  96860-5470 or FAX (808) 474-6808.
CITE: (M-346 SN011047)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 49--Maintenance and Repair Shop Equipment
OFFADD: Contracting Officer, NDANG/LGC, 1400 28th Ave. N., Fargo,
  ND 58102-1051
SUBJECT: 49--RECYCLING, SOLVENT PARTS WASHER
SOL DAHA32-97-T0090
DUE 011097
POC Dwight A. Murphy, SMS, Contracting Officer, (701) 241-7332.
DESC: Recycling, Solvent Parts Washer: Washer must be capable
  of operating according to the following description. Washer
  uses a chemical solvent for cleaning away greases, lubricants,
  dirt and other similar contaminants. The washer must be able
  to recycle the used chemical solvent within the washer unit
  for reuse repeatedly. Gulf Coast Filters' Part Number: 30G/PW/F-1/PWP
  or equal. Washer must meet the following Specifications: Unit
  size: 46" x 20-1/4" x 36-1/4". Tank size: 29-1/2" x 19-3/4"
  x 11-3/4". Power requirements: 115 volt electric pump. Washer
  unit shall contain the following: Heavy duty metal stand and
  shelf, flexible metal spigot, screened sludge filter pad. Steel
  tank   has removable inside shelf. If bidding an equal item,
  send item specifications and brochure with your RFQ. Delivery
  shall be F.O.B. Destination, Fargo, ND 58102-1051, within 30
  days after Government issuance of order. Any potential source
  which feels that they can meet these supply requirements must
  notify the Contracting Office in writing or by FAX. No telephone
  requests will be accepted. The FAX number to the NDANG Contracting
  Office is (701) 241-7334.
CITE: (M-346 SN011061)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 51--Hand Tools
OFFADD: GSA FSS TACC TAD (6FESI-E9) 1500 E. Bannister Road Kansas
  City,  Mo 64131
SUBJECT: 51--JEWELERS TOOLS
SOL 6FES-97-0053-S
DUE 011397
POC Carol Clark (816) 926-5842
DESC: 5120-00-221-7097, screwdriver, ratchet; 5120-00-255-1096,
   screwdriver, ratchet; 5120-00-180-0728, screwdriver, jeweler's
  swivel  knob; 5120-00-180-0729, screwdriver, jeweler's swivel
  knob;  5120-00-288-8739, screwdriver set, jewelers; 5120-00-595-9574,
   screwdriver offset ratcheting; 5120-00-832-6221, screw starter,
  hand.
CITE: (I-345 SN010722)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 51--Hand Tools--Potential Sources Sought
OFFADD: GSA FSS TACC TAD (6FESI-B3) 1500 E. Bannister Road Kansas
  City,  Mo 64131
SUBJECT: 51--WRENCH SET, SOCKET, MATERIAL STEEL, FINISH CHROME
  PLATED  TOOLS
SOL 6FES-96-B7723
DUE 011097
POC Loretta Martin, (816) 926-1721
DESC: Wrench set, socket; material-steel; finish-chrome plated
  tools;  3/8 "sq.  Drive set, includes 11 EA. STD lgth 12-PT.
  sockets, 1 EA  STD. handle sealed ratchet, 1 EA. speeder handle
  1 EA. 9-1/2" Long  hinged handle (break bar), 1 ea.universal
  joint, 1 EA. 3 "bar  extension, 1 EA. 6" bar extension, & 1
  each 11 "bar extension;  furnished in a painted metal box.
   FOB:  destination. snap-on parttool  P/N 218FPB.  POC is Loretta
  Martin (816).
CITE: (I-345 SN010724)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 52--Measuring Tools
OFFADD: GSA FSS TACC TAD (6FESP-F7) 1500 E. Bannister Road Kansas
  City,  Mo 64131
SUBJECT: 52--PRECISION HAND TOOLS
SOL 6FES-F7-96F701-S
DUE 021397
POC Margaret Conroy (816) 823-1284
DESC: Solicitation is anticipated to be issued on or about January
  7, 1997.   Resulting contract(S) will be for the period of
  06-01-97 to 05/31/99.   This solicitation will be a sealed
  bid, fixed price, requirements type,  indefinite delivery,
  non stock 2-YEAR contract with 3/1-YEAR options to  extend
  the term of the contract.  This solicitation contains Ten (10)
   national stock numbers.  ITEM1 - 5210-00-222-4565, Vernier
  caliper,  IAW Fed spec GGG-C-111C.  Estimated 2-YEAR quantity
  - 116 each.  Item 2 -  5210-00-347-2613, replacement measuring
  tape, Cooper P/N 01293SF/590 or  equal.  Estimated 2-YEAR quantity
  - 515 each.  Item 3 5210-00-450-6920,  combination square,
  IAW Fed spec GGG-S-656E.  ESTIMATED2-YEAR quantity -  511 each.
   Item 4 - 5210-00-567-9545, inside micrometer, brown sharp
   P/N 599-281-20 or equal.  Estimated 2-YEAR quantity - 47 each.
   Item 5 - 5210-01-054-9934, petroleum gage stick, IAW Army
  Tank drawing #11685988.   Estimated 2-YEAR quantity - 625 each.
   Item 6 - 5210-01-070-4543,  cylinder gage, Kent Moore P/N
  J-5347-B or Oshkosh Truck P/N 2KM104.   Estimated 2-YEAR quantity
  58 each.  Item 7 - 5210-01-083-2926,  petroleum gage stick,
  IAW army mobility drawing #13217E7144.  Estimated  2-YEAR quantity
  - 1,677 each.  Item 8 - 5210-01-200-4526, dial  indicator,
  Stanadyne Automotive P/N 19969 or Kent Moore P/N j-35212. 
   Estimated 2-YEAR quantity - 99 each.  Item 9 - 5210-01-217-7264,
   measuring tape, Cooper P/N CN1295SF/590/bob.  Estimated 2-YEAR
  quantity -  369 each.  Item 10 - 5210-01-249-0368, automatic
  indicator, Stanadyne  Automotive P/N23745.  Estimated 2-YEAR
  quantity - 131 each.  Items 5  and 7 will be set-aside for
  small business.  The remaining items will not  be a total small
  business set-aside.
CITE: (I-345 SN010723)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 53-SEAL ASSEMBLY
SOL N0010497RFB24
DUE 012997
POC Contact Point, Susan M Middleton, 0243.16, (717)790-2802,
  Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, Brian
  C Garrett, 0243, (717)790-3918
DESC: NSN 7H-5330-01-147-2560-L1, SPEC NR TDP VER 001, Qty 6
  EA, Delivery FOB Origin--L1/SS ITEM WHICH WILL BE ACQUIRED
  FROM APPROVED SOURCES ONLY.  CONTRACTS WILL  BE AWARDED TO
  OFFERORS WHOSE INSPECTION SYSTEM CONFORM TO MIL-I-45208A AS
  CERTIFIED BY A JOINT DCAS/NAVICP SURVEY TEAM.  INFORMATION
  ABOUT THE  QUALIFICATION REQUIREMENT MAY BE OBTAINED FROM NAVICP.
   CODE 8452, P. O. BOX  2020, MECH., PA  17055-0788., See Note
  22
CITE: (I-346 SN010955)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 54--Prefabricated Structures and Scaffolding
OFFADD: Afftc/pkad Directorate Of Contracting, 5 S Wolfe Ave,
  Edwards Afb Ca 93524-1185
SUBJECT: 54--PURCHASE OF BUILDING
SOL f578767
DUE 011297
POC Mike Keeling kjbslhfblsbjbflb
DESC: Edwards AFB CA has a requirement for 1 each modular building
  meeting the following general description: 20' x 60' bldg,
  ceiling height A.F.F. 8', minimum roof load 20 psf, minimum
  floor load 50 psf, to include AC power supply, bench top type
  ionizing blowers, work stations, work benches, and Pur-Air
  fume extraction systems.  Complete list of specifications and
  drawings will be provided in Request for Quote (RFQ).  This
  acquisition is a 100% small business set-aside.  The SIC code
  is 2452.  The size standard is 500 employees.  All offerors
  interested in being placed on the bidders mailing list must
  fax in their request to (805) 258-9656.  Phone requests to
  be placed on the bidders mailing list will not be honored.
   Anticipated date for issuance of RFQ is 31 Dec 96.  Anticipated
  award date is 24 Jan 97. 
CITE: (W-345 SN010713)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 55--Lumber, Millwork, Plywood and Veneer
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 55--PLYWOOD, SOFTWOOD, CONSTRUCTION; I/A/W COMM'L ITEM
  DESC.  A-A-55057, TYPE A (PS1-95).
SOL SP0500-97-Q-0580
DUE 010197
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Jeff Kochanowicz/WAA04/X0955 buy er:
   Lisa  vivino/WAA26/X5590
DESC: PR-NO:  YPI96339000859 NSN 5530-00-128-5531, plywood, Const;
   I/A/W A-A-55057A, type a (PS1-95) grade:  a-b int/ext size:
   3/4 "X 48"  X 96 ".  Full and open competition apply 1,500
  -SH Del to Pusan Korea  KS Del by 13 Jan 97.  RFQ due date
  97 Jan 02 specs:  I /A/W CID NR  A-A-55057A predominant mater:
   plywood, softwood size/dimen:  48 X 96,  3 / 4 thickness primary
  quantity:  1500 delivery schedule:  14 days this  is a small
  business set-aside, the size standard is 500 specs/Dwgs are
   not required to obtain a copy of this solicitation please
  FAX request to  (215) 697-6333, X1462, X2978.
CITE: (I-346 SN010771)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 55--Lumber, Millwork, Plywood and Veneer
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 55--LUMBER, SOFTWOOD, BOARD; IN ACCORDANCE WITH FED.
  SPEC.  MM-L-751. ALL SPECIES PERMITTED
SOL SP0500-97-Q-G531
DUE 122796
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Jeff kockanowicz/WAA07/X3225 buye R:
   Kathy  kines/WAA07/X3225
DESC: PR-NO:  YPI96305000519 NSN 5510-00-167-6854, lumber, softwood;
   I/A/W MM-L-751.  Grade:  2 COM/Const/NO.1 board size:  1 "X
  12".   Full and open competition apply 35,274 -BF Del to Rock
  Island IL 61299  Del by 13 Dec 96.  RFQ due date 96 Dec 27
  specs:  MM-L-751 predominant  mater:  lumber, softwood, board
  size/dimen:  1 X 12 primary quantity:   35274 deliveries to
  CONUS(excluding Alaska) delivery schedule:  14 days  this is
  a small business set-aside, the size standard is 500 specs/Dwgs
   are not required to obtain a copy of this solicitation please
  FAX request  to (215) 697-6333, X1462, X2978.
CITE: (I-346 SN010812)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 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--CIRCULATOR, RADIO FR
SOL SP0970-97-Q-A044
DUE 012197
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96204000708 NSN 5985-01-136-6322, CAGE 24930
  Part No  G300342S1 5 -EA Del to Mechanicsburg PA 17055-0789
  other than full and  open competition:  part numbered item
  products offered clause applies.   Various increments solicited:
   5-5, 6-9, 10-19, 20-29, 30-39, 40-49.   PR quantity:  5 EA
  line 1, quantity 5, SW3100 Mechanicsburg, PA  17055-0789 delivery
  schedule:  60 days set-aside:  unrestricted (sole  source/single
  source) (no preference).  Size standard:  750 all  responsible
  sources may submit offer which DESC shall consider.
CITE: (I-346 SN010783)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Commander, Naval Sea Systems Command, SEA 02423W, 2531
  Jefferson Davis Hwy, Arlington, VA  22242-5160
SUBJECT: 59--ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS
SOL N00024-97-R-4050
POC POC: Mr. William C. Randolph/02423W 703/602-0200; PCO Mr.
  P. Troia/02423 703/602-0201
DESC: The Naval Sea Systems Command (NAVSEA) intends to award
  a sole source contract to Power Paragon, Inc. (PPI) (previously
  Teledyne Inet), 901 East Ball Road, Anaheim, CA 92805 for the
  procurement of three (3) Air Cooled Solid State Frequency Converters
  (60/400Hz) and associated data, plus an option for engineering
  services and support. Under a Memorandum of Understanding (MOU)
  executed 11 February 1983, PPI conveyed to the Government a
  royalty-free license for the technical data to this equipment
  to be used for US Government requirements only, so that when
  the Government procures converters using a foreign nation's
  funds under an FMS Letter of Agreement, the units must be procured
  sole source from PPI. As a result, these converters are not
  subject to the Government's royalty-free license agreement
  since they are being procured as replacement units under FMS
  Case BA-P-GAI.
CITE: (I-346 SN010790)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 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-A101
DUE 012397
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96281001816 NSN 5985-01-331-8710, CAGE U1907
  Part No  16-112P21 CAGE 63563 Part No 16-112P21 CAGE 76301
  Part No 16-112P21 14 - EA Del to Mechanicsburg PA 17055-0789
  other than full and open competition:   part numbered item
  products offered clause applies.  Various incremets  solicited:
   1-5, 6-9, 10-15, 16-19, 20-25, 26-30 PR quantity:  14  EA
  line 1, quantity 14, SW3100 mecanicsburg, PA 17055-0789 delivery
   schedule:  60 days set-aside:  unrestricted (sole source/single
  source)  (no preference) size standard:  750 all responsible
  sources may submit offer  which DESC shall consider.
CITE: (I-346 SN010826)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 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--LOAD WAVEGUIDE
SOL SP0970-97-Q-A073
DUE 012397
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96313001089 NSN 5985-01-007-8316, CAGE 66775
  Part No  L284BH1 CAGE 97942 Part No 581R720H01 7 -EA Del to
  Lathrop CA 95330 other  than full and open competition:  part
  numbered item products offered  clause applies.  Various increments
  solicited:  7-7, 8-19, 20-29,  30-39, 40-49, 50-59.  PR quantity:
   7 EA line 1, quantity 7, W62G2T  Stockton CA 95296-0130 delivery
  schedule:  60 days set-aside:   unrestricted (sole source/single
  source) (no preference) size standard:   750 all responsible
  sources may submit offer which DESC shall consider.
CITE: (I-346 SN010827)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Commander, U.S. Army Missile Command, Acquisition Center,
  Redstone Arsenal, AL 35898-5280
SUBJECT: 59 -- CIRCUIT CARD ASSEMBLY
SOL DAAH01-97-R-A040
DUE 011097
POC AMSMI-AC-CDDA, Donna Willard Contracting Officer, 205-876-4250.
DESC: Synopsis No. 5377-96 (MA) NSN 5999-01-165-6545, Army P/N
  1D49717-1. This item has been identified as having a potential
  for significant quantity fluctuation due to the Army's changing
  supply demands. As such, an Incremental Quantity Program solicitation
  will be issued utilizing Incremental Quantity Program provisions
  to reflect a minimum quantity of 40, known quantity of 54,
  and a maximum quantity of 65. Plus options for base year and
  two program years. Destinations to be furnished. Delivery schedule
  220 days after contract award. Offerors must be approved and
  qualified. This proposed contract action is for supplies or
  services for which the Government intends to solicit and negotiate
  with only one, or a limited number of sources. Suggest that
  small business firms or others interested in subcontracting
  opportunties in connection with this procurement, make contact
  with the firm(s) listed. The Government does not possess sufficient
  documentation to acquire this item from other than the qualified
  source. RFP will be issued to McDonnell Douglas Corporation,
  Defense and Electronics Systems, 5301 Bolsa Ave., Huntington
  Beach, CA 92647. All responsible sources may submit a bid,
  proposal, or quotation which shall be considered by this agency.
  Request solicitation package from address above, ATTN: AMSMI-AC-MOD,
  FAX 205/876-9633. The most recent representative unit price
  and quantity relative to this acquisition is NSN 5999-01-165-6545,
  Awd Date 012296, Qty 8, Unit Price $3,733.00. The Government
  provides this price history without assuming the responsibility
  for any resulting conclusions or interpretations that may be
  made. The price history is provided for informational purposes
  only and should not be relied upon as a basis for offer/bid.
  Adequate drawings, specifications or other technical data are
  not available for this procurement and will not be furnished.
  Potential offerors are encouraged to pursue qualifications
  for future buys in accordance with MICOM Pamphlet 702-1 available
  through Internet. See Numbered Note(s): 22.
CITE: (I-346 SN010845)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Commander, U.S. Army Missile Command, Acquisition Center,
  Redstone Arsenal, AL 35898-5280
SUBJECT: 59 -- CIRCUIT CARD ASSEMBLY
SOL DAAH01-97-T-0157
DUE 011097
POC AMSMI-AC-CDDA, Donna Willard Contracting Officer, 205-876-4250.
DESC: Synopsis No. 5395-96 (MA) THIS IS A COMBINED SYNOPSIS/SOLICITATION,
  PRON D1701343; NOUN: CIRCUIT CARD ASSEMBLY; NSN 5999-01-269-3449,
  Army P/N 350414, 65 each. INSPECTION/ACCEPTANCE POINTS: SOURCE;
  INSPECTION REQUIREMENTS: MIL-Q AND MIS-50000; BAR CODE MARKING
  REQUIRED. FOB POINT: DESTINATION; DESTINATION: XU TRANSPORTATION
  OFFICER, RED RIVER ARMY DEPOT, TEXARKAMA, TX 75507-5000: PACKAGING:
  C/C IAW AL00000100, SUPPLEMENTED BY MIL-P-116J. DELIVERY SCHEDULE
  220 DAYS AFTER CONTRACT AWARD, BEST POSSIBLE DELIVERY REQUESTED
  Offerors must be approved and qualified. The Government intends
  to solicit and negotiate with only one, or a limited number
  of sources. Suggest that small business firms or others interested
  in subcontracting opportunities in connection with this procurement,
  make contact with the firm(s) listed. The Government does not
  possess sufficient documentation to acquire this item from
  other than the qualified source. Restricted Source is Smyetrics
  Industries Incorporated, 557 North Habor City Boulevard, Melbourne,
  FL 32935. All responsible sources may submit a bid, proposal,
  or quotation which shall be considered by this agency. Request
  solicitation package from address above, ATTN: AMSMI-AC-MOD,
  FAX 205-876-9633. The most recent representative unit price
  and quantity relative to this acquisition is NSN 5999-01-269-3449,
  Awd Date 041796, Qty 57, Unit Price $572.00. The Government
  provides this price history without assuming the responsibility
  for any resulting conclusions or interpretations that may be
  made. The price history is provided for informational purposes
  only and should not be relied upon as a basis for offer/bid.
  Adequate drawings, specifications, or other technical data
  are not available for this procurement and will not be furnished.
  Potential offerors are encourage to pursue qualification for
  future buys in accordance wit MICOM Pamphlet 702-1 available
  through Internet. SIC Code 3679; Number of employees 500. Quotes
  should be submitted to Commander, U.S. Army Missile Command,
  Acquisition Center, AMSMI-AC-CDDA, ATTN Donna Willard, Redstone
  Arsenal, AL 35898-5280. Reference DAAH01-97-T-0159. See Numbered
  Note(s): 22.
CITE: (I-346 SN010846)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 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 (FMJ), Rock Island, IL
  61299-7630
SUBJECT: 59 -- SWITCH ASSY
SOL DAAE20-97T0081
DUE 020397
POC Contract Specialist: Phyllis Smith (309) 782-3625, PCO: Allen
  J. Hale (309) 782-6736
DESC: 5930-01-021-9569, Part Number 11747182. Switch Assy, consisting
  of a AL-Alloy mounting plate 1.5 inch by 2 9/16 inch by 3/32
  inch thick with holes for mounting 2 variable resistors with
  knobs, electrical mounting steed and fixed resistor. Some engraving
  or etched lettering required. Requirements are 88 ea Switch
  Assy. 5998-01-063-6380, Part Number SM-D-804966. Aux. Rectifier
  Circuit Board Assy consisting of a 3.5 inch by 4.8 inch printed
  circuit board with components, tested per specifications required.
  Requirements are 19 ea Circuit Card Assy. 5999-01-019-4617,
  Part Number 11732377. Circuit Drive Assy, mirror drive electronics
  6.25 inch by 7.5 inch printed circuit provides mirror deflections,
  mirror motor drives mirror rangefinder fail flags for the laser
  rangefinder. Requirements are 25 ea Circuit Assy. For use on
  the M60A3 Tank. FOB is Destination. The proposed contract will
  include a 100 percent option. All or part of this action is
  an unfunded FY97 requirement. Estimated issue date of this
  solicitation is 010297. Failure to properly address requests
  for solicitation in accordance with this CBD notice will result
  in non-receipt of the solicitation package. Failure to properly
  address bids/offers in accordance with solicitation instructions
  may result in a late bid which cannot be considered. Written,
  fax or electronic requests for solicitation packages are accepted.
  No telephone requests will be honored. Requests for copies
  of this solicitation should include your commercial and government
  entity (CAGE)(if a CAGE code has been assigned to you) along
  with your name, address, datafax number, and solicitation number.
  The fax number for requests is (309) 782-4728. Electronic requests
  may be accepted through the Automated Acquisition Information
  System (AAIS). All ACALA solicitations are available for viewing/downloading,
  in addition to procurement history, via the AAIS. The AAIS
  can be accessed electronically, 24 hours a day, using a modem
  set to dial (309) 782-7648. Terminal emulation should be VT100,
  no parity, 8 data bits and 1 stop bit. Once connected, enter
  "aais" at the "LOGIN" prompt. At the "PASSWORD" prompt depress
  the "ENTER" key. If electronic means is not possible, procurement
  history will be provided telephonically at (309) 782-8094 on
  a limited basis. See Note(s): 1.
CITE: (I-346 SN011016)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Commander, Naval Air Warfare Center Weapons Division,
  Code 230000D, 1 Administration Circle, China Lake, CA 93555-6100
SUBJECT: 59 -- MANHOLES (ELECTRICAL VAULT)
SOL N68936-97-Q-0556
DUE 010697
POC POC Jean Daniel, Purchasing Agent, (619) 939-0852 or Susan
  Rizzardini, Contracting Officer, (619) 939-9653. The Naval
  Air Warfare Center Weapons Division China Lake intends to procure
  15 Manholes (electrical.
DESC: The Naval Air Warfare Center China Lake intends to procure
  15 Manholes (electrical vault). Specifications and drawing
  will be provided at the time the quote is issued. All requests
  shall be in writing and may be faxed to Jean Daniel, (619)
  927-3488, or mailed to NAWCWPNS, Code 230000D, Attn: Jean Daniel,
  Bldg. 00671, China Lake, CA 93555-6100. Request for quote will
  be available on or about 97 JAN 06. Award is expected to be
  made on or about 97 JAN 27. All responsible sources may submit
  a quote which will be considered by the agency. The SIC Code
  is 3271 and the Small Business size is 500 employees. Award
  under FAR Part 12, Commercial items.
CITE: (I-346 SN011019)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: US Army, CECOM Acquisition Center, Ft. Monmouth, New
  Jersey 07703-5008
SUBJECT: 61 -- DC MOTOR
SOL DAAB07-97-R-A509
DUE 021397
POC Howard Wiener, Contract Specialist, AMSEL-ACCA-A-AD(WIE)
  (908) 532- 5538, Contracting Officer, AMSEL-ACCA-A-AD(KOR)
  Theodore Kordower, (908) 532-1889.
DESC: This is a sole source acquisition for 45 each, DC Motor,
  P/O OE-361/G Satellite Antenna Group), NSN 6105-01-182-2071.
  Delivery will be to New Cumberland Army Depot, PA. In accordance
  with Source Control drawings A3020736-001. A 100% increase
  option clause will be included. This acquisiton is Sole Source
  to Bison Gear and Engineering Corp., Downers Grove, IL 60515.
CITE: (I-346 SN011031)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: US Army, CECOM Acquisition Center, Ft. Monmouth, New
  Jersey 07703-5008
SUBJECT: 61 -- DC MOTOR
SOL DAAB07-97-R-A509
DUE 021397
POC Howard Wiener, Contract Specialist, AMSEL-ACCA-A-AD(WIE)
  (908) 532- 5538, Contracting Officer, AMSEL-ACCA-A-AD(KOR)
  Theodore Kordower, (908) 532-1889.
DESC: This is a sole source acquisition for 45 each, DC Motor,
  P/O OE-361/G Satellite Antenna Group), NSN 6105-01-182-2071.
  Delivery will be to New Cumberland Army Depot, PA. In accordance
  with Source Control drawings A3020736-001. A 100% increase
  option clause will be included. This acquisiton is Sole Source
  to Bison Gear and Engineering Corp., Downers Grove, IL 60515.
CITE: (I-346 SN011043)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: 37th Contracting Squadron, 1655 Selfridge Avenue, Lackland
  AFB, TX 78236-5253
SUBJECT: 61 -- AQUARAM COLOR CHANGE AND POWER SUPPLY
SOL F41636-97-T3982
DUE 011097
POC Austin Foiles, (210) 671-1724, FAX (210) 671-5063
DESC: This is a combined synopsis/solicition 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 solicition: proposals are being requested
  and a written solicition will not be issued. This solicition
  is issued as a request for quotation (RFQ). Submit quotes (no
  oral ones), on requesition F41636-97-T-3982. This procurement
  is restricted to small business only. This solicition document
  and incorporated provisions and clauses are those in effect
  through Federal Acquisition Circular 90-42. Standard Industrial
  Code 3484.  Furnish 48 each Aquaram Color-Changer, w/mounting
  plate weighing approx. 4.2 lbs, size: must fit 8" par can,
  used on: mount on theather lights, mfg by (or equal), wybron,
  inc, mfg code & p.n.: 0Z005, model: 704-01-05P. Furnish 4
  each Aquaram Power Supply, used to power the aquaram color
  changer, weigh: approx 14 lbs, mfg by (or equal), wybron, inc,
  mfg code & p.n.: 0ZQQ5.  Desired delivery: 30 days after
  receipt of order. FOB: Destination for delivery to 37 SUPS/LGSD,
  building number 5160, Lackland AFB, TX 78236-5000.  The provisions
  at FAR 52.212-1, Instructions to Offers--Commercial, applies
  to this acquisition. The clause at FAR 52.121-5, Contract Terms
  and Conditions Required to Implement Statues or Executive Orders--Commercial
  Items, applies to this solicition. Specifically the following
  clauses, cited are applicable to this solicition: FAR 52.222-26,
  Equal Opportunity; FAR 52.222-35, Affirmative Action for special
  disable and Vietnam ERA Veterans; FAR 52.222-36, Affirmative
  Action for Handicapped Workers. The clause at DFARS 252.212-7001,
  Contract Terms and Conditions required to implement Statues
  or Executive Orders applicable to Defense Acquisitions of Commercial
  Items, applies to this solicition. Specifically the following
  clauses, cited are applicable to this solicition: DFARS 252.225-7001,
  Buy American Act and Balance of Payment Program.  Offerers
  must include with their offer a completed copy of the provisions
  at FAR 52.212-3, Offeror Representation and Certifications--Commercial
  Items, and DFARS 252.212-7000, Offerers Representations and
  Certifications--Commercial Items, applies to this solicition.
    Award will be based on lowest price, responsible offer.
    Quotes must be sent in writing or faxed to the POC indicated
  above.Quotes are required to be submitted not later than 4:00PM
  (CST), 10 JAN 97. Award will be made on or about 24 JAN 97.
  All responsible sources may submit an offer, which, if timely
  received will be considered by this agency.****
CITE: (W-346 SN011064)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Naval Surface Warfare Center, Code 1163, 300 Highway
  361, Crane, IN 47522-5001
SUBJECT: 66--S-PARAMETER MEASUREMENT SYSTEM
SOL N00164-97-R-0021
DUE 013097
POC Contact point, Ms. Flo Martin, Contract Specialist, Code
  1163WM, Bldg. 3168, 812-854-3689, FAX 812-854-1841
DESC: One (1) each, S-Parameter Measurement System Part Number
  85110A HP56, which consists of One (1) each, Switch Driver
  Interface, Part Number 87130A K20, Two (2) each, Switch Driver
  Interface, Part Number Z2309A, Brand Name or Equal, Hewlett
  Packard Part Numbers, in accordance with salient characteristics
  as well as Statement Of Work.  Delivery will be FOB Destination
  within twelve weeks after contract award.  Inspection and Acceptance
  at destination.  Please make all requests in writing to the
  above address via facsimile at 812-854-1841.  In doing so,
  state your name, address and solicitation number.  All responsible
  sources may submit an offer which will be considered. 
CITE: (W-346 SN010769)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: National Institute of Standards & Technology, Acquisition
  & Assistance Div., Bldg. 301, Rm B117, Gaithersburg, MD 20899
SUBJECT: 66--SINGLE TILT,LIQUID NITROGEN CRYOTRANSFER HOLDER

SOL 53SBNB7C1054
DUE 122796
POC Pauline Mallgrave, Contracting Officer, (301) 975-6330
DESC: 66 -- A SINGLE TILT, LIQUID NITROGEN CRYOTRANSFER HOLDER
   SOL  53SBNB7C1054  DUE 122796  POC Pauline Mallgrave, Contracting
   Officer, (301) 975-6330 66-- SINGLE TILT, LIQUID NITROGEN
   CRYOTRANSFER HOLDER; This is a combined synopsis/solicitation
  for   commercial items prepared in accordance with the format
  in FAR Part  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.   The solicitation number
  is 53SBNB7C1054 and the solicitation is  issued as a request
  for quotation (RFQ).  The solicitation document  and incorporated
  provisions and clauses are those in effect through  Federal
  Acquisition Circular 90-41. The standard industrial  classification
  (SIC) code is 3826 and the small business size  standard is
  500 employees.  The contract line item numbers (CLIN),  items,
  quantities, and units of measure are: CLIN 0001 Liquid  Nitrogen
  Anticontaminator with copper blades for Philips 400T, EDS 
   port, 1 lot; 0002 Cooling Holder control Univer (110V), 1
  lot; 0003  Cryotransfer Single Tilt Holder with workstation
  and tools for  Philips 400T, no EDX detector, 1 lot; 0004
  Cooling holder dual  heater control unit (110V), 1 lot; 0005
  Users manuals, 1set.   Please submit your pricing in accordance
  with the CLIN structure  identified herein. Specifications:
  The holder shall be cooled by  liquid nitrogen in a vacuum
  insulated reservoir having sufficient  cooling capacity for
  up to 6 hours of operation at the minimum  specimen temperature
  of approximately - 165  C. Each holder shall  incorporate
  the following; a tilt cradle, a phosphor bronze  ClipringR,
  an anti-drift silica rod, a silicon sensor diode, an  insulating
  anti-vibration mount, dual heaters (one for the tip and  one
  for the dewar), a conductor, a Zeolite Pump, a conductive 
   anti-vibration coupling: The temperature stability shall be
  at least  q1  C in the range of -165  C to -130  C:  The cool
  down time to  stabilize at -165  C shall be less than 45 minutes:
  The warm-up to  room temperature after pouring off the unused
  liquid nitrogen shall  be less than 20 minutes: Liquid nitrogen
  boil off rate shall be less  than 25 ml/hr: Dewar capacity
  shall be no greater than 100 ml: The  drift rate of the holder
  in the TEM shall be <2A/second or better: A  temperature control
  unit shall be supplied to control the  temperature of the
  holder from 25  C  to -196  C: A chart recorder  or digital
  volt meter (DVM) output shall be provided as standard on 
  the temperature control unit. Award will be made based on technical
   acceptability and price.  FOB Destination - NIST Bldg. 301
   RECEIVING, Gaithersburg, MD 20899-0001.  All responsible
  sources may  submit a quote which shall be considered by the
  Agency.  All  offerors are to include with their offers a
  completed copy of  provision 52.212-3 Offeror Representations
  and  Certifications--Commercial Items.  The following FAR
  clauses apply  to this acquisition; 52.212-1 Instructions
  to Offers--Commercial  Items; 52.212-4 Contract Terms and
  Conditions--Commercial Items, and  52.212-5(a) contract Terms
  and Conditions Required to Implement  Statutes or Executive
  Orders--Commercial Items.  The following  additional FAR clauses,
  which are cited in clause 52.212-5(b) are  applicable to this
  acquisition: 52.222-26, Equal Opportunity;  52.222-35, Affirmative
  Action for Special Disabled and Vietnam Era  Veterans; 52.222-36,
  Affirmative Action for Handicapped Workers;  52.222-37, Employment
  Reports on Special Disabled Veterans and  Veterans of the
  Vietnam Era; 52.225-3, Buy American Act-Supplies;  52.225-21,
  Buy American Act--North American Free Trade Agreement  Implementation
  Act-Balance of Payments Program. All Offers should be  sent
  to the National Institute of Standards and Technology, Quince
   Orchard Road, Acquisition and Assistance Division, Building
  301,  Room B117, Gaithersburg, MD 20899-0001.  All offers
  are due by 3PM  EST on 12/30/96.****  :   
EMAIL Pauline.Mallgrave@nist.gov
EMAILDESC: 
CITE: (W-346 SN010792)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Naval Surface Warfare Center, Crane Division, Code 1163WM,
  Bldg. 3168,300 Highway 361, Crane, IN 47522-5001
SUBJECT: 66 -- S-PARAMETER MEASUREMENT SYSTEM
SOL N00164-97-R-0021
DUE 013097
POC Contact Point, Ms. Flo Martin, Contract Specialist, Code
  1163WM, Bldg. 3168, 812-854-3689, FAX 812-854-1841
DESC: One (1) Each, S-Parameter Measurement System Part Number
  85110A HP56, which consists of One (1) Each, Switch Driver
  Interface, Part Number 87130A K20, Two (2) Each, Switch Driver
  Part Number Z2309A, Brand Name or Equal, Hewlett Packard Part
  Numbers, in accordance with salient characteristics as well
  as a Statement Of Work. Delivery will be FOB destination within
  twelve weeks after contract award. Inspection and Acceptance
  at destination. Please make all requests in writing to the
  above address via facsimile at 812-854-1841. In doing so, state
  your name, address and solicitation number. All responsible
  sources may submit an offer which will be considered.
CITE: (I-346 SN010855)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Commander, U.S. Army Missile Command, Acquisition Center,
  Redstone Arsenal, AL 35898-5280
SUBJECT: 66 -- EXTREMITY DOSIMETRY SYSTEM
SOL DAAH01-97-R-0069
DUE 012797
POC Contact Julie Middlebrooks, Contract Specialist, (205) 876-4152,
  Shirley Hill, Contracting Officer, (205) 842-7436. (PCF).
DESC: Extremity Dossimetry System - 1 is being procured to assess
  U.S. Army personnel extremity radiation exposure. Delivery
  is required 120 days after contract award.
CITE: (I-346 SN010874)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: National Institute of Standards and Technology, Acquisition
  and Assistance Division, Bldg. 301, Room B117, Gaithersburg,
  MD  20899
SUBJECT: 66 -- A SINGLE TILT, LIQUID NITROGEN CRYOTRANSFER HOLDER
SOL 53SBNB7C1054
DUE 122796
POC Pauline Mallgrave, Contracting Officer, (301) 975-6330
DESC: 66-- SINGLE TILT, LIQUID NITROGEN CRYOTRANSFER HOLDER;
  This is a combined synopsis/solicitation for  commercial items
  prepared in accordance with the format in FAR Part 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.  The solicitation number is 53SBNB7C1054 and the solicitation
  is issued as a request for quotation (RFQ).  The solicitation
  document and incorporated provisions and clauses are those
  in effect through Federal Acquisition Circular 90-41. The standard
  industrial classification (SIC) code is 3826 and the small
  business size standard is 500 employees.  The contract line
  item numbers (CLIN), items, quantities, and units of measure
  are: CLIN 0001 Liquid Nitrogen Anticontaminator with copper
  blades for Philips 400T, EDS port, 1 lot; 0002 Cooling Holder
  control Univer (110V), 1 lot; 0003 Cryotransfer Single Tilt
  Holder with workstation and tools for Philips 400T, no EDX
  detector, 1 lot; 0004 Cooling holder dual heater control unit
  (110V), 1 lot; 0005 Users manuals, 1set.  Please submit your
  pricing in accordance with the CLIN structure identified herein.
  Specifications: The holder shall be cooled by liquid nitrogen
  in a vacuum insulated reservoir having sufficient cooling capacity
  for up to 6 hours of operation at the minimum specimen temperature
  of approximately - 165  C. Each holder shall incorporate the
  following; a tilt cradle, a phosphor bronze ClipringR, an anti-drift
  silica rod, a silicon sensor diode, an insulating anti-vibration
  mount, dual heaters (one for the tip and one for the dewar),
  a conductor, a Zeolite Pump, a conductive anti-vibration coupling:
  The temperature stability shall be at least q1  C in the range
  of -165  C to -130  C:  The cool down time to stabilize at
  -165  C shall be less than 45 minutes: The warm-up to room
  temperature after pouring off the unused liquid nitrogen shall
  be less than 20 minutes: Liquid nitrogen boil off rate shall
  be less than 25 ml/hr: Dewar capacity shall be no greater than
  100 ml: The drift rate of the holder in the TEM shall be lt.
  2A/second or better: A temperature control unit shall be supplied
  to control the temperature of the holder from 25  C  to -196
   C: A chart recorder or digital volt meter (DVM) output shall
  be provided as standard on the temperature control unit. Award
  will be made based on technical acceptability and price.  FOB
  Destination - NIST Bldg. 301 RECEIVING, Gaithersburg, MD 20899-0001.
   All responsible sources may submit a quote which shall be
  considered by the Agency.  All offerors are to include with
  their offers a completed copy of provision 52.212-3 Offeror
  Representations and Certifications--Commercial Items.  The
  following FAR clauses apply to this acquisition; 52.212-1 Instructions
  to Offers--Commercial Items; 52.212-4 Contract Terms and Conditions--Commercial
  Items, and 52.212-5(a) contract Terms and Conditions Required
  to Implement Statutes or Executive Orders--Commercial Items.
   The following additional FAR clauses, which are cited in clause
  52.212-5(b) are applicable to this acquisition: 52.222-26,
  Equal Opportunity; 52.222-35, Affirmative Action for Special
  Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action
  for Handicapped Workers; 52.222-37, Employment Reports on Special
  Disabled Veterans and Veterans of the Vietnam Era; 52.225-3,
  Buy American Act-Supplies; 52.225-21, Buy American Act--North
  American Free Trade Agreement Implementation Act-Balance of
  Payments Program. All Offers should be sent to the National
  Institute of Standards and Technology, Quince Orchard Road,
  Acquisition and Assistance Division, Building 301, Room B117,
  Gaithersburg, MD 20899-0001.  All offers are due by 3PM EST
  on 12/30/96.
CITE: (I-346 SN010987)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 68--Chemicals and Chemical Products
OFFADD: Directorate of Contracting, Bldg 4022, Fort Knox, Ky
  40121-5000
SUBJECT: 68--CARBON DIOXIDE
SOL DABT23-97-B-0024
DUE 010697
POC Paul Avery, Contract Specialist (502)624-8069
DESC: Requirements Type Contract for Carbon Dioxide for delivery
  to Fort Knox, Kentucky during the period 10 January 1997 through
  31 December 1997. Estimated quantity of 245,000 lbs carbon
  dioxide, technical grade B, 99.5% purity.  Contractor shall
  also furnish rental and complete maintenance of three 12,000
  lb tanks.  All sources may submit an offer which will be considered.
   Only written or faxed solicitation requests are acceptable.
   You may fax your request to 502/624-5869.  Scheduled opening
  date of  6 January 1997.     
CITE: (W-346 SN010878)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 68--Chemicals and Chemical Products
OFFADD: Directorate of Contracting, Bldg 4022, Fort Knox, Ky
  40121-5000
SUBJECT: 68--CARBON DIOXIDE
SOL DABT23-97-B-0024
DUE 010697
POC Paul Avery, Contract Specialist (502)624-8069
DESC: Requirements Type Contract for Carbon Dioxide for delivery
  to Fort Knox, Kentucky during the period 10 January 1997 through
  31 December 1997. Estimated quantity of 245,000 lbs carbon
  dioxide, technical grade B, 99.5% purity.  Contractor shall
  also furnish rental and complete maintenance of three 12,000
  lb tanks.  All sources may submit an offer which will be considered.
   Only written or faxed solicitation requests are acceptable.
   You may fax your request to 502/624-5869.  Scheduled opening
  date of  6 January 1997.     
CITE: (W-346 SN010880)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: DISA/DITCO/DTS41, 2300 East Drive, Scott AFB, IL 62225-5406
SUBJECT: 70--COMPUTER EQUIPMENT
DUE 123096
POC Pamela Hall, 618-256-9491
DESC: The Defense Information Technology Contracting Organization
  DITCO-DTS41) intends to issue a purchase order for the following
  computer eequipment:  Qty four (4) Desk top workstations, tower
  style case, preloaded with windows, to these technical specs:
   Intel Pentium Pro 180 CPU, PCI Motherboard (Intel Triton Chipset)
  256K Pipeline burst cache, plug and play  BIOS, include 3 ISA
  slots, 2 16650 UART serial ports, 2 bidirectional parallel
  ports, 1 PS/2 mouse port, 1 PS/2 keyboard port, 32 MB EDO RAM,
  Plug-and-play SVGA PCI video accelerator carde with 2MB minimum
  video memory onboard, 2GB minimum SCSI hard drive, 6-speed
  SCSI/IDE CD-ROM drive, 1.44MB 3-1/2" floppy drive, Plug-and-play
  Ethernet 3 COM, 17" SVGA Monitors.  Qty four (4) Desk top workstations,
  medium style case, preloaded with Windows, to these technical
  specifications:  Intel Pentium 200 CPU, PCI motherboard (Intel
  Triton chipset), 256K Pipeline Burst cache, Plug      and play
  BIOS, include 3 ISA slots, 2 16650 UART serial prots, 2 bidirectional
  parallel ports, 1 PS/2 mouse port, 1 PS/2 keyboard port,  
     64 MB EDO RAM, Plug-and-play SVGA PCI video accelerator
  card with 4MB      minimum video memory onboard, 2GB minimum
  SCSI hard drive, 10-speed      SCSI/IDE CD-ROM drive, 1.44MB
  3-1/2" floppy drive, 33.6K fax/modem,      Plug-and-play Ethernet
  3 COM 3C590 Combo, 17"SVGA (1024x768/NI/64K      colors/.26dpi)
  Monitors, PCMCIA Adapter/Reader, Sound Blaster A WE32     
  Wave table sound card.   Qty one (1) JAZ Drive/External,1 GB
  Iomega or comparable, 7 JAZ Cables 6 ft minimum to connect
  drive to controller, 10 JAZ Disk 1 GB.  Qty three (3) Desk
  top workstations, medium style case, preloaded with Windows,
  plus these technical specifications:  Intel Pentium Pro 180
  CPU, PCI motherboard (Intel Triton chipset), 256K Pipeline
  Burst Cache, Plug and Play BIOS, include 3 ISA slots, 2 16650
  UART serial ports, 2 bidirectional parallel ports, 1 PS/2 keyboard
  port, 32MB EDO RAM, Plug and Play SVGA PCI video accelerator
  card with 2 MB minimum video onboard, 2GB minimum SCSI hard
  drive, 8 speed SCSI/EIDE CD ROM drive, 1.44MB 3-1/2" floppy
  drive, Plug and play 3 COM 3C590 Combo Ethernet card, 17" SVGA
  Monitor, Multimedia 16 Bit Sound Blaster A WE32 or Equivalent
  with 2 speaker system, 33.6 int. voice/fax/data modem.  Any
  company that can provide a quote for the exact items listed
  can respond to Pamela Hall through FAX at 618-256-9414, oral
  communications are not acceptable.  Estimated date of award
  is 7 Jan 96.  All responsible sources will be considered for
  evaluating the determination to issue a sole source purchase
  order.  SIC code 3572.  
CITE: (W-345 SN010693)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Fleet and Industrial Supply Center, Det. Corona, Bldg
  204, Code 220K1, 2300 5th Street, Corona, CA 91750-5000
SUBJECT: 70-- WISS CONTROL COMPUTER
SOL N6070197Q0045
DUE 123096
POC Fax Solicitation Request to Bid Officer (909)273-4305 , or
  call (909) 273-4300; Contract Specialist Vivian Flotildes (909)273-4300;
  Contracting Officer, Marty Daugherty
DESC: Procurement via a Sole Source with Desert Microsystems
  the following: 9ea. computer model F-1000-37. As Mfg. Desert
  Microsystems is 100% compatible with the WISS V4 System currently
  used by NWAD SE 34 and installed at various Naval Tactical
  training Ranges. Note 22.
CITE: (I-345 SN010719)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 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--SENSOR, TAPE
SOL SP0970-97-Q-A106
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:  YPE96324000535 NSN 7045-00-172-6188, CAGE 06401
  Part No  7600016-00 35 -EA Del to Mechanicsburg PA 17055-0789
  Del by 16 Dec 96.   15 -EA Del to Lathrop CA 95330 other than
  full and open competition:   part numbered item products offered
  clause applies.  Various increments  solicited:  25-49, 50-74,
  75-99, 100-149.  PR quantity:  50 EA line  1, quantity 35 SW3100
  Mechanicsburg PA 17055-0789 line 2, quantity 15  W62G2T Stockton
  CA 95296-0130 delivery schedule:  deliver entire quantity 
  within 90 days ARO.  Set-aside:  unrestricted (sole source/single
   source) (no preference) size standard:  1000 all responsible
  sources may  submit offer which DESC shall consider.
CITE: (I-346 SN010784)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: GSA/ITS/6KE, 1500 E. Bannister Road, Kansas City, MO
  64131-3088
SUBJECT: 70 GENERAL-PURPOSE AUTOMATED DATA PROCESSING EQUIPMENT
  (INCLUDING FIRMWARE), SOFTWARE, SUPPLIES, AND SUPPORT EQUIPMENT
SOL 6TSA-97-DJH-0060
DUE 122796
POC CONTACT DELTA HELM BY FAX (816)823-3322
DESC: This is a combined synopsis/solicitation for commercial
  items prepared in accordance with the format in Federal Acquisition
  Regulations document (FAR) subpart 12.6, as supplemented with
  additional information included in this notice.  This announcement
  constitutes the only solicitation: proposals are being requested
  and A WRITTEN SOLICITATION WILL NOT BE ISSUED.  Solicitation
  number 6TSA-97-DJH-0060 is being issued as a request for proposals
  (RFP).  The solicitation document and incorporated provisions
  and clauses are those in effect through Federal Acquisition
  Circular (FAC) 90-38. CLIN 1. Video Projectors to include:
   CLIN 1.1. Video Projector, Sharp XG-E1100U, Qty. 3; CLIN 1.2.
  Video Converter, CSI ScanDo Ultra, Qty. 3; CLIN 1.3. Installation
  Materials and Labor; CLIN 1.4. Training and Documentation;
  CLIN 2. Audio/Video Switching System to include:  CLIN 2.1.
  RGsB Routing Switcher, HiRes (200MHz BW), Autopatch 4YDM.1212.Vshr,
  Qty. 1; CLIN 2.2. NTSC Routing Switcher, Autopatch 4YDM.2424.V1,
  Qty. 1; CLIN 2.3. Audio Routing Switcher, Autopatch 4YDM.1616.A2;
  CLIN 2.4. Installation Materials and Labor; CLIN 2.5. Training
  and Documentation; CLIN 3. Remote Control System to include:
  CLIN 3.1. AMX Accessory Rack Kit, AMX AC-RK, Qty. 1; CLIN 3.2.
  AMX RS-232/422/485 Interface Card, AMX AXC-232, Qty. 7; CLIN
  3.3. AMX Infrared or Wired Serial Card, AMX AXC-IR/S, Qty.
  7; CLIN 3.4. AMX Pan/Tilt Interface Card, AMX AXC-PT1, Qty.
  3; CLIN 3.5. AMX 14 Relay Card, AMX AXC-REL14, Qty. 1; CLIN
  3.6. AMX 8 Relay Card, AMX AXC-REL8, Qty. 8; CLIN 3.7. AMX
  Stereo/Dual Mono Volume Controller Card, AMX AXC-VOL, Qty.
  2; CLIN 3.8. AMX 4 Voltage Output Card, AMX AXC-VRG4, Qty.
  1; CLIN 3.9. AMX Master Card Frame, AMX AXF-M/S, Qty. 1; CLIN
  3.10. AMX Server Card Frame, AMX AXF-S, Qty. 1; CLIN 3.11.
  AMX Color LCD Tiltscreen Touch Panel, AMX AXP-TCA, Qty. 1;
  CLIN 3.12. AMX UniMount EL Touch Panel, Buttons, AMX AXU-EL+/PB,
  Qty. 2; CLIN 3.13. AMX RS-232/422 Control Cable, AMX CC-232,
  Qty. 5; CLIN 3.14. AMX Infrared Emitter, AMX CC-IRE, Qty. 3;
  CLIN 3.15. AMX Relay Cable, AMX CC-REL, Qty. 5; CLIN 3.16.
  AMX IR Serial Cable, AMX CC-SER, Qty. 4; CLIN 3.17. AMX Power
  Controller, AMX PC1, Qty. 4; CLIN 3.18. AMX Dual Power Controller,
  AMX PC2, Qty. 1; CLIN 3.19. AMX 12 VDC Power Supply, AMX PS4.2,
  Qty. 1; CLIN 3.20. AMX Universal Power/Motor Controller, AMX
  UPC20, Qty. 2; CLIN 3.21. AMX Software and Programming, AMX/AVCO,
  Qty. 1; CLIN 3.22. Installation Materials and Labor; CLIN 3.23.
  Training and Documentation; CLIN 4. Lectern LCD Monitor, Sharp
  6M-40U, to include Installation Materials and Labor, Qty. 2;
  CLIN 5. Reorganization of cables in CCBR Control Room to include
  Installation Materials and Labor, Qty. 1; CLIN 6. Audio Sound
  System to include: CLIN 6.1. Audio Amplifier, TOA P-912MK2,
  Qty. 2; CLIN 6.2. Rack Mount Kit for P-912MK2, TOA MB-25B,
  Qty. 2; CLIN 6.3. Audio Amplifier, TOA A-503A, Qty. 1; CLIN
  6.4. Rack Mount Kit for A-503A, TOA MB21B2, Qty. 1; CLIN 6.5.
  Automatic Mic Mixer, Shure SCM810, Qty. 2; CLIN 6.6. Installation
  Materials and Labor; CLIN 6.7. Training and Documentation;
  CLIN 7. Rigid Rear Projection Screens, Stewart Techscreen 200
  to include Installation Materials and Labor, Qty. 3. All items
  are FOB Honolulu, HI.  Please indicate FOB destination or include
  shipping charges if applicable.  The provision at FAR 52.212-1,
  instructions to offerors, applies to this acquisition.   Evaluation
  is based on best value, cost and ability to meet service requirements.
   Offerors shall include a completed copy of the provision at
  FAR 52.212-3, offeror representation and certification - commercial
  items with its offer.  The clause at FAR 52.212-4, contract
  terms and conditions - commercial items applies to this acquisition.
   In addition to the guidance contained in FAR 52.212-4, contractors
  shall submit proof of delivery with their invoices.  Proof
  of delivery may be in the form of a bill of lading or other
  shipping document signed by the receiving office.  Invoices
  received without proof of delivery will not be accepted.  The
  clause at FAR 52.212-5, contract terms and conditions required
  to implement statutes or executive orders - commercial items
  applies to this acquisition. Offers are due by close of business
  December  27, 1996, and can be submitted to the address shown
  above Attn: Delta Helm or sent by FAX to the number shown above.
  Inquiries regarding the solicitation will only be accepted
  via FAX.
CITE: (I-346 SN010903)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: GSA/ITS/6KE, 1500 E. Bannister Road, Kansas City, MO
  64131-3088
SUBJECT: 70 GENERAL-PURPOSE AUTOMATED DATA PROCESSING EQUIPMENT
  (INCLUDING FIRMWARE), SOFTWARE, SUPPLIES, AND SUPPORT EQUIPMENT
SOL 6TSA-97-DJH-0061
DUE 122796
POC CONTACT DELTA HELM BY FAX (816)823-3322
DESC: This is a combined synopsis/solicitation for commercial
  items prepared in accordance with the format in Federal Acquisition
  Regulations document (FAR) subpart 12.6, as supplemented with
  additional information included in this notice.  This announcement
  constitutes the only solicitation: proposals are being requested
  and A WRITTEN SOLICITATION WILL NOT BE ISSUED.  Solicitation
  number 6TSA-97-DJH-0061 is being issued as a request for proposals
  (RFP).  The solicitation document and incorporated provisions
  and clauses are those in effect through Federal Acquisition
  Circular (FAC) 90-38. CLIN 1. Senior Systems Analyst on-site
  support for the Engineering Logistics Center Computer Systems
  and Communications in Giessen, Germany. Contractor shall provide
  expert software development, test, technical assistance, and
  troubleshooting for ELC computer-related activities.  Support
  will include telephonic and on-site for a variety of ELC computer
  systems and the network interfaces deployed at European locations.
   Major requirements shall include: Task 1. ORACLE7 RDBMS SOFTWARE
  SYSTEM DEVELOPMENT.  Contractor shall develop, integrate, test,
  and deploy a Financial Contract based database system which
  currently runs on a Unisys 5000/95 computer system and that
  will interface with an Army standard supply management system
  (SABN).  The contractor will develop this database using Oracle7
  RDBMS and deploy under a Solaris UNIX based operating environment.
   The government shall provide all necessary development tools
  and computer systems.  Task 2. LAN/WAN CONNECTIVITY FOR ELC
  COMPUTER SYSTEMS.  Contractor shall provice support for Local
  Area and Wide Area Network connectivity for all users to the
  centralized ELC computer systems.  Task 3. HOMES AND FURNISHING
  COMPUTER SYSTEMS SUPPORT.  Contractor shall provide telephonic
  and on-site support for ELC HOMES and Furnishing computer systems.
   Support will be all-encompassing to include deployment, test,
  troubleshooting and possible migration support to a new hardware/software
  platform.  Task 4. INTERNAL ADP SUPPORT AND TRAINING.  Contract
  shall provide internal support for all ELC computer systems
  including Windows/NT, Novell and UNIX based computer systems.
   The contractor shall also provide on-site training to users
  and System Administrators and provide technical assistance
  for any computer related matter when assigned. LOGISTICAL SUPPORT.
  Logistical support is authorized for the Contractor to include
  use of Government mail facilities, commissary and exchange
  privileges, class VI privileges, vehicle registration, authorization
  for Privately Owned Vehicles (POV) as rationed by vehicle size,
  and all other logistic support provided to Government employees
  and their families stationed oversees.   TRAVEL. The contractor
  when required to travel, the Government will make payment for
  such travel only to the extent that all charges are in accordance
  with the Joint Travel Regulations (JTR). Request for reimbursement
  shall be completed with executed DD Form 1351-2 and all appropriate
  receipts.  Relocation expenses will not be covered under this
  contract. The provision at FAR 52.212-1, instructions to offerors,
  applies to this acquisition.   Evaluation is based on best
  value, cost and ability to meet service requirements. Offerors
  shall include a completed copy of the provision at FAR 52.212-3,
  Offeror Representation and Certification - Commercial Items
  with its offer. The clause at FAR 52.212-4, Contract Terms
  and Conditions - Commercial Items applies to this acquisition.
  In addition to the guidance contained in FAR 52.212-4, contractors
  shall submit proof of delivery of services with their invoices.
   Proof of delivery may be in the form of a document signed
  by the receiving office such as a DD Form 250. The clause at
  FAR 52.212-5, Contract Terms and Conditions Required to Implement
  Statutes or Executive Orders - Commercial Items applies to
  this acquisition.  Offers are due by close of business December
   27, 1996, and can be submitted to the address shown above
  Attn: Delta Helm or sent by FAX to the number shown above.
  Inquiries regarding the solicitation will only be accepted
  via FAX.
CITE: (I-346 SN010904)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: U.S. ARMY SOLDIER SYSTEMS COMMAND, ACQUISITION DIRECTORATE,
  ATTN AMSSC-AD, NATICK MA 01760-5011
SUBJECT: 70--XEROX 4635 LASER PRINTER AND PERIPHERALS
SOL W13G07-6311-1004
POC U. S. Army Soldier Systems Command Natick Acquisition Directorate
  Gordon Seeley/S50 Kansas Street Natick, MA 01760 (Site Code
  DAAK60)
DESC: The U.S. Army Soldier Systems Command intends to acquire
  from Xerox Corporation's GSA Schedule GS-35F-009OD: Item 01,
  Qty 1, Xerox 4635 Laser Printer, Item 02, Qty 1, On-line Control
  Module for 4635, ONLIN42, Item 3, Qty 1, Off-line Control Module
  fo 4635, 5HO, Item 4, Qty 1, Peripheral Cabinet for 4635, PERCAB,
  Item 5, Qty 1, Media Conversion Kit 5.25 floppy drive, 4W6,
  Item 6, Qty 1, 4635 Base Maintenance Charge, 3 x 5 shift coverage,
  9 Months, Item 7, Qty 1, Maintenance for On-line Control Module,
   Months, Item 8, Qty 1, Maintenance for Off-line Control Module,
  9 Months, Item 9, Qty 1, Usage Charge for 4635, $.0037/page
  times estimated monthly volume. 600,000 pages x $.0037 = $2220.00,
  Item 10, Qty 20, Part No. 6R206, 4635 Dry Ink Cartridge, Item
  11, Qty 6, Part No. 5R161, 4635 Developer Cartridge, Item 12,
  Qty 15, Part No. 8R4077, 4635 Fuser Shield. All items must
  be new. In addition, the following performancespecifications
  must be met: Printer must print at least 130 pages per minute.
  It must use cut-sheet paper, 8 1/2 x 11, with paper weights
  ranging from 16 to 50 lbs. The printer must be capable of printing
  in simplex and duplex modes, landscape or portrait,including
  2-up simplex and duplex. The printer must print at a resolution
  of at least 300 DPI. It must allow multiple fonts per page
  under program control. It must support character sizes from
  3 to 24 points. It must operate in on-line mode while channel
  connected to an IBM or compatible mainframe computer, and must
  emulate an IBM model printer while doing so. It must also be
  capable of operating in ff-line mode using a 1600/6250 BPI9-track
  tape as input. It must be capable of switching between online
  and offline modes using console key-ins. It must support at
  least the following tape formats while in off-line mode ANSI
  and IBM OS/VS/370. Any mainfram-resident software required
  for the printer must be identified and supplied as part of
  this procurement. In addition, the printer must be compatible
  with Xerox Print Descriptor Language (PDL) and Forms Descriptor
  Language (FDL). The printer must accept jobs with embedded
  Xerox Dynamic Job Descriptor Entries (DJDEs), and act properly
  on them, while operating in online or offline mode. Responsible
  sources mayrespond to this notice, offer the above items or
  equal and will be fully considered, provided the item for which
  consideration is requested is accompanied by: 1. Sufficient
  information which will allow the Government to decide technical
  acceptability and 2 Pricing data. Responses must be within
  15 days of this notice. No contract award will be made on the
  basis of any response to this notice, as notice does not constitute
  a soliciation document. No solicitation document exists. Requests
  for such documents will not be considered. Responses must be
  in writing. See Note 22.
CITE: (I-346 SN010928)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: GSA/ITS/6KE, 1500 E. Bannister Road, Kansas City, MO
  64131-3088
SUBJECT: 70 GENERAL-PURPOSE AUTOMATED DATA PROCESSING EQUIPMENT
  (INCLUDING FIRMWARE), SOFTWARE, SUPPLIES, AND SUPPORT EQUIPMENT
SOL 6TSA-97-DJH-00620
DUE 122796
POC CONTACT DELTA HELM BY FAX (816)823-3322
DESC: This is a combined synopsis/solicitation for commercial
  items prepared in accordance with the format in Federal Acquisition
  Regulations document (FAR) subpart 12.6, as supplemented with
  additional information included in this notice.  This announcement
  constitutes the only solicitation: proposals are being requested
  and A WRITTEN SOLICITATION WILL NOT BE ISSUED.  Solicitation
  number 6TSA-97-DJH-00620 is being issued as a request for quotations(RFQ).
   The solicitation document and incorporated provisions and
  clauses are those in effect through Federal Acquisition Circular
  (FAC) 90-38. CLIN 1. Ether Expert Sniffer/Turbo Module includes
  NIC Card and Software only, part number 161756, Qty. 1; CLIN
  2. Oracle Database Modules Option for Portable Sniffer, part
  number 179754, Qty. 1; CLIN 3. Expert FDDI Sniffer Module includes
  NIC Card and Software only, part number 162162, Qty. 1; CLIN
  4. FDDI Dual Attach DAS Option for Turbo Sniffer, part number
  162449, Qty. 1; CLIN 5. Fast Ethernet Sniffer 10 & 100 Base-T/X,
  includes NIC Card and Software only, part number 170772, Qty.
  1; CLIN 6. PAC62/32 (NGC#PL62) 5 Slot 32Mb 1.0GBHD 100MHZ Pentium,
  Nylon Case included, part number 170422, Qty. 1. All items
  are FOB Jacksonville, FL. Please indicate FOB destination or
  include shipping charges if applicable.  The provision at FAR
  52.212-1, Instructions to Offerors, applies to this acquisition.
    Evaluation is based on best value, cost and ability to meet
  service requirements. Offerors shall include a completed copy
  of the provision at FAR 52.212-3, Offeror Representation and
  Certification - Commercial Items with its offer. The clause
  at FAR 52.212-4, Contract Terms and Conditions - Commercial
  Items applies to this acquisition.  In addition to the guidance
  contained in FAR 52.212-4, contractors shall submit proof of
  delivery with their invoices.  Proof of delivery may be in
  the form of a bill of lading or other shipping document signed
  by the receiving office. Invoices received without proof of
  delivery will not be accepted.  The clause at FAR 52.212-5,
  Contract Terms and Conditions Required to Implement Statutes
  or Executive Orders - Commercial Items applies to this acquisition.
   Offers are due by close of business December  27, 1996, and
  can be submitted to the address shown above Attn: Delta Helm
  or sent by FAX to the number shown above. Inquiries regarding
  the solicitation will only be accepted via FAX.
CITE: (I-346 SN010945)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: GSA/ITS/6KE, 1500 E. Bannister Road, Kansas City, MO
  64131-3088
SUBJECT: 70 GENERAL-PURPOSE AUTOMATED DATA PROCESSING EQUIPMENT
  (INCLUDING FIRMWARE), SOFTWARE, SUPPLIES, AND SUPPORT EQUIPMENT
SOL 6TSA-97-DJH-0063
DUE 122696
POC CONTACT DELTA HELM BY FAX (816)823-3322
DESC: This is a combined synopsis/solicitation for commercial
  items prepared in accordance with the format in Federal Acquisition
  Regulations document (FAR) subpart 12.6, as supplemented with
  additional information included in this notice.  This announcement
  constitutes the only solicitation: proposals are being requested
  and A WRITTEN SOLICITATION WILL NOT BE ISSUED.  Solicitation
  number 6TSA-97-DJH-0063 is being issued as a request for quotations(RFQ).
   The solicitation document and incorporated provisions and
  clauses are those in effect through Federal Acquisition Circular
  (FAC) 90-38. CLIN 1. AlphaStation Monitor, 21" HiRes, model#:
  VRC21-WA, Qty. 25.  FOB Suitland, MD.  Please indicate FOB
  destination or include shipping charges if applicable.  The
  provision at FAR 52.212-1, instructions to offerors, applies
  to this acquisition.   Evaluation is based on best value, cost
  and ability to meet service requirements.  Offerors shall include
  a completed copy of the provision at FAR 52.212-3, Offeror
  Representation and Certification - Commercial Items with its
  offer.  The clause at FAR 52.212-4, Contract Terms and Conditions
  - Commercial Items applies to this acquisition.  In addition
  to the guidance contained in FAR 52.212-4, contractors shall
  submit proof of delivery with their invoices.  Proof of delivery
  may be in the form of a bill of lading or other shipping document
  signed by the receiving office.  Invoices received without
  proof of delivery will not be accepted.  The clause at FAR
  52.212-5, Contract Terms and Conditions Required to Implement
  Statutes or Executive Orders - Commercial Items applies to
  this acquisition. Offers are due by close of business December
   26, 1996, and can be submitted to the address shown above
  Attn: Delta Helm or sent by FAX to the number shown above.
  Inquiries regarding the solicitation will only be accepted
  via FAX.
CITE: (I-346 SN010946)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: U.S. Dept. of Commerce, National Technical Information
  Service, 5285 Port Royal Road, Room 203A, Springfield, VA 22161
SUBJECT: 70 -- HEWLETT-PACKARD SERVER
SOL NS140000700013
POC Anita Tolliver, #703/487-4720; Fax #703/487-4006
DESC: This is Amendment #02 to Solicitation #NS140000700013 to
  extend the response time for an additional 20 calendar days
  from the date of this notice.  The solicitation, in its entirety,
  was published in the 11/19/96 issue of the Commerce Business
  Daily.  Telephone requests will not be honored.
CITE: (I-346 SN011014)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 71--Furniture
OFFADD: General Services Administration, bid room - room c-39
  (703)  305-6211, 1941 Jefferson Davis Highway, Arlington VA
  22202
SUBJECT: 71--WALL MOUNTED MARKER BOARDS
SOL 3FNO-97-J506-N
DUE 022597
POC James T. Reid (703) 305-6221 or FAX to (703) 305-6786
DESC: Requirements contract for wall mounted marker boards, porcelain
   enameled steel writing surface, wood & aluminum frame.  This
  procurement  is a 100% set-aside for small business concerns.
   Contract period will be  October 1, 1997 or date of award,
  whichever is later through September 30,  1999, with 3 one
  yearoptions through September 30, 2002 - issue date  on or
  about January 15, 1997 with a 30 day solicitation period from
  the  date of issuance.  Requirements contract are requested
  FOB destination.   Items shall be in accordance with purchase
  description FCNE 90-512 dated  1-30-91. time of delivery is
  60 days ARO. offers must be submitted in the  English language
  and in U.S. dollars.  See notecodes 1 & 12.
CITE: (I-345 SN010726)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 71--Furniture
OFFADD: General Services Administration, bid room - room c-39
  (703)  305-6211, 1941 Jefferson Davis Highway, Arlington, VA
  22202
SUBJECT: 71--HOUSEHOLD AND QUARTERS FURNITURE:  UPHOLSTERED (PERFORMANCE
   TESTED) FURNITURE
SOL 3FNO-97-J504-(1)-N
DUE 021897
POC James T. Reid (703) 305-6221 or FAX to (703) 305-6786
DESC: Indefinite multiple award federal supply schedule 71 part
  I section E  upholstered (performance tested) furniture (sofas,
  seep sofas, love  seats, ottomans, recliners and complementing
  tables) "first open Season"  for consideration of new offers
  - upholstered items must be tested in  accordance with the
  "upholstered furniture test method" FNAE-80-214  dated April
  16, 1981 and flammability test results, either state of  California
  technical bulletin 117OR 133.  All test results, both  performance
  and flammability, where applicable must be submitted with the
   offer.  Offerors are required to offer commercial items. 
  Delivery  requirement for all items - 90 days after receipt
  of order.  Contract  period beginning October 1, 1997 (or date
  of award, whichever is  later)through April 30, 2001.
CITE: (I-345 SN010727)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 73--Food Preparation and Serving Equipment
OFFADD: Missouri Air National Guard, Contracting and Acquisitions,
  10800 Lambert Int'l Blvd, Bridgeton, Missouri 63044-2371
SUBJECT: 73--CHINA AND FLATWARE FOR DINING HALL
SOL DAHA2397T5040
DUE 122096
POC Tsgt Darian Vomund, Purchasing Agent, (314) 263-6238.
DESC: The Missouri Air National Guard intends to place an order
  of china and flatware for the Dining Hall. The following items
  are needed: (1) Plate, Dinner, 10-1/4", 90 dozen. (2) Bowl,
  5", 90 dozen. (3) Fork, Dinner, stainless steel, 100 dozen.
  (4) Knife, Table, stainless steel, 100 dozen. (5) Spoon, Tea,
  stainless steel, 100 dozen. (6) Cup, Coffee, 5-1/2 oz, 45 dozen.
  (7) Bowl, Fruit, 5-1/4", 90 dozen. (8) Bowl, Salad (Grapefruit),
  6-3/8", 90 dozen. (9) Plate, Dessert, 6-1/4", 90 dozen. (10)
  Caddy, Dish, Adjustable, 27-3/4"W x 37"L x 31-7/8"H, column
  depth of 18" and a plate capacity of 45-60 per column. All
  responsible sources may submit an offer which will be considered.
CITE: (M-346 SN010787)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 74--Office Machines, Text Processing Systems and Visible
  Record Equipment
OFFADD:  Contracting Squadron, 366 CONS/LGCS, PO Box 4037, Bldg
  512,  Mountain Home AFB, ID 83648-4037
SUBJECT: 74-TEAC V-83 AB-F TRIPLE DECK 8MM VIDEO RECORDERS
SOL F10603-97-B0003
DUE 020597
POC  Point of Contact - SSgt Carlo Mosca, Contract Specialist,
  208 828-6477, Contracting Officer -  Terry J. Oakland, 208
  828-6477
DESC: 366 Contracting Squadron has a requirement to purchase
  TEAC model V-83    AB-F triple deck 8mm video recorders, delivery
  to Mountain Home AFB, Idaho.    This is a brand name solicitation
  only, or equal bids will not be considered.  Currently, this
  is the only model available specifically designed to be installed
  on fighter aircraft.  This solicitation will result    in a
  requirements type contract.  This action is being considered
  for 100% set-aside for Small Business (SB) concerns.  The Standard
  Indust rial  Classification for this acquisition is 3651. 
  Intereseted SB concerns should  notify this office, in writing,
  of their intention to bid on the project as  early as possible
  but no later than 14 days after publication of this  notice.
   If adequate intereset is not received from SB concerns, the
  solicitation shall be issued on an unrestricted basis without
  further  notice. Therefore, replies to this office are still
  required from all interested business concerns as wel!  l as
  from SB concerns. Solicitation documents will be made available
  o/a 30 Dec 96.  Submit request to be placed  on the bidders
  mailing list in writing or by facsimile machine (208)828-2658.
  (Telephone requests will not be accepted.)*****
LINKURL: http://www.mountainhome.af.mil
LINKDESC: 
EMAILADD: connerm@366wing.mountainhome.af.mil
EMAILDESC: 
CITE: (D-345 SN010716)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 80--Brushes, Paints, Sealers and Adhesives
OFFADD: General Services Administration - Proc. Div. (10FTP)
  400 15TH  Street SW Auburn, WA 98001-6599
SUBJECT: 80--8010 - LATEX PAINT, INTERIOR AND EXTERIOR
SOL TFTC-90-MT-806A4
DUE 123196
POC Yolanda Trevino (206) 931-7090
DESC: This notice is an open Season solicitatin, which will issue
  on or  about January 15, 1997, for consideration of additional
  offers for  standard commercialitems under FSC 80, part VI,
  section a - paint,  latex interior and exterior, premium or
  better grades only, flat,  semi-gloss.  FOB destination - 48
  contiguous states and the district of  Columbia.  All responsible
  sources may submit an offer which will be  considered.  Offers
  received for identical products which are already  under contract
  will not be accepted and be automatically rejected.  contracts
  will be INDEFINITE-DELIVERY-INDEFINITE quantity contracts with
   $100 guaranteed minimum and will incorporate a new pricereduction
  clause,  maximum order clause and will become industrial funded
  for thelength of  the contract period.  Contract period will
  be 05/01/97 through 04/30/2001.   GSA intends on having annual
  open seasons during the length of the  contract period.  Written
  requests are preferred.  NOTE:  incumbent  contractors need
  not reply to this notice unless they wish to offer  products
  under special items numbers (SIN) which were not awarded  originally.
   Refer to the modification clause in your contract.  NOTE code
   12 applies.
CITE: (I-345 SN010725)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings,
  Tents and Flags
OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET
  NW - Material Mgt Branch, WASHINGTON, DC 20534-0001
SUBJECT: 83--YARN
SOL 1PI-B-1946-97
DUE 020597
POC Contract Specialist, CHRISTIAN, ROSANNA, 202/508-3969, FAX
  202/508-8498
DESC: The UNICOR, Federal Prison Industries anticipates entering
  into a Firm-Fixed Price Indefinite-Quantity type contract for
  a period of one year commencing the date of award for the acquisition
  of estimated 210,000 pounds of YARN-0015, 4.5/1 KPOE cotton
  white yarn, no wax. Yarn to be placed on 3 degree 51 minute
  tapered cone. Cones are to have 2-3/4" base. All packages are
  to have transfer tails for creel loading. Packages are not
  to exceed 11" diameter. 222 grains per 25 yard skein. Min.
  breaking strengh 390 lbs. Yarn must be well combed and relatively
  free of motes and foreign matter. Guaranteed minimum quantity:
  35,000 pounds. FOB Destination USP Terre Haute, IN. Delivery
  will be required 30 days after receipt of delivery order. Each
  bidders shall submit three sample cones of 2 pounds of yarn
  to be evaluated at UNICOR, Terre Haute for 222 grain skein
  weight and a minimum breaking point of 390 pounds as well as
  venness absence of trash contamination. This is to ensure that
  the quality of the yarn stays consistent through out the life
  of the contract. The samples are to be sent to the following
  address: ATTN: Mark Theisen, UNICOR, USP Terre Haute, 4200
  Bureau RoadNorth, Terre Haute, IN 47808. The word "Sample"
  and the solicitation number should be annotated on the package.
  Telephone requests for the solicitation will not be honored.
  Please submit your request on company letterhead indicating
  your company's size of business. FAX: 202-508-8498. All responsible
  sources may submit a bid which shall be considered by the Agency
CITE: (I-346 SN010933)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 84--Clothing, Individual Equipment and Insignia
OFFADD: Defense Personnel Support Center 2800 So. 20TH St.  Philadelphia,
   PA. 19145-5099
SUBJECT: 84--BODY ARMOR, SMALL ARMS PROTECTIVE, SOFT AND HARD
SOL SP0100-97-R-2002
DUE 012597
POC Contact:  DPSC-FNDD buyer-marie Brywka 215/737-5639
DESC: Item 1, 6416 EA, body armor soft. item 2, 4433 EA, body
  armor  hard, front & back. item 3, 2800 EA, body armor front
  only. item 4,  933 EA, plates. two 100% options.  This is a
  best value/source  selection acquiistion with factors of past
  performance, manufacturing  pland, socioeconomic plan & DLA
  mentoring plan. destinations begining  240 DAA for 12 months
  to DD Mechanicsburg PA, DD Tracy CA, ISS Beaufort  SC & ISS
  San Diego CA. MIL-B- 29605(as) DTD 15DEC94 & Amend 1, DTD 
  26SEP96 and MIL-B- 29604(as)DTD 15DEC94 & Amend 1, DTD 26SEP96.
  all  materials are contractor furnished. this is an unrestricted
  acquisition  with no evaluation for SDB.  All responsible sources
  may submit offer which  DPSC shall consider.
CITE: (I-346 SN010731)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 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--COAT, WMNS, P/W, GABARDINE, MC 2312
SOL SP0100-97-R-0006
DUE 012597
POC Contact:  DPSC-FRDA-1 buyerdebbie Rivello 215/737-5638
DESC: The following corrections are applicable:  spec is corrected
  to  read:  MIL-C-29453 DTD 11/21/94.  Request for specs/patterns,
  submit  via facsimile to Debbie Rivello/215-737-2486.  All
  other information  which was previously publicized pertaining
  to this solicitation is correct.
CITE: (I-346 SN010732)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 89--Subsistence (Food)
OFFADD: Marine Corps Regional Contracting Office (Northwest Region)
  P. O. Box X24, MCAGCC, Twentynine Palms, CA 92278-0124
SUBJECT: 89 -- CONTRACTOR PROVIDED SOFT SERVE YOGURT MACHINES
  AND PURCHASE OF YOGURT
SOL M67399-97-B-0002
DUE 011797
POC Staff Sergeant Fletcher M. Spencer, Contract Specialist,
  (619)830- 5122/Contracting Officer Captain C. R. Johnson/TeleFax
  (619)830-6353.
DESC: Provide on a rental or lease basis, six (6) contractor-owned
  and maintained soft serve yogurt machines. Contractor shall
  install and maintain the machines at little or no cost to the
  Government, as long as the Government uses the Contractor's
  yogurt product. The Contractor shall also provide three (3)
  flavors of yogurt, vanilla, chocolate and a combination of
  vanilla/chocolate (twist). Services and supplies are requested
  for the period 01 February 1997 through 31 January 1998. Services
  and supplies shall be provided F.O.B. destination only. All
  services and supplies shall be shipped to the the Marine Corps
  Air Ground Combat Center, Twentynine palms, California. This
  is an unrestricted procurement. All responsible sources may
  submit a bid package which will be considered by this agency.
  Requests for solicitation packages must be submitted in writing
  via mail or fax. Telephonic requests for solicitation packages
  will not be accepted. This solicitation will utilize the Simplified
  Acquisition Procedures (SAP) and is a Commercial Item.
CITE: (I-346 SN010852)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 89--Subsistence (Food)
OFFADD: DIRECTORATE OF CONTRACTING, USAFACFS, ATTN: ATZR-QB,
  P. O. BOX 3501, FORT SILL OK 73503-0501
SUBJECT: 89--BEVERAGE BASE
SOL DABT39-97-B-0077
DUE 013097
POC Contract Specialist Gerri D. Lucas (405) 442-3404 (Site Code
  W804A6)
DESC: SUPPLIES: Furnish and deliver the following to Fort Sill,
  OK: Beverage Base, five (5) or more assorted flavors, natural
  flavoring with nutritive carbohydrate sweetner, 5 gallon (bag-in-box)
  containers only, EST QTY: 12,900 gl; Beverage Base, liquid
  cla flavoring, low calorie, 5 gallon (bag-in-box) containers
  only, EST QTY: 1,000 gl; Shall be for use with carbonated beverage
  dispensers, high commercial grade. CO2 in cylinders, 20 pounds
  each, EST QTY: 1,200 ea; CO2 in cylinder, EST QTY: 200 ea.
  Base peiod - 1 Mar 97 thru 28 Feb 98 plus four (4) one-year
  option periods. Proposed procurement herein is being offered
  unrestricted since all known suppliers are large business concerns.
  Standard Industrial Classification Code applicable to this
  procurement is 2087. The size standard must not exceed 500
  persons for it to be classified as a small business concern.
  All responsible sources may submit a bid which shall be cosidered.
  A firm-fixed price contract is contemplated. Telephone requests
  will not be honored. Request for bid packet shall be mailed
  to Directorate of Contracting, ATTN: ATZR-QB, PO Box 3501,
  FOrt Sill, OK 73503-0501. Indicate business size, if woman-owned
  or small- disadvantaged. Include a 9-digit zip code, telephone
  number, name and
CITE: (I-346 SN010944)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 93--Nonmetallic Fabricated Materials
OFFADD: Purchase Services Branch, Attn:  Code 535.3, Portsmouth
  Naval Shipyard, Portsmouth, NH  03801-2590
SUBJECT: 93 -- DRY DECK SHELTER HATCH FAIRINGS
SOL N00102-97-R-1211
DUE 012097
POC Contact Contract Specialist, Joan Morphy, 207/438-3853, (jem%c530%pns@ns01.ports.navy.mil)
  or Contracting Officer, John Balz, 207/438-2775
DESC: Dry deck shelter hatch fairings, Grade B shock tested,
  6 shipsets. Negotiations being conducted with Emerson & Cuming,
  Canton, MA. Delivery to Portsmouth Naval Shipyard, Kittery,
  ME.  See Note 22. This notice is published for subcontracting
  opportunities only.
EMAILADD: jem%c530%pns@ns01.ports.navy.mil) or Contracting Officer,
  John Balz, 207/438-2775
EMAILDESC: 
CITE: (I-346 SN010797)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 93--Nonmetallic Fabricated Materials
OFFADD: DEFENSE COMMISSARY AGENCY, ACQUISITION BUSINESS UNIT,
  1300 E AVENUE, FORT LEE VA 23801-1800
SUBJECT: 93--FURNISH END OF AISLE SIGNS FOR USE AT COMMISSARIES
  IN THE SOUTHWEST REGION
SOL DECA01-97-B-0012
DUE 012897
POC Contract Specialist Andre' Perry (804) 734-8667 (Site Code
  DECA01)
DESC: End of Aisle signs DeCA DEALS, shall be constructed of
  white acrylic, white background with purple lettering, 24 inches
  in height and 48 inches in length with rounded corners, a total
  maximum weight of 8 pounds. Descriptive literature of signs
  offere shall be submitted on or before bid opening date. Scheduled
  release date is 26 Dec 96 with a scheduled opening date of
  28 Jan 97. Delivery date is set forth in the solicitation,
  shipped FOB destination to each commissary. Request for the
  solicitation mustbe in writing. A FAX request will be accepted,
  FAX (804) 734-8269/8271. See Numbered Note 1.
CITE: (I-346 SN010931)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 95--Metal Bars, Sheets and Shapes
OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET
  NW - Material Mgt Branch, WASHINGTON, DC 20534-0001
SUBJECT: 95--ALUMINUM Z- BAR
SOL 1PI-R-0664-97
DUE 123096
POC Contract Specialist, MITCHELL, BETH, 202/508-3960
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
  ; proposalsare being requested and a written solicitation will
  not be issued. The solicitation number is 1PI-R-0664-97 and
  this solicitation is issued as a Request for Proposal (RFP).
  The time for receipt of proposals is 1:00 PM, December 30,
  1996. The solicitation dcument and incorporated provisions
  and clauses are those in effect through Federal Acquisition
  Circular 90-42. The Standard Industrial Classification Code
  is 5051, and small business size standard is 500 employees.
  Contract Line Item is: 3"x3"x3"x.250"x20FT,Z-Bar, 6061,T6 per
  QQ-A-200/16. The aluminum furnished shall be 1/4" (.250) thick
  with a hardness factor of T6, in accordance with Federal Specification
  QQ-A-200/6, aluminum alloy 6061. Anodized aluminum bars, shapes
  in the form of a "Z". The anodized aluminum furnished shall
  be 1/4" (.250) thick with hardness factor of T6 QQ-A-200/16,
  6061,T6, Aluminum, extruded structural shapes. Drawing is available
  per request.Sample will be provided per request. Packaging
  and Marking: Preservation, packaging and marking for all items
  covered by this contract shall be in accordance with commercial
  practice, and adequate to insure acceptance by common carrier
  and safe arrival at destination. The contract number should
  be on or adjacent to the exterior shipping label. Each package
  received must be marked for type and quantit. A Certificate
  of Compliance must accompany each shipment. All shipments shall
  be labeled as follows: vendor name, purchase/delivery order
  number and contract number, and item description and other
  pertinent information. F.O.B. Destination. Delivery: 20 dys
  after receipt of delivery/purchase order. Estimated quantity
  35,000 Feet. Type of Contract: Firm Fixed Price Requirements.
  Period of Performance: Two (2) years after contract award date.
  FAR Clause 52.216-18, Ordering, applies. Orders may be issued
  from date of award through 2 years after contract award date.
  Clause 52.216-19, Delivery Order Limitations, applies. Delivery
  order Minimum Quantity is 500 lnear feet per each order and
  Delivery Order Maximum is 9,000 linear feet per each order.
  Clause 52.216-21, Requirement, applies. Contractor shall not
  be required to make any deliveries under this contract after
  20 calendar days after expiration date of conract. Variation
  in quantity 5% increase and 5% decrease per item per delivery
  order. Delivery and acceptance is F.O. B. Destination to Federal
  Prison Industries 3150 Horton Rd., Ft. Worth, TX 76119-5996.
  FAR 52.212- 1, Instructions to Offerors-Commercial, applies
  to this acquisition. Clause 52.212-2, Evaluation-Commercial
  Items is applicable. Evaluation procedure is: Past Performance
  and Price. Contractor must subit three (3) references and a
  bank reference to be used in conducting past performance evaluation(
  preferably gov't references and references in which you have
  provided like or similar items as stated in the solicitation).
  Price will be evaluated by multipying them by the estimated
  quantities shown above,with the appropriate buy american differential,
  if applicable. Discount for early payment if offered will not
  be considered in the evaluation for award. Evaluation for Past
  Performance: In accordance with FAR 15.605(b)(1)(ii) past performance
  will be evaluated based on detailed information received from
  the references given by the contractor and iformation received
  from past contract and any additional data obtained by the
  government. Offeror has the opportunity to submit in their
  proposals any problems and resolutions to those problems that
  offeror has had with past customers. Recent contract willbe
  examined to ensure that corrective measures have been implemented.
  Prompt corrective action is isolated instances may not outweigh
  overall negative trends. If an offeror , or the proposed employees
  from the offeror, do not have a past performance history relating
  to this solicitation, the offeror will not be evaluated favorably
  or unfavorably on this factor. Only Offerors in the competitive
  range willbe evaluated on past performance. Award Basis: Award
  will be made to the offeror submitting the proposal that is
  determined to be in the best overall value to the Government
  considering price and past performance. The Government reserves
  the right to make ward on initial offers received, without
  discussions. Offerors shall submit a signed and dated offers,
  either on a SF 33, or letterhead stationary to Federal Prison
  Industries, 320 First St., NW, 4th Floor , ACACIA BLDG. Attn:
  Bid Custodian, Washington, DC 20534 or Federal Express or express
  mail to 311 First ST. NW, ACACIA, 4th Floor, Attn: Bid Custodian.
  Facsimile Offers are accepted at 202/508-8498. Clause 5.215-18
  Facsimile Proposals is applicable. Offers must be received
  by 1:00 PM, December 30, 1996 and indicate name, address and
  telephone number of bidder, technical description of the item(s)
  being offered in sufficient detail to evaluate compliance with
  he requirements in the solicitation, terms of any expressed
  warranty, price and any discount terms, remit to address if
  different than mailing address, a completed copy of representations
  and certifications at FAR 52.212-3, Offeror Representations
  and Certifications-Commercial Items; acknowledgements of all
  amendments. Offeror must hold prices firm in its offer for
  30 calendar days from the dated specifie for receipt. If offer
  is not submitted on a SF 33, a statement specifying the extent
  of agreement with all terms, conditions, and provisions included
  in the solicitation. All offers that fail to furnish required
  representations and certifications or inforation or reject
  the terms and conditions of the solicitation may be excluded
  from consideration. Clause 52.212-4, Contract Terms and Conditions-
  Commercial Items, Applies to this acquisition. Clause 52.212-5,
  Contract Terms and Conditions Required to Implement Statues
  or Executive Orders-Commercial Items, applies to this acquisition.
  Contact Beth Mitchell at 202/508-3960 for information regarding
  this solicittion. If you need a sample or drawing, use the
  same number or fax 202/508-8498. A written notice of award
  or acceptance of a bid mailed or otherwise furnished to the
  successful bidder within the time for acceptance specified
  in the bid, shall result in a bnding contract without further
  action by either part, Before a bid specified expiration time,
  the Government may accept a bid or part of a bid after its
  receipt unless a written notice or withdrawal is received before
  award. The bidder must specify business size and classification.
  Documents cited in the solicitation may be obtained from the
  General Services Administration, Federal Supply ServiceBureau,
  Specifications Section, Suite 8100, 470 L'EnFant Plaza, SW,
  Washington, DC 20407, 202-755-0325/0326. This is a 100% small
  business set aside. See
CITE: (I-346 SN010924)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 95--Metal Bars, Sheets and Shapes
OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET
  NW - Material Mgt Branch, WASHINGTON, DC 20534-0001
SUBJECT: 95--COIL, SHEET AND BAR STEEL
SOL 1PI-R-0668-97
DUE 013097
POC Contract Specialist, ODOM, JOHN, 202/508-3961
DESC: UNICOR, Federal Prison Industries, Inc. is soliciting for
  a four- year requirements-type contract for coil, sheet and
  bar steel, in accordance with various ASTM Specifications,
  various sizes. Estimated usage during the contract period is
  as follows: oil steel, 11,450,000 lb; sheet steel, 226,700
  pieces; bar steel, 130,000 pieces. Contract prices will be
  adjusted periodically during the contract period in accordance
  with the Economic Price Adjustment clause. Deliveries shall
  be made FOB destination to NICOR, Route 5, William Penn Rd.,
  Lewisburg, PA 17837. Deliveries are required to be made within
  20 days after receipt of delivery order. Copies of the solicitation
  must be requested in writing or via facsimile to 202/508-8498;
  telephone requests will not be filled. Please indicate on your
  request the size of your business (large or small). All responsible
  sources may submit an offer which will be considered by UNICOR
  See Numbered Note 12.
CITE: (I-346 SN010935)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: U. S. Department of HUD, Denver ASC, Kansas City Contracting
  Branch (7AAC), 400 State Avenue, Kansas City, KS 66101-2406
SUBJECT: 99 -- ARCHITECTURAL & ENGINEERING SERVICES
SOL H07Q97701336000
DUE 013097
POC Jane E. Phillips, Contract Specialist, (913)551-5874.
DESC: Compliance Review Inspection - Single Family - New Construction.
  The contractor shall perform Architectural Field Reviews of
  the Compliance Inspection Reports prepared by fee inspectors
  on proposed construction, under construction, and existing
  construction (less than one year old) properties receiving
  high loan-to-value financing on an as needed basis for the
  Eastern One-half of the State of Missouri. This purchase order
  will be for one (1) year plus 2 - 1 year option periods. Only
  written or fax (913-551-5858) request will be accepted.
CITE: (I-346 SN010841)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: DOI, Fish and Wildlife Service, Mail Stop 60181 (CGS),
  P.O. Box 25486, DFC, Denver, CO 80225
SUBJECT: 99--FISH TRANSPORTATION TANKS
SOL 1448-60181-97-R027
DUE 012897
POC POC:  Cathleen DeBerry/Procurement Assistant, 303/236-5412
  x221; David M. Clack, Contracting Officer, 303/236-5412 x228
DESC: Furnish and deliver three fiberglass fish transportation
  tanks F.O.B. destination to the Creston National Fish Hatchery,
  Kalispell, Montana.  The Solicitation will be available on
  or about December 27, 1996.  This is a total small business
  set-aside.  Please Fax request for Solicitation package to
  303/236-4791, state Solicitation No., Company  Name, Mailing
  Address, and Telephone Number on request.
CITE: (I-346 SN010882)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: USDI, Bureau of Land Management, Oregon State Office
  (952), P. O. Box 2965, Portland, Oregon 97208-2965
SUBJECT: 99--SECURITY GUARD FOR MEDFORD DISTRICT OFFICE AND COMPLEX
SOL 1422H952-B97-2011
DUE 021198
POC Pierre Mathies, Procurement Technician, (503)  952-6218
DESC:   The Contractor shall provide unarmed and armed guard
  services at the Medford District Office Complex, Medford, Oregon.
   Contract period of one year (March 1, 1997 through February
  28, 1998) with options to extend the period of the Contract
  for four additional years.  All responsible sources may submitt
  an offer which will be considered.  See Numbered Note(s): 1

EMAIL or952mb@or.blm.gov
EMAILDESC: 
CITE: (W-346 SN010918)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous--Potential Sources Sought
OFFADD: Directorate of Contracting, Attention: ATZS-DKO-I, P.O.
  Box 12748, Fort Huachuca, AZ 85670
SUBJECT: 99--MISCELLANEOUS, NON-MEDICAL, X-RAY DETECTION EQUIPMENT
POC Contract Specialist, Sonja Randall (520) 533-1338, Contracting
  Officer, Toni L. Davies (520) 538-0407.
DESC: The Directorate of Contracting, Fort Huachuca, AZ is seeking
  sources of any size status with capability to furnish commercial
  items, in accordance with FAR Part 12. The system should have
  the capability to examine (X-ray) the following: Cars, trucks,
  boats, tractor trailer, and palletized container, at a port
  of entry to the U.S. The technology is indented to detect contraband.
  The contractor shall perform the work necessary to design,
  engineer, integrate, test, deliver, and provide logistics support
  including training, for the X-ray System. The system may consist
  of two separate X-ray sources, each associated with a separate
  array of transmission and back scatter  detectors, a vehicle
  transport system for moving the vehicles through the X-ray
  cabinet, and an operator control console with displays for
  all four views of the X-ray system. Image data from the entire
  array of detectors shall be collected, displayed, and analyzed
  at a central operator control/display station located in a
  climate-controlled, indoor environment. As an integral feature,
  the console operator shall have the ability to print selected
  targets of interest, download data and image files. In addition,
  the contractor shall provide provisions in the console area
  for four security video monitors which can be viewed while
  the operator is seated at the console. All system control and
  safety functions, less vehicle staging and de-staging, shall
  be  centralized at this station. The contractor shall develop/modify
  software as required. The contractor shall provide a warranty
  on defects against workmanship and a warranty against any defects
  or malfunctions. Forward commercial item information to the
  Directorate of contracting, on or before 16 December 1996.
CITE: (M-346 SN010992)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: U.S. Army Space and Strategic Defense Command, ATTN:
  CSSD-CM-CN, PO Box 1500, Huntsville, AL 35807-3801/106 Wynn
  Drive, Huntsville, AL 35805-1990
SUBJECT: A -- FY97/98 DEPLOYMENT READINESS PLANNING AND TECHNICAL
  SUPPORT WITH OPTIONS TO EXTEND FOR FY99/00
POC Carmen L. Correa, Contract Specialist, CSSD-CM-CN/Linda N.
  Bentley, Contracting Officer, CSSD-CM-CN/(205) 955-1187
CNT DASG60-97-C-0022
AMT $1,821,720
LINE CLINs 0001/0002
DTD 120996
TO Quality Research, Incorporated, 150 West Park Loop, Suite
  302, Huntsville, AL 35806
CITE: (I-346 SN010837)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: DIRECTOR, USAMRAA, MCMR-AAA, BLDG 820, FORT DETRICK,
  FREDERICK MD 21702-5014
SUBJECT: A--COMBINATORIAL TRANSITION STATE ANALOG INHIBITOR LIBRARY
  FOR BOTULINUM TOXIN
POC Contracting Officer Patricia M. McAllister (301) 619-7360
  (Site Code DAMD17)
CNT DAMD17-97-C-7021
AMT $100,000
DTD 110896
TO HAWAII BIOTECHNOLOGY GROUP, INC., 99-193 AIEA HEIGHTS DR.,
  AIEA, HI 96701
CITE: (I-346 SN010936)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Defense Special Weapons Agency, 6801 Telegraph Rd., Alexandria,
  VA 22310-3398
SUBJECT: A -- EXERCISE OF OPTION II
POC Herbert Thompson, Negotiator, (703) 325-1182, Edward Archer,
  Contracting Officer, (703) 325-5028.
CNT DNA001-95-C-0088-P00003
AMT $648,240.00
LINE N/A
DTD 121096
TO PRIME: U.S.Sm.Bus.Admin., 1100 Vermont Ave., NW, PO Box 34500,
  Washington, DC 20043-4500; SUB: Research Planning, Inc., 6400
  Arlington Blvd., Suite 1100, Falls Church, VA 22042
CITE: (I-346 SN011021)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Defense Special Weapons Agency, 6801 Telegraph Rd., Alexandria,
  VA 22310-3398
SUBJECT: A -- HIERARCHICAL FILE STORAGE SYSTEM (HFSS)
POC Sheila Roche, Negotiator, (703) 325-7137, Daniel Gonzales,
  Contracting Officer, (703) 325-6684.
CNT DSWA01-97-C-0026
AMT $642,531.00
LINE N/A
DTD 121196
TO A&T Systems, Inc., 12520 Prosperity Drive, Suite 300, Silver
  Spring, MD 20904
CITE: (I-346 SN011022)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: U.S. Department of Agriculture, Forest Service, Rogue
  River National Forest, 333 W. 8th St., P.O. Box 520, Medford,
  Oregon 97501
SUBJECT: F--LIFTING AND PROCESSING OF TREE SEEDLINGS
CNT 53-04N7-7-01
AMT $416,715.01
DTD 112696
TO C & O Reforestation, 2608 Jacksonville Hwy., Medford, OR 97501
CITE: (M-346 SN010886)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: H--Quality Control, Testing and Inspection Services
OFFADD: VA Medical Center, Contract Office, 2215 Fuller Road,
  Ann Arbor, MI 48105
SUBJECT: H -- PREVENTIVE MAINTENANCE/REPAIR OF OLDELFT SIMULEX-Y
POC Mary B. Jones, (313) 930-5588
CNT V506P-2888
AMT $42,720
LINE 1
DTD 100196
TO Nucletron Oldelft Corp, 7080 Columbia Gateway Drive, Columbia,
  MD 21046-2133
CITE: (I-346 SN010843)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Fleet and Industrial Supply Center, San Diego, Bid Officer,
  937 N. Harbor Drive, San Diego, CA 92132-0212
SUBJECT: J--CORROSION CONTROL OF HIGH MOBILITY MULTIWHEELED VEHICLES
POC Contracting Officer, Mary P'Brien; Contract Specialist Aprell
  Bradford,(619)532-2568
CNT N00244-97-D-5018, awarded for a base period plus one option
  year, in response to SOL N00244-96-R-5224
AMT $735,431
DTD 112196
TO DES Systems, Inc. 33001 Calle Perfecto, San Juan Capistrano,
  CA 92675
CITE: (I-345 SN010720)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Operational Contracting, HSC/PKOS, 8005 9th Street Brooks
  AFB 78235-5353
SUBJECT: J -- AWARD OF SOLICITATION F41622-96-R0030 FOR MAINTENANCE
  OF LABORATORY EQUIPMENT
POC Sharyn M. Timms, Contract Specialist, (210) 536-6396.
CNT F41622-97-C0012
AMT $1,388,343.70
LINE 0001, 0002, 0003, 00
DTD 112796
TO Hewlett-Packard Company 2850 Centerville Road Wilmington DE
  19808
CITE: (I-346 SN010842)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Commander (VPL), MLCPAC, Coast Guard Island, Bldg. 50-7,
  Alameda, CA 94501-5100
SUBJECT: J -- DRYDOCK & REPAIR USCG CUTTER STORIS 
POC Rebecca Budde, Contracting Officer  (510) 437-3988
CNT DTCG85-97-C-625L55
AMT $446,634
LINE All D Items
DTD 120996
TO Alaska Ship Drydock, Ketchikan, AK (907) 225-7199
LINK N/A
LINKDESC: 
EMAIL rebecca budde/mlcpac@internet.uscg.mil
EMAILDESC: 
  Officer
CITE: (W-346 SN010920)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: L--Technical Representation Services
OFFADD: Director, Strategic Systems Programs, Department of the
  Navy, 1931 Jefferson Davis Highway, Arlington, VA
SUBJECT: L--FY97 ANNUAL TEST INSTRUMENTATION SUPPORT SERVICES
  FOR THE TRIDENT I (C4) AND TRIDENT II (D5) MISSILES
POC Lawana Pressley-Lawson, (703) 607-0826.
CNT N00030-97-C-0013
AMT $34,985,651.00
LINE Items 0001 through 0
DTD 112196
TO Interstate Electronics Corporation, Anaheim, CA 92803
CITE: (M-346 SN010884)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: M--Operation of Government-Owned Facilities
OFFADD: Contracting Squadron, 366 CONS/LGCV, P O Box 4037, Bldg
  512,  Mountain Home AFB, ID 83648-4037
SUBJECT: M--OPERATION AND MAINTENANCE OF BASE HEAT PLANT
POC Cindy Dixon, Contract Specialist, (208)828-6484
CNT F10603-97-C2001
AMT $338,088.00
LINE 0001AA-0001AB
DTD 120396
TO Northern Management Services Inc. P O Box 1764, Sandpoint,
  ID  83864-0902
LINKURL: http://www.mountainhome.af.mil
LINKDESC: 
EMAILADD: sheffieb@366lg.mountainhome.af.mil
EMAILDESC: 
CITE: (D-346 SN010793)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: M--Operation of Government-Owned Facilities
OFFADD: Contracting Squadron, 366 CONS/LGCV, P O Box 4037, Bldg
  512,  Mountain Home AFB, ID 83648-4037
SUBJECT: M--OPERATION AND MAINTENANCE OF BASE HEAT PLANT
POC Cindy Dixon, Contract Specialist, (208)828-6484
CNT F10603-97-C2001
AMT $338,088.00
LINE 0001AA-0001AB
DTD 120396
TO Northern Management Services Inc. P O Box 1764, Sandpoint,
  ID  83864-0902
LINKURL: http://www.mountainhome.af.mil
LINKDESC: 
EMAILADD: sheffieb@366lg.mountainhome.af.mil
EMAILDESC: 
CITE: (D-346 SN010794)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: Navajo Area Indian Health Service, P.O. Box 9020, Window
  Rock, AZ 86515
SUBJECT: Q--RADIOLOGY SERVICES
CNT 245-97-0007
AMT $154,159.60
DTD 120196
TO Northern Arizona Radiology, P.C., 77 W. Forest Ave., Ste.
  101, Flagstaff, Az.
CITE: (M-346 SN010889)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: Navajo Area Indian Health Service, P.O. Box 9020, Window
  Rock, AZ 86515
SUBJECT: Q--HOSPITAL SERVICE
CNT 245-95-0002 (Third Year Option)
AMT $300,000.00 (Est.)
DTD 010197
TO Flagstaff Medical Center, 1200 North Beaver Street, Flagstaff,
  AZ 86001
CITE: (M-346 SN010893)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: Fleet and Industrial Supply Center, Contracting Department,
  110 Yorktown Avenue, 3rd Floor, Jacksonville, FL  32212-0097
SUBJECT: Q--PHARMACIST
POC N/A
CNT N68836-97-C-0006
AMT $42,748.36
DTD 120996
TO AMP, Box 17641, West Haven, CT 06516
CITE: (I-346 SN010990)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Navajo Area Indian Health Service, P.O. Box 9020, Window
  Rock, AZ 86515
SUBJECT: S--PREVENTIVE MAINTENANCE FOR BAXTER LAB EQUIPMENT
POC Lorraine Tsosie, Contract Specialist (580) 871-1305/Jack
  Tarro, Contracting Officer (520) 871-5800.
CNT 245-96-0017
AMT $14,182.50
DTD 010197
TO Dade International, One Baxter Parkway (DFY-1E), Deerfield,
  IL 60015
CITE: (M-346 SN010980)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Navajo Area Indian Health Service, P.O. Box 9020, Window
  Rock, AZ 86515
SUBJECT: S--PREVENTIVE MAINTENANCE FOR INSTRUMENTATION LAB EQUIPMENT
POC Lorraine Tsosie, Contract Specialist, (520) 871-1305/Jack
  Tarro, Contracting Officer, (520) 871-5800.
CNT 245-96-0014
AMT $23,452.00
DTD 010197
TO Instrumentation Laboratory, 113 Hartwell Avenue, Lexington,
  MA 02173
CITE: (M-346 SN010981)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Navajo Area Indian Health Service, P.O. Box 9020, Window
  Rock, AZ 86515
SUBJECT: S--PREVENTIVE MAINTENANCE FOR AMSCO EQUIPMENT
POC Lorraine Tsosie, Contract Specialist, (520) 871-1305/Jack
  Tarro, Contracting Officer, (520) 871-5800.
CNT 245-96-0015
AMT $38,862.00
DTD 010197
TO Stryker Sales Corporation, 6300 Sprinkle Road, Kalamazoo,
  MI 49001-9799
CITE: (M-346 SN010983)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Department of Justice, Federal Bureau of Prisons, Southeast
  Regional Office, 523 McDonough Blvd. SE., Atlanta, GA 30315-4215
SUBJECT: S--JANITORIAL SERVICES
POC Duane P. Donovan, (404) 624-5223, Contracting Officer.
CNT RFQ-274-0001/P.O. 05-0404
AMT $48,000.00
LINE 6 ITEMS REFERENCING
DTD 110196
TO O.J. Best Janitorial Services, Inc., P.O. Box 671744, Marietta,
  GA 30006
CITE: (M-346 SN011002)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: NOAA, WASC, Acquisition Management Division, WC3, 7600
  Sand Point Way NE, BIN C15700, Seattle, WA  98115
SUBJECT: T -- OPERATION & MANAGEMENT OF COPY CENTER
CNT 50ABNA700034
AMT $144,000.00
LINE 101-113
DTD 112996
TO Xerox Business Services, 88 Spring Street, Seattle, WA., 98104
CITE: (I-345 SN010717)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, Columbus Regional Printing
  Procurement, 1335 Dublin Road, Suite 112-B, Columbus, OH 43215-7034
SUBJECT: T--OFFSET/DUPLICATING PRINTING
POC Contracting Officer, Steven A. Boortz, (614) 488-4616.
CNT 2564-S
AMT $176,506.00
DTD 110796
TO Eveco Press, P.O. Box 9785, Columbus, OH 43209
CITE: (M-346 SN010900)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, Purchase Division, Printing
  Procurement Department, Stop: PPP, Room C817, Washington, DC
  20401
SUBJECT: T--PRINTING
CNT 420-773
AMT $71,329.00
DTD 120496
TO News Printing Co., Inc., Old Route 220, P.O. Box 373, Claysburg,
  PA 16625
CITE: (M-346 SN010911)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, Columbus Regional Printing
  Procurement, 1335 Dublin Road, Suite 112-B, Columbus, OH 43215-7034
SUBJECT: T--OFFSET/DUPLICATING PRINTING
POC Contracting Officer, Steven A. Boortz, (614) 488-4616.
CNT 2564-S
AMT $61,835.00
DTD 110796
TO Meadows Printing Company, 138 West Columbus Avenue, Bellefontaine,
  OH 43311
CITE: (M-346 SN010967)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: Hampton Regional Printing Procurement Office, U.S. Government
  Printing Office, 11836 Canon Boulevard, Suite 400, Newport
  News, VA 23606-2555
SUBJECT: T--PRINTING
CNT 531-086
AMT $55,360.00
DTD 120696
TO Harmony Printing Company, 1200 E. Old 210 Hwy., Liberty, MO
  64068
CITE: (M-346 SN010984)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: Hampton Regional Printing Procurement Office, U.S. Government
  Printing Office, 11836 Canon Boulevard, Suite 400, Newport
  News, VA 23606-2555
SUBJECT: T--PRINTING
CNT 531-084
AMT $52,000.00
DTD 120696
TO Harmony Printing Company, 1200 E. Old 210 Hwy., Liberty, MO
  64068
CITE: (M-346 SN011052)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: DOT, FED HWY ADMN, Office of Acquisition Management,
  400 7TH ST, SW, Room 4410, Washington, DC 20590
SUBJECT: U -- SOLICITATION NO. DTFH61-96-R-00036, "IDENTIFYING
  AND CONTROLLING ER OSION AND SEDIMENTATION"
POC James H. Mowery III, negotiator, telephone (202) 366-4244.
CNT DTFH61-97-C-00013
AMT $1,045,532.00
LINE N/A
DTD 121096
TO Hydrodynamics, Incorporated, 19039 East Plaza Drive, Parker,
  CO 80134
CITE: (I-346 SN010856)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: Military Sealift Command, Pacific, Code PM1WC3, 280 Anchor
  Way, Suite 1-W, Fleet Industrial Supply Center, Oakland, CA
SUBJECT: V -- TOWING OF YD-253
POC Contact Jennifer N. Tsui or Ernest F. Taylor in writing by
  fax
CNT N62383-96-C-0710
AMT $163,866
LINE N/A
DTD 082396
TO SAUSE BROS.INC. 155 E. MARKET AVENUE; COOS BAY, OR. 97420
CITE: (I-346 SN010854)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: W--Lease or Rental of Equipment
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: W -- RENTAL OF FORKLIFTS
POC R. O'Donnell
CNT N00406-97-M-D610
AMT $63,600
LINE N/A
DTD 120996
TO hyster sales co 9892 40th avenue south seattle wa 98118
CITE: (I-346 SN010872)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: X--Lease or Rental of Facilities
OFFADD: U.S. Department of Agriculture, Forest Service, Rogue
  River National Forest, 333 W. 8th St., P.O. Box 520, Medford,
  Oregon 97501
SUBJECT: X--RENTAL OF FACILITIES--REFRIGERATED WAREHOUSING
CNT 53-04N7-7-02
AMT $86,548.00
DTD 112696
TO Naumes, Inc., P.O. Box 996, Medford, OR 97501
CITE: (M-346 SN010885)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: X--Lease or Rental of Facilities
OFFADD: Facilities Service Office, U.S. Postal Service, 4000
  DeKalb Technology Pkwy., Suite 300, Atlanta, GA 30340-2799
SUBJECT: X--ECLECTIC, AL--MAIN OFFICE, AWARD OF NEW USPS LEASED
  POST OFFICE
POC Mary S. Presnell, Real Estate Specialist, (770) 454-0612,
  Kerry G. Pfrimmer, Contracting Officer, (770) 454-0621.
AMT $51,500.00
DTD 120496
TO MACO Management Co., Inc., P.O. Box 68, Clarkton, MS 63877-0068
CITE: (M-346 SN010910)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Commanding Officer, EFA Chesapeake, Naval Facilities
  Engineering Command, 901 M Street, SE, Building 212, Washington
  Navy Yard, Washington, DC  20374-5018
SUBJECT: Y -- ADVANCED SYSTEM INTEGRATION LABORATORY, NAVAL AIR
  STATION, PATUXENT RIVER, MARYLAND
CNT N62477-94-C-0010
AMT $32,270,000.00
DTD 120596
TO Centex Construction Co., Inc., 10300 Eaton Place, Suite 300,
  Fairfax, Virginia 22030
CITE: (I-345 SN010696)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: US Army Engr Dist New Orleans, PO Box 60267, New Orleans
  La 70160
SUBJECT: Y -- CALCASIEU RIVER AND PASS, LA, DREDGING OF BLACK
  BAYOU, C/L STA. 12+00 TO C/L STA. 50+50, CALCASIEU PARISH,
  LA
CNT DACW29-97-C-0014
AMT $213,000.00
LINE Items 0001 and 0002
DTD 120996
TO Mike Hooks, Inc.; P.O. Box 1525; Lake Charles, LA  70602
CITE: (I-346 SN010985)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: National Park Service, Denver Service Center, 12795 West
  Alameda Parkway, P.O. Box 25287, Denver, Colorado 80225-0287
SUBJECT: Y--LIEPERS FORK, DISTRICT FACILITY
POC William Slemmer, (303) 969-2047.
CNT 1443CX501097901
AMT $1,243,796.00
DTD 120696
TO J. Harold Shankle Co., Inc., 2518 Plum Street, Nashville,
  Tennessee 37207
CITE: (M-346 SN011007)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 13, 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 - INSTALL FIRE PROTECTION SYSTEM, BARKSDALE AFB, LA
POC N/A
CNT N62467-95-C-1067
AMT $115,589.00
DTD 121096
TO RO-BAC, Inc. 2036 Wooddale Blvd., Suite H1, Baton Rouge, LA
  70806
CITE: (I-345 SN010711)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: NOAA, WASC, Acquisition Management Division, WC3, 7600
  Sand Point Way NE, BIN C15700, Seattle, WA  98115
SUBJECT: Z -- CONSTRUCTION AND INSTALLATION OF NEW CABLE TRAY
  SYSTEM, SUPPORTS AND RELATED WORK AT THE COMMAND AND DATA ACQUISITIONS
  STATION IN FAIRBANKS, ALASKA
CNT 50ABNE700016
AMT $681,392.00
LINE Items No. 1 & 2  
DTD 120396
TO Alcan Electrical and Engineering, Inc., P.O. Box 91499, Anchorage,
  AK 99509
CITE: (I-345 SN010714)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: GSA, Public Buildings Service  (7PSS),Federal Protective
  Svc,819 Taylor St., Rm. 14A02,Fort Worth,TX 76102-6105
SUBJECT: Z-PURCHASE AND INSTALLATION OF INTRUSION
POC Contact,Linda Pringle,817/978-4068,Contracting Officer,Linda
  K. Pringle,817 /978-4068
CNT GS-07P-96-FCM-0030
AMT $43850
DTD 120996
TO State Fire & Safety Syste,P O Box 23151,Jackson,WY 83001
CITE: (I-345 SN010715)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: U.S. Army Engineer District, Rock Island, Corps of Engineers,
  Clock Tower Building,, PO Box 2004, Rock Island, Illinois 61204-2004
SUBJECT: Z--REPAIR CENTER PIVOT MECHANISM, GOVERNMENT BRIDGE,
  STRUCTURE 320, PR NO. 112-96, ROCK ISLAND ARSENAL, ROCK ISLAND
  COUNTY, ILLINOIS
CNT DACA25-97-C-0004
AMT $179,566.00
DTD 120996
TO Osage Constructors, Inc., 3200 County Rd. 257, Fulton, MO
   65251- 3101(S)
CITE: (I-345 SN010730)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Resident Officer in Charge of Construction, NAVFACENGCOM
  Code N303, Naval Postgraduate School, 166 Bouldry Road, Room
  107, Monterey, CA 93943-5220
SUBJECT: Z--CHANGE-OF-OCCUPANCY MAINTENANCE AND APPLIANCE REPAIR
  SERVICES IN FAMILY HOUSING UNITS AT PRESIDIO OF MONTEREY, PRESIDIO
  OF MONTEREY ANNEX, LA MESA VILLAGE, NAVAL POSTGRADUATE SCHOOL,
  MONTEREY, CALIFORNIA
POC Kim S. Cantrell/Contract Specialist, (408) 656-3602, Sheila
  Clark/Contracting Officer, (408) 656-3454.
CNT N62474-96-D-7179
AMT $3,805,580.56
LINE 0001-0905
DTD 112096
TO Maytag Aircraft Corporation, 6145 Lehman Drive, Suite 300,
  Colorado Springs, CO 80962-2759
CITE: (M-346 SN010895)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: USDA Six Rivers National Forest, 1330 Bayshore Way, Eureka,
  CA 95501
SUBJECT: Z--NURSERY OFFICE REROOFING ON THE HUMBOLDT NURSERY,
  MCKINLEYVILLE CA, SIX RIVERS NATIONAL FOREST
POC Sue Ray, (707) 441-3668/No Collect Calls/Contracting Officer,
  Dean S. Smith (707) 441-3586.
CNT 50-9A47-7-1R05
AMT $46,895.00
LINE Item 1 and Additive
DTD 112796
TO McMurray and Sons, Inc. 1818 W. Allard, Eureka, CA 95503
CITE: (M-346 SN010907)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: General Services Administration, PBS, Manhattan Prop.
  Mgmt. Ctr, 26 Federal Plaza, Rm 1655, New York, NY 10278
SUBJECT: Z - TERM CONTRACT-INSTALLATION OF PARTITIONS, DOORS,
  HARDWARE, ELECTRICAL WORK ETC.
POC Digna Campos, Contract Specialist, (212) 264-7377
CNT GS02P96CUD0033
AMT $2,803,027.87
DTD 112996
TO Volmar Construction, Inc., 440 Second Avenue, Brooklyn, NY
  11232
EMAIL digna.campos@gsa.gov
EMAILDESC: 
CITE: (W-346 SN010919)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: ANNISTON ARMY DEPOT, DIRECTORATE OF CONTRACTING, 7 FRANKFORD
  AVE, ANNISTON AL 36201-4199
SUBJECT: Z--PAINT IGLOO DOORS AND VENTS
POC Contracting Officer KATHY C. HARVEY (205) 235-7558 CONTRACT
  SPECIALIST WANDA G. ADAMS (205) 235-6319 (Site Code DAAC01)
CNT DAAC01-97-C-0002
AMT $147,990
LINE 0001
DTD 120996
TO TOM ROBERTS CONSTRUCTION CO., 103 "L" STREET, ANNISTON, AL
  36201
CITE: (I-346 SN010930)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 2d Contracting Squadron, 841 Fairchild Ave, Suite 219,
  Barksdale AFB, LA 71110-2271
SUBJECT: Z--REPAIR ELECTRICAL DISTRIBUTION, PHASE 1
POC SSgt James R. Northup, Contract Specialist, (318) 456-6832;
  Kathleen A. Lee, Contracting Officer.
CNT F16602-97-C0001
AMT $769,900.00
LINE 0001
DTD 120396
TO Barnes Electric Company, Inc., 55 South "A" Street, Pensacola,
  FL 32501-7182
CITE: (M-346 SN010963)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Officer in Charge of NAVFAC Contracts, P.O. Box 54306,
  NAVSUPPACT Memphis, Millington, TN 38054-0306
SUBJECT: Z--REPLACE HVAC EQUIPMENT AT BUILDING 771 AT NAVAL SUPPORT
  ACTIVITY, MILLINGTON, TN
CNT N62467-96-C-5243
AMT $287,000.00
DTD 120696
TO Morgan & Thornburg, Inc., 4076 Hatcher Circle, Memphis, TN
  38118.
CITE: (M-346 SN011003)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: OICC ROICC Cherry Point, NAVFACENGCOM Contracts, PCS
  Box 8006, Cherry Point, North Carolina 28533-0006
SUBJECT: Z--CONTRACT N62470-96-C-7850, REPLACE METAL ROOF, BUILDING
  8048, MARINE CORPS AIR STATION, CHERRY POINT, NORTH CAROLINA
CNT N62470-96-C-7850
AMT $77,126.00
DTD 120596
TO Cieszko Construction Co., Inc., P.O. Box 506, Havelock, NC
  28532-0506
CITE: (M-346 SN011006)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 90th Contracting Squadron, 7505 Marne Loop, F.E. Warren
  AFB, WY 82005-2860
SUBJECT: Z--REPAIR EXTERIOR OF BUILDING
POC Brian Sadler, (307) 775-3917, contracting officer, Carrol
  Vye, (307) 775-2635.
CNT F4860897C0004
AMT $180,220.00
DTD 112796
TO Growling Bear Inc., 2330 4th Ave, Greeley, CO 80631
CITE: (M-346 SN011009)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 319 CONS/LGC, 575 6th Ave., Bldg 418, Grand Forks AFB,
  ND 58205-6436
SUBJECT: Z--REPLACE CHILLER CAVALIER AIR STATION, ND
CNT F3260597CC004
AMT $926,600.00
LINE 0001-0002
DTD 120596
TO Grant's Mechanical, Inc., 3239 South 15th Street, P.O. Box
  7128, Fargo, ND 58109
CITE: (M-346 SN011010)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: OICC ROICC Norfolk Naval Shipyard, NAVFACENGCOM Contracts,
  NAVSHIPD Bldg 491, Portsmouth, Virginia 23709-5000
SUBJECT: Z--REHAB BUILDING #5, AT USCG SUPPORT CENTER, ELIZABETH
  CITY, NORTH CAROLINA
POC (757) 396-5121; Contract Specialist/Sandra H. Umberger; Contracting
  Officer, Rosalind D. Rogers.
CNT N62470-96-C-5101
AMT $57,250.00
DTD 112696
TO Right Choice Contractors, 617 Crooked Run Road, Elizabeth
  City, North Carolina 27909
CITE: (M-346 SN011049)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 12--Fire Control Equipment
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 12--PLOTTING BOARD, INDI
CNT SP0900-97-M-1458
AMT $45,230.72
LINE 0001
DTD 121096
TO Aero Products research Inc 11201 Hindry Ave Los Angeles CA
   90045-6225
CITE: (I-346 SN010819)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 16--MATCHED ASSEMBLY.  STEEL ALLOY,
SOL SP0740-97-Q-0273
CNT SP0740-97-M-5125
AMT $53,955.00
LINE 0001 THROUGH 0002
DTD 121196
TO Vickers Inc Fluid Control and Actuation Div 4690 Colorado
  Blvd  P.O.Box 39787 Griffith STA Los Angel Los Angeles CA 90039-1106
CITE: (I-346 SN010733)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 16--INSERT, WHEEL. 17-7PH STAINLESS STEEL MAT'L.
SOL SP0740-95-R-1062
CNT F09603-95-G-0036-UB31
AMT $74,218.80
LINE 0001 THROUGH 0002
DTD 121196
TO BFGoodrich Co the Aerospace Div aircraft wheel and brake OPNS
   Waco St P O Box 340## Troy OH 45373-3835
CITE: (I-346 SN010747)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 16--PISTON, LINEAR ACTUATING CYLINDER; MATERIAL:  STEEL
CNT SP0740-97-M-4029
AMT $57,256.00
LINE 0001
DTD 121196
TO S and L Metal Products Corp precision production machinists
  fluid  power controls 5736 58TH Pl P.O.Box 238## Flushing NY
  11378-0238
CITE: (I-346 SN010749)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 16--CYLINDER BLOCK, HYDRAULIC MOTOR-PUMP.
CNT F34601-95-G-0003-UBZ4
AMT $224,655.00
LINE 0001AA THROUGH 0003A
DTD 121196
TO Vickers Inc Aerospace Marine Defense 5353 Highland Dr Jackson
  MS  39206
CITE: (I-346 SN010756)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 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--DISCONNECT ASSEMBLY
SOL SP0920-97-Q-A049
CNT SP0920-97-M-1347
AMT $82,324.26
LINE 0001 THROUGH 0002
DTD 121196
TO Koch H and Sons Co 5410 E LA palma Ave Anaheim CA 92807-2099
CITE: (I-346 SN010782)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 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--GUIDE, VALVE, OXYGEN
SOL SP0920-96-Q-A188
CNT N00383-95-G-M120-UBDP
AMT $98,637.60
LINE 0001AA THROUGH 0001A
DTD 121196
TO Alliedsignal Inc Aerospace Equipment Systems Tempe site 1300
  W  Warner Rd Tempe AZ 85285-2200
CITE: (I-346 SN010813)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 16--CARRIER ASSEMBLY
CNT SP0920-97-M-1346
AMT $66,440.25
LINE 0002
DTD 121196
TO Essential Components Inc 1120 Heckel Dr Mountainside NJ 07092
CITE: (I-346 SN010822)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421
  Jefferson Davis Hwy, Arlington, Va 22243-5120
SUBJECT: 16 -- VH-3/VH-60 CRASH SURVIVABLE FLIGHT INCIDENT RECORDER
POC Contact, Suzanne Kray-Idziak, Phone (703)604-1920
CNT N00019-96-C-0208 (Synopsis no. 30188-96)
AMT $3,000,000
LINE N/A
DTD 120996
TO Sikorsky Aircraft Corportation 6900 Main Street, Stratford,
  CT 06497-9129 
CITE: (I-346 SN011036)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421
  Jefferson Davis Hwy, Arlington, Va 22243-5120
SUBJECT: 16 -- VH-3/VH-60 CRASH SURVIVABLE FLIGHT INCIDENT RECORDER
POC Contact, Suzanne Kray-Idziak, Phone (703)604-1920
CNT N00019-96-C-0208 (Synopsis no. 30188-96)
AMT $3,000,000
LINE N/A
DTD 120996
TO Sikorsky Aircraft Corportation 6900 Main Street, Stratford,
  CT 06497-9129 
CITE: (I-346 SN011038)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 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--REGULATOR VALVE ASSEMBLY. ON TROQUE
SOL SP0750-96-Q-B243
CNT SP0750-97-M-9284
AMT $59,425.40
LINE 0001 THROUGH 0002
DTD 121196
TO Twin DISC Inc 1328 Racine St Racine WI 53403-1758
CITE: (I-346 SN010759)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 28--VALVE, POPPET, ENGINE. COLT INDUSTRIES-S.E.M.T
SOL SP0760-97-Q-0009
CNT SP0700-95-G-0011-0144
AMT $114,760.16
LINE 0001
DTD 121196
TO Coltec Industries Inc Fairbanks Morse engine Div 701 white
  Ave  beloit WI 53511-5447
CITE: (I-346 SN010734)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 28--ENGINE BLOCK, GASOLINE. ON PORTABLE FIRE
SOL SP0760-96-Q-BA92
CNT SP0760-97-M-8968
AMT $48,210.30
LINE 0001
DTD 111196
TO R P M supply Corp 5071 Brand Rd Dublin OH 43017-9530
CITE: (I-346 SN010751)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 28--CAMSHAFT, ENGINE (LEFT BANK). ON!
SOL SP0750-96-Q-9757
CNT SP0750-97-M-7189
AMT $95,147.25
LINE 0001AA THROUGH 0002
DTD 121196
TO General Dynamics Land Systems Inc Muskegon OPNS 76 Getty St
   Muskegon MI 49442-1238
CITE: (I-346 SN010753)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 28--OUTBOARD MOTOR, GASOLINE.
SOL SP0760-97-X-0016
CNT SP0760-97-M-8927
AMT $26,242.56
LINE 0001 THROUGH 0002
DTD 121196
TO Outboard marine Corp 200 sea horse Dr waukegan IL 60085
CITE: (I-346 SN010755)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 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--DRIVE ASSEMBLY, CAPACITOR
SOL SP0770-97-X-MF02
CNT SP0770-97-M-GN43
AMT $26,564.76
LINE 0001 THROUGH 0002
DTD 121196
TO Stewart-Warner Corp Electronics Div 3701 N 25TH Ave Schiller
  Park  IL 60176-2147
CITE: (I-346 SN010735)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 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--CLUTCH, MAGNETIC.
SOL SP0770-97-Q-MD45
CNT SP0770-97-M-GN52
AMT $31,842.00
LINE 0001
DTD 121196
TO Accessory controls and equipment Corp 805 Bloomfield Ave Windsor
   CT 06095-2363
CITE: (I-346 SN010754)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 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--CAM, FOLLOWER, NEEDLE BEARING
SOL SP0500-97-Q-C802
CNT SP0500-97-M-R925
AMT $60,600.00
LINE 0001
DTD 121196
TO Torrington Co The Needle Bearings Div 59 Field St Torrington
  CT  06790-4942
CITE: (I-346 SN010806)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 40--Rope, Cable, Chain, and Fittings
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 40--ROPE, FIBROUS, DOUBLE-BRAIDED (NYLON)
SOL SP0500-96-Q-PS43
CNT SP0500-97-C-F028
AMT $26,014.99
LINE 0001 THROUGH 0002
DTD 121096
TO Crowe rope Industries L L C RR 4 box 2940 waterville winslow
  ME  04901
CITE: (I-346 SN010805)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 42--Fire Fighting, Rescue and Safety Equipment
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: 42 -- LENS, CARTRIDGE
POC R. Brannan
CNT N00406-97-M-C742
AMT $2,538,340
LINE N/A
DTD 120496
TO b & j industrial supply co 5601 first ave s p o box 80526
  seattle wa 98108
CITE: (I-346 SN010868)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 43--Pumps and Compressors
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 43--SLEEVE, SHAFT, PUMP. NICKEL-COPPER ALLOY. 4 IN.
SOL SP0760-96-R-3401
CNT SP0700-96-G-0005-0011
AMT $255,906.00
LINE 0001 THROUGH 0002
DTD 121096
TO Ingersoll-dresser pump Co ingersoll-rand pump Div 942 memorial
   pky P.O.Box P O Box 486 Phillipsburg NJ 08865-2735
CITE: (I-346 SN010748)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 43--Pumps and Compressors
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 43--CONTROL, FEEDBACK, E/I PUMP HYDRAULIC
SOL 96TKD4-42-P-0700
CNT SP0760-97-M-4646
AMT $72,980.00
LINE 0001
DTD 121196
TO Adi services Inc RT 3 box 94L Martinsburg WV 25401
CITE: (I-346 SN010757)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 43--Pumps and Compressors
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code 8732
  , PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 43-PUMP,ROTARY
POC Contact Point, Michael A Penner, 87321.13, (717)790-3632,
  Fax, (717)790-1569, Twx, Not-avail, Contracting Officer, Trent
  E Roach, 87321, (717)790-5259
CNT N0010497PBD90, Sol Nr N00104-96-Q-BY43, NIIN 014163975
AMT $75,753
DTD 122096
TO Environmental Systems Inc. , Arnold ,MD 21012-0000
CITE: (I-346 SN010947)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 44--Furnace, Steam Plant, and Drying Equipment and
  Nuclear Reactors
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: 44 -- TUBE BUDDLE
POC D. Grimes
CNT N00406-97-M-D395
AMT $28,609
LINE N/A
DTD 120696
TO Aqua-chem inc p o box 421 milwaukee wi 53201
CITE: (I-346 SN010869)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 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 INCHES ID, 15 FEET
SOL SP0750-96-Q-3012
CNT SP0750-97-M-7070
AMT $34,788.18
LINE 0001 THROUGH 0003
DTD 111196
TO C and S Industrial Supply Inc RT 1 box 75 Cuthbert GA 31740
CITE: (I-346 SN010750)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 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, NONME
SOL SP0770-97-Q-MG24
CNT SP0770-97-M-HP21
AMT $53,017.00
LINE 0001
DTD 121096
TO Solar turbines Inc sub of Caterpiller Inc 2200 Pacific Hwy
  P O  Box 85376 San Diego CA 92138-5376
CITE: (I-346 SN010752)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 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--PARTS KIT, SWIVEL JOINT.
SOL SP0770-97-Q-MA28
CNT SP0770-97-M-CP07
AMT $29,400.00
LINE 0001
DTD 121196
TO Derbyshire Machine and Tool Co 5100 Belfield Ave Philadelphia
  PA  19144-1788
CITE: (I-346 SN010758)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code 8732
  , PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 48-VALVE,GLOBE
POC Contact Point, George F Marshall, 87321.23, (717)790-2927,
  Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, Trent
  E Roach, 87321, (717)790-5259
CNT N0010497PBD87, Sol Nr N00104-96-Q-BX48, NIIN 001819466
AMT $53,571
DTD 122096
TO Waeco Valve Division , Salem ,OH 44460-2423
CITE: (I-346 SN010948)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 49--Maintenance and Repair Shop Equipment
OFFADD: Corpus Christi Army Depot, Directorate of Contracting,
  Stop 7, 308 Crecy Street, Corpus Christi, Texas 78419-5260
SUBJECT: 49--GEARS, BEARINGS RECONDITION
POC Olga B. Albornoz, Contract Specialist, Telephone (512) 939-3750,
  FAX (512) 937-1126. Glenda M. Simnacher, Contracting Officer,
  (512) 939-2543.
CNT DAAC83-97-C-0002
AMT $115,720.00
LINE Reconditioning of Wh
DTD 112596
TO Phildelphia Gear Corporation, 4631 Winfield, Houston, TX 77039
CITE: (M-346 SN011000)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 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, SHAFT, SPRING LOADED
CNT SP0500-97-M-R790
AMT $75,903.10
LINE 0001 THROUGH 0002
DTD 121196
TO Crane John Marine Inc 1536 Barclay Blvd Buffalo Grove IL 60089
CITE: (I-346 SN010808)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--NUT, PLAIN, INTERNAL WRENCHING
SOL SP0500-97-Q-B096
CNT SP0500-97-M-R964
AMT $77,850.00
LINE 0001AA THROUGH 0001A
DTD 121196
TO Bristol Industries 630 E Lambert Road Brea CA 92622
CITE: (I-346 SN010809)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 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-STEPPED LOCKING
CNT SP0500-97-M-L365
AMT $39,750.00
LINE 0002
DTD 121196
TO Slabe Machine Products Co 4659 Hamann Pky Willoughby OH  44094-5631
CITE: (I-346 SN010810)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Fleet and Industrial Supply Center, San Diego, Bid Officer,
  937 N. Harbor Drive, San Diego, CA 92132-0212
SUBJECT: 53--VARIOUS HARDWARE ITEMS PWC, SAN DIEGO, CA
POC Contracting Officer, Barbara Davis; Contract Specialist Barbara
  Davis,(619)532-2657
CNT N00244-97-D-5057
AMT $1,937,523.00
DTD 120996
TO San Diego Hardware, 840 5th Ave.,San Diego, CA 92101
CITE: (I-346 SN010877)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 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, RECEIVER
SOL SP0970-96-Q-A283
CNT SP0970-97-M-1396
AMT $98,368.00
LINE 0001 THROUGH 0002
DTD 121096
TO Oai Inc 6960 E 12TH St Tulsa OK 74112
CITE: (I-346 SN010776)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 58-CAMERA,TV,VEHICLE
POC Contact Point, Wilson T Kury, 02131.13, (717)790-4768, Fax,
  (717)790-7317, Twx, Not-avail, Contracting Officer, John G
  Labosh, 02131, (717)790-2844
CNT N0010497CJA05, Sol Nr N00104-96-R-JA22, NIIN LLH780908
AMT $298,049
DTD 122096
TO Benthos Inc , North Falmouth ,MA 02556-0000
CITE: (I-346 SN010949)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 58-RECORDER,SIGNAL DAT
POC Contact Point, Craig A Hertzog, 02132.12, (717)790-3459,
  Fax, (717)790-1039, Twx, Not-avail, Contracting Officer, Debora
  L Paules, 02132.3, (717)790-2719
CNT N0010497PLB51, Sol Nr N00104-96-Q-LF46, NIIN 013190261
AMT $94,941
DTD 122096
TO Raytheon Co , Sudbury ,MA 01776-3375
CITE: (I-346 SN010950)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--ANTENNA
SOL SP0970-96-Q-A232
CNT SP0970-97-M-1434
AMT $60,471.49
LINE 0001 THROUGH 0002
DTD 121196
TO D and M/Chu technology Inc 2950 veterans Memorial Hwy Bohemia
  NY  11716-1023
CITE: (I-346 SN010772)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 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--DIAPHRAGM, MICROPHON
SOL 96TW04-42-P-0900
CNT SP0970-97-M-1440
AMT $44,681.40
LINE 0001 THROUGH 0002
DTD 121196
TO Mine Safety Appliances Co DBA MSA defense products Dept 3880
   Meadowbrook Rd Murrysville PA 15668-1753
CITE: (I-346 SN010773)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 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-0084
CNT SP0900-97-M-0044
AMT $65,235.51
LINE 0001 THROUGH 0015
DTD 121096
TO Tti 6500 POE Ave Suite 400 Dayton Ohio 45414
CITE: (I-346 SN010774)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--SWITCH, SENSITIVE
SOL SP0930-96-Q-5578
CNT SP0930-97-M-1993
AMT $70,020.00
LINE 0001
DTD 121096
TO Associated Aircraft Supply Co 5021 W Jefferson Blvd P O Box
   210069 Dallas TX 75211-3804
CITE: (I-346 SN010775)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 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-0091
CNT SP0900-97-M-0043
AMT $54,318.50
LINE 0001 THROUGH 0010
DTD 121096
TO Tti 6500 POE Ave Suite 400 Dayton Ohio 45414
CITE: (I-346 SN010777)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 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--MOTOR ASSEMBLY, FILM
SOL SP0960-96-Q-A262
CNT SP0960-97-M-1005
AMT $99,417.15
LINE 0001
DTD 121096
TO EMC Inc DBA EMC aviation 54 Wrightstown cookstown Rd P O Box
  249  cookstown NJ 08511-0249
CITE: (I-346 SN010778)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--AMPLIFIER, RADIO FREQUENCY
SOL SP0935-96-Q-A078
CNT SP0935-97-M-1387
AMT $48,000.00
LINE 0001 THROUGH 0002
DTD 121096
TO Rodelco Electronics Corp 111 Haynes CT Ronkonkoma NY 11779-7221
CITE: (I-346 SN010779)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--CIRCUIT CARD ASSEMB
SOL SP0960-96-R-A165
CNT SP0960-97-M-1284
AMT $75,582.00
LINE 0001 THROUGH 0004
DTD 121196
TO Parmatic filter Corp 88 Ford Rd denville NJ 07834
CITE: (I-346 SN010780)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--SWITCH, PRESSURE
SOL SP0930-96-Q-A266
CNT SP0930-97-M-2003
AMT $93,183.60
LINE 0001AA THROUGH 0002A
DTD 121096
TO Hydra electric 3151 kenwood St Burbank CA 91505-1052
CITE: (I-346 SN010781)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 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, COMP
SOL SP0900-97-Q-0078
CNT SP0900-97-M-0027
AMT $26,398.32
LINE 0001 THROUGH 0009
DTD 111196
TO Tti 6500 POE Ave Suite 400 Dayton Ohio 45414
CITE: (I-346 SN010814)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 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, COMP
SOL SP0900-97-Q-0081
CNT SP0900-97-M-0039
AMT $65,853.01
LINE 0001 THROUGH 0010
DTD 121096
TO Tti 6500 POE Ave Suite 400 Dayton Ohio 45414
CITE: (I-346 SN010815)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 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-0077
CNT SP0900-97-M-0042
AMT $58,166.19
LINE 0001 THROUGH 0014
DTD 121096
TO Tti 6500 POE Ave Suite 400 Dayton Ohio 45414
CITE: (I-346 SN010816)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--RESISTOR, FIXED, COMPOSITION
SOL SP0900-97-Q-0083
CNT SP0900-97-M-0046
AMT $95,617.39
LINE 0001 THROUGH 0011
DTD 121196
TO Tti 6500 POE Ave Suite 400 Dayton Ohio 45414
CITE: (I-346 SN010817)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 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, COMP
SOL SP0900-97-Q-0080
CNT SP0900-97-M-0047
AMT $70,643.18
LINE 0001 THROUGH 0009
DTD 121196
TO Tti 6500 POE Ave Suite 400 Dayton Ohio 45414
CITE: (I-346 SN010818)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 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--REACTOR
CNT SP0905-97-M-0845
AMT $80,080.00
LINE 0001 THROUGH 7001
DTD 121196
TO Lockheed Martin electro-optical systems Inc 600 E Bonita Ave
   P.O.Box 2737 Pomona CA 91767-2737
CITE: (I-346 SN010820)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 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--CAPACITOR, FIXED, PAPER
SOL SP0905-96-Q-4565
CNT SP0905-97-M-1078
AMT $43,568.80
LINE 0001 THROUGH 7001
DTD 121196
TO CSI capacitors a Div of CSI Technologies Inc 810 rancheros
  Dr San  marcos CA 92069-3009
CITE: (I-346 SN010821)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--RELAY, ELECTROMAGNETIC
SOL SP0930-96-Q-A232
CNT SP0930-97-M-2060
AMT $44,340.00
LINE 0001 THROUGH 0002
DTD 120996
TO Deutsch Co the Deutsch relays Inc Div 65 daly Rd East northport
   NY 11731-6304
CITE: (I-346 SN010823)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--ANTENNA
CNT SP0970-97-M-1098
AMT $46,190.00
LINE 0001AA THROUGH 0001A
DTD 121096
TO Datron/Transco Inc 200 W Los Angeles Ave Simi Valley CA  93065-1650
CITE: (I-346 SN010824)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 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--WAVEGUIDE ASSEMBLY
SOL SP0970-96-Q-A261
CNT SP0970-97-M-1417
AMT $67,180.00
LINE 0001
DTD 120996
TO Microwave Engineering Corp DBA microwave research Corp 1551
   Osgood St North Andover MA 01845-1012
CITE: (I-346 SN010825)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Rock Island Arsenal, ATTN: SIORI-CT, ROCK ISLAND, IL
  61299-5000
SUBJECT: 59--CABLE ASSEMBLY
POC Contracting Officer Donald L. Crosby (309) 782-8644 (Site
  Code DAAA08)
CNT DAAA08-97-C-0009
AMT $147,501
LINE 0001-0002
DTD 120696
TO T & T PRODUCTS, 4075 L B MCLEOD RD, ORLANDO, FL 3281156610
CITE: (I-346 SN010937)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: 61 -- POWER SUPPLY
POC R. Jacobson
CNT N00406-97-M-D641
AMT $70,690
LINE N/A
DTD 120996
TO transistor devices inc 85 horsehill road cedar knolls nj 07927
CITE: (I-346 SN010870)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 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 M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 61-POWER SUPPLY
POC Contact Point, Rebecca A Mentzer, 02131.16, (717)790-3062,
  Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, John
  G Labosh, 02131, (717)790-2844
CNT N0010497CJA06, Sol Nr N00104-96-R-JA74, NIIN 013132593
AMT $61,206
DTD 122096
TO Eg&g Power Systems Inc , Covina ,CA 91724-2103
CITE: (I-346 SN010951)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: Chief, Acquisition & Materiel Mgt. Svc. (90C), VA Medical
  Center, 17273 State Route 104, Chillicothe, OH 45601
SUBJECT: 65 -- PRESCRIPTION EYEGLASSES
POC Linda Burns, Contracting Officer, 614-772-7014
CNT V538P3063
AMT $140,552
LINE N/A
DTD 120696
TO Kaban Optical Lab Service, 1729 E Palm Canyon Drive #114,
  Palm Springs, CA 92262
CITE: (I-346 SN010875)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: 66 -- THERMAL DESORPTION
POC D. Grimes
CNT N00406-97-M-D062
AMT $33,107
LINE N/A
DTD 120996
TO peterson builders 41 n 3rd ave p o box 648 sturgeon bay wi
CITE: (I-346 SN010871)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 66-INDICATOR,FROST POI
POC Contact Point, Nick D Stellhorn, 02112.14, (717)790-1457,
  Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, James
  A Komaromy, 02112, (717)790-2854
CNT N0010497CDA05, Sol Nr N00104-96-R-DF28, NIIN 013139706
AMT $117,300
DTD 122096
TO Howell Laboratories, Inc. , Bridgton ,ME 04009-0389
CITE: (I-346 SN010952)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code 8732
  , PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 66-EYEPIECE ASSEMBLY,O
POC Contact Point, Michael A Penner, 87321.13, (717)790-3632,
  Fax, (717)790-1569, Twx, Not-avail, Contracting Officer, Trent
  E Roach, 87321, (717)790-5259
CNT N0010497G70025034, Sol Nr N00104-96-Q-VZ62, NIIN 013876010
AMT $44,900
DTD 122096
TO Adirondack Electronics Inc , Albany ,NY 12205-0000
CITE: (I-346 SN010953)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 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--COLD FOOD COUNTER, MECHANICALLY REFRIGERATED
SOL SP0500-96-Q-PQ74
CNT SP0500-97-M-F094
AMT $32,535.00
LINE 0001 THROUGH 0003
DTD 121196
TO Dietary equipment Co 2205 N Main St Columbia SC 29202
CITE: (I-346 SN010807)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 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--COLD FOOD COUNTER, MECHANICALLY REFRIGERATED
SOL SP0500-97-Q-TY08
CNT SP0500-97-M-F522
AMT $50,814.00
LINE 0001 THROUGH 0003
DTD 121196
TO Bayonne stainless products 98 Ave E Bayonne NJ 07002-2526
CITE: (I-346 SN010811)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings,
  Tents and Flags
OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET
  NW - Material Mgt Branch, WASHINGTON, DC 20534-0001
SUBJECT: 83--SEWING EQUIPMENT
POC Contracting Officer, CLARK, MILLIE, 202/508-3970
CNT 1PI-C-2885-97
AMT $76,485
DTD 120996
TO Cutting/Sewing Room Equipment & Company, 1816 Briarwood Industrial
  Court, Atlanta, GA 30329
CITE: (I-346 SN010925)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings,
  Tents and Flags
OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET
  NW - Material Mgt Branch, WASHINGTON, DC 20534-0001
SUBJECT: 83--SEWING EQUIPMENT
POC Contracting Officer, CLARK, MILLIE, 202/508-3970
CNT 1PI-C-2889-97
AMT $33,165
DTD 120996
TO MID-SOUTH SEWING, INC., 4296 COWAN ROAD, PO BOX 1974, TUCKER,,
  GA 30085
CITE: (I-346 SN010926)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 84--Clothing, Individual Equipment and Insignia
OFFADD: ANNISTON ARMY DEPOT, DIRECTORATE OF CONTRACTING, 7 FRANKFORD
  AVE, ANNISTON AL 36201-4199
SUBJECT: 84--DENIM COVERALLS, BASE YEAR AND FOUR ONE- YEAR OPTION
  PERIODS. ESTIMATES OF COSTS BASE YEAR $70,898.40, 1ST OPTION
  $74,333.40, 2ND OPTION $77,968.40, 3RD OPTION $79,598.70 AND
  4TH OPTION $84,638
POC Contracting Officer HARVEY, KATHY C. (000) 571-7558 (205)
  235-7558 (Site Code DAAC01)
CNT DAAC01-97-D-0001
AMT $0
DTD 120996
TO UNIFORMS MANUFACTURING INCORPORATED, P O BOX 430632, PONTIAC,
  MI 48343
CITE: (I-346 SN010929)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 84--Clothing, Individual Equipment and Insignia
OFFADD: 1st Contracting Squadron, 74 Nealy Avenue, Suite 100,
  Langley Air Force Base, VA 23665-2088
SUBJECT: 84--FLIGHT SUITS
POC Sandy Mount, (804) 764-5802/Contracting Officer, Michael
  W. Durst, (804) 764-3246.
CNT F44600-97-D0008
AMT $814,482.00
DTD 103196
TO Barrier Wear, Inc., 2400 Industrial Lane, Suite 2800, Broomfield,
  CO 80020
CITE: (M-346 SN010998)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 95--Metal Bars, Sheets and Shapes
OFFADD: U.S. Postal Service, Topeka Purchasing Center, 500 SW
  Montara Pky., Topeka, KS 66624-9402
SUBJECT: 95--ROLLER ASSY., BACKUP
CNT 198525-97-B-0235
AMT $173,220.00
LINE Item(s) 1
DTD 120496
TO Coronet Machinery Corp., PO Box 470, Yonkers, NY 10703-0470
CITE: (M-346 SN010899)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: SPECIAL NOTICES
OFFADD: National Small Business Council, Inc., 6440-E Dobbin
  Road, Columbia, MD 21045, (301) 596-0770, FAX (301) 596-4619,
  shows@nsbc.org
SUBJECT: BROOKS AFB AND RANDOLPH AFB, SAN ANTONIO, TEXAS, TECHNOLOGY
  EXPOSITIONS
DESC: These are two separate events: The 68th Intelligence Squadron
  at Brooks Air Force Base will be hosting an on-site technology
  exposition at Brooks AFB on Wednesday, January 15, 1997. The
  event will run from 10:00 a.m. to 2:00 p.m. All Brooks AFB
  technical and contracting personnel are invited to attend.
  We expect between 200-400 or more targeted government attendees.
  Since there are too many technologies to list, a sample of
  some of the requested technologies follow: Workstations, Network
  Security, Expert Systems, Video Conferencing, Multimedia, Internet,
  Storage Devices, Presentation Systems, Office Automation, Network
  Software, Spreadsheets, and Database Management.   The 37th
  Communication Squadron at Randolph Air Force Base will also
  be hosting an on-site technology exposition at Randolph AFB
  on Thursday, January 16, 1997. This event will run from 10:00
  a.m. to 2:00 p.m. All Randolph AFB technical and contracting
  personnel are invited to attend. In the past, we have had approximately
  350 government attendees. Just a sample of the appropriate
  technologies include: Video Teleconferencing, Internet/Intranet,
  UNIX, Office Automation, Presentation Systems, E-Mail, LAN/WAN,
  Multimedia, Advanced Graphics, Color/Laser Printers, CD-ROM,
  Document Imaging, etc. At these expositions, companies are
  encouraged to bring two representatives from their company
  and display their company's products or services on a six foot
    table top display. By bringing literature on your company,
  you too will be able to gain exposure and contacts to the personnel
  located at Brooks AFB or Randolph AFB. For more information
  on these expositions and the technology exposition at Kelly
  AFB on Tuesday, January 14, 1997, please call Christie Kozak
  at NSBC, Inc., at (301) 596-0770 or 1-800-333-6722 outside
  the DC Metropolitan Area.
CITE: (M-346 SN010788)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: SPECIAL NOTICES
SUBJECT: N/A -- MISPRINT OF SNYOPSIS PUBLISHED IN NOVEMBER 22,
  1996 COMMERCE BUSINESS DAILY (CBD).
DESC: This notice is published to correct five synopsis' that
  were erroneously published in the Commerce Business Daily on
  22 November 1996. This office had no knowledge of this transmission.
  The synopsis' were 1) maintenance agreement for tms, solicitation
  M6739996T3708, 2) survey/assessment consulting services for
  qol council, solicitation M6739996R0009, 3) rental and laundering
  of shop/mechanic rags and towels, solicitation M6739996T3711,
  4) rental and waste removal of parts cleaners and rental of
  and painting of paint booth, solicitation M6739996T3710, 5)
  purchase of saber communication equipment, solicitation M6739996T3549.
  All solicitations have either been awarded or cancelled and
  there is no pending solicitations. This office is not taking
  requests for these solicitations. If you have questions please
  call point of contact as listed above. Our office apologizes
  for any inconvenience and request that all contractors/vendors
  continue to monitor the CBD for any solicitations we may have
  in the future.
CITE: (I-346 SN010851)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: SPECIAL NOTICES
SUBJECT: NATIONAL COMMISSION ON RESTRUCTURING THE IRS; PROCUREMENT
  INFORMATION
DESC: The National Commission on Restructuring the Internal Revenue
  Service has negotiated a protocol for handling requests for
  procurement and other sensitive information from the IRS that
  the Commission may need to review in the course of preparing
  its report.  Relevant materials will be made available for
  public inspection when they are provided to members of the
  Commission.  For more information please contact Lisa McHenry
  at (202) 225-7004.  
LINK http://www.house.gov/natcommirs/main.htm
LINKDESC: 
EMAIL lisa.mchenry@mail.house.gov
EMAILDESC: 
  on Restructuring the IRS
CITE: (W-346 SN010902)

[Commerce Business Daily: Posted December 11, 1996]
[Printed Issue Date: December 13, 1996]

PART: SALE OF SURPLUS PROPERTY
OFFADD: USDA - Forest Service, 515 W. 1st St., Box 338, Duluth,
  MN 55801-0338
SUBJECT: N/A -- SALE OF SEASONAL CABINS AND MISC. BLDGS.
DUE 012897
POC (MN Shared Service Contracting Unit, 218-720-5336
DESC: Sale consists of four seasonal cabins, one mobile home
  and one small garage which are to be dismantled and removed
  from property.  Buildings are located north of Winton, MN.
   Both the Border Lakes Outfitters and the Edgewater (fomerly
  Hibler) properties are located on Government Lot 3 of Section
  19, Township 63 N, Range 11 West (Lake County) with a very
  small tract of land of Border Lakes (west end) falling within
  Lots 1 and 2 of Section 24 of Township 63 North, Range 12 West,
  St. Louis County.  The Edgewater property is located east of
  Border Lakes with a small tract of land inbetween the two.
   Bid packages will be available December 31, 1996.  An open
  house inspection will be held on Friday, January 17, 1997,
  between 10 am and 1 pm, local time.                  
CITE: (W-346 SN010956)