[Commerce Business Daily 1996] [From the U.S. Government Printing Office, www.gpo.gov] [Commerce Business Daily: Posted December 06, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: NASA, George C. Marshall Space Flight Center, Procurement Office, Code GP12, Marshall Space Flight Center, Huntsville, Alabama, 35812, Attn: Space SUBJECT: A -- OPTICAL TRANSIENT DETECTOR DATA FROM MICROLAB-1 SATELLITE SOL 392211296 POC Jim Young, GP37Y/Contract Specialist, 205-544-0362, or Dan C. Mitchell, GP30/Contracting Officer, 205-544-0419 DESC: NASA/MSFC plans to acquire Optical Transient Detector (OTD) science data services on a sole-source basis from Orbital Imaging Corporation, Fairfax, Virgina. This will be a follow on, to NASA/MSFC Contract No. NAS8-39221, firm- fixed price award, with a Period of Performance of one year, with two one years options. This effort will provide for Orbital Imaging Corporation to continue to deliver lightning data and related telemetry, from the MicroLab-1 spacecraft. The OTD instrument was integrated with MicroLab-1 and launched into space on Orbital Imaging Corporation's Pegasus Air Launch Vehicle in April 1995. Orbital Imaging Corporation operates the Satellite Operations Center and Remote Tracking Station which provide the capability of retrieving the OTD lightning data and related telemetry from MicroLab-1. This procurement is being conducted under the NASA/MSFC MidRange Pilot Test Program approved by the Office of Federal Procurement Policy on April 16, 1993 -- Note: This sole- source procurement, described is based on predominant experience. Interested firms have 15 days to submit their qualifications/capabilities in the critical areas mentioned above, along with a request for a copy of the solicitation -- Such qualifications/capabilities will be used solely for the purpose of determining whether or not to conduct this procurement on a competitive basis - - Responses received after the 15 days or without the required information will be considered nonresponsive to the synopsis and will not be considered -- A determination by the Government not to compete this proposed contract, on a full and open competitive basis, based upon responses to this notice, is solely within the discretion of the Government -- Oral communications are not acceptable in response to this notice -- Transmission by facsimile to 205-544- 9354 or by Internet e-mail to jim.young@msfc.nasa.gov is acceptable. All interested parties must submit their request in writing within fifteen (15) calendar days after publication of this notice. See Note 22. LINK http://msfcinfo.msfc.nasa.gov/midrange/presol/notices/notices.html LINKDESC: EMAIL jim.young@msfc.nasa.gov EMAILDESC: CITE: (W-341 SN009767) [Commerce Business Daily: Posted December 09, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Michigan Department of Transportation, Financial Services Division, Contracts Section, P.O. Box 30050, Lansing, MI 48909 SUBJECT: A- TRAFFIC INFORMATION DESIMINATION SOL MOTORCITI DUE 030797 POC Karen Bickle, Secretary of Transportation Systems, phone: 517-373-2247,fax: 517-335-1815, E-mail: bickelk@state.mi.us DESC: MOTORCITI is a project where the contractor, as the data repository, will have access to raw traffic data from the Michigan Department of Transportation (MDOT) and the Road Commission for Oakland County (RCOC), in return for goods and/or services. The contractor will be expected to repackage or value-add to the data for marketing to Information Service Providers. All responsible parties may request further information by contacting Karen Bickel. EMAIL bickelk@state.mi.us EMAILDESC: CITE: (W-344 SN009876) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: 325 Contracting Squadron, 501 Illinois Ave., STE. 5, Tyndall AFB, FL 32403-5526 SUBJECT: A--ENVIRONMENTAL RISK MANAGEMENT AND RISK ASSESSMENT SOL TYN 97 001 DUE 093097 POC Alyce Molt, Contract Specialist at (904) 283-8668. DESC: CBD published 27 Sep 97, SOL TYN 97 001 is amended to include the following: Armstrong Laboratory, AI/EQ invites white papers (proposal abstracts) including rough order of magnitude (ROM) cost estimates on any research project submitted under BAA Announcement TYN 97 001. CITE: (M-344 SN009993) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: U.S. ARMY CONSTR ENGRG RES LAB, ATTN: CONTRACTS OFFICE, P.O. BOX 9005, CHAMPAIGN IL 61826-9005 SUBJECT: A--SERVICES TO PROVIDE RESEARCH SUPPORT AND DEMONSTRATION IN THE AREA OF LEAD-BASED PAINT ABATEMENT UNDER THE TERMS AND CONDITIONS OF AN INDEFINITE DELIVERY CONTRACT. SOL DACA88-97-R-0003 DUE 013097 POC Contract Specialist Pamela A. Woodard 217/352-6511 7589 (Site Code DACA88) DESC: 17. The Materials Science and Technology Division, of the U.S. Army Construction Engineering Research Laboratories (USACERL), requires Research Support and Demonstration in the Area of Lead-Based Paint Abatement. Activities shall include conducting rsearch demonstrations of technologies and parameters for removal of Lead Based Paint (LBP). Requirements include the documentation of removal rates, waste generation, worker protection requirements, environmental control, material selection and hand tool oeration parameters. Other requirements shall include the performance of environmental testing such as the Toxicity Characteristic Leaching Procedure (TLCP) on the LBP waste streams generated at a military installation and the performance of XRay Florescent (XRF) and air monitoring on site during LBP removal. The performance of life cycle cost analysis on each of the emerging LBP technologies will be required. Inaddition, the preparation of generic specifications for removal of LBP from exterior surfaces will be required. Services to be provided will be accomplished by up to a maximum $1,000,000.00 under an Indefinite Delivery contract with a maximum per firm-fixe price delivery order of $200,000.00. Delivery orders may be issued during a period of one year with the same terms and conditions as the Indefinite Delivery contract. The contract will include an option for an additional year in accordance with the terms and conditions of the original contract. Multiple awards may be made under this solicitation. Request for Proposal (RFP) Number DACA88-97-R-0003 will be issue on or about 30 December 1996 with the closing date on or about 30 January 1997. Basis for award will be accomplished by the approach of best value to the Government, with consideration given to past performance, delivery, price and other considerations ofvalue. Submissions shall be in accordance with the RFP. Requests for copies of this solicitation shall be made in writing and addressed to USACERL, Attn: Contracts Office, P.O. Box 9005, Champaign, Illinois 61826-9005. There will be no telephone requests accepted. Requests for solicitation package may be submitted via facsimile at (217) 373-6773. Sincerely, Deloras Adamson Contracting Officer CITE: (I-344 SN010042) [Commerce Business Daily: Posted December 09, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Afftc/pkae Directorate Of Contracting, 5 S. Wolfe Ave, Edwards Afb, Ca 93524-1185 SUBJECT: A--SOLAR ORBIT TRANSFER VEHICLE CONCEPTUAL DESIGN PROGRAM RESEARCH AND DEVELOPMENT ANNOUNCEMENT (PRDA) 97-01-PKAE SOL PRDA 97-01-PKAE DUE 011797 POC Martin Baca, Contract Negotiator, 805.277.3900, ext. 2278; Liliana Michaleski, Contracting Officer, 805.277.3900, ext. 2229; Alan Sutton, 805.275.5504. DESC: Due to the Christmas holiday season, the due date for proposals has changed from 4:00 p.m. Pacific Standard Time on 31 Dec 96, to 4:00 p.m. Pacific Standard Time on 17 Jan 97. One of the design parameters has changed from, "...a volume of less than or equal to 18 cubic inches..." to, "...a volume of less than or equal to 5,832 cubic inches [a cube of 18 inches per side]..." LINK http://cpf.edwards.af.mil/contracts/rfp.html LINKDESC: System at Edwards AFB, CA. EMAIL bacam%pk@mhs.elan.af.mil EMAILDESC: CITE: (W-344 SN010060) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: NASA Dryden Flight Research Center, Acquisition Management Office, Mail Stop: D-1044/A, P.O. Box 273, Edwards, CA 93523-0273 SUBJECT: A--C-17 AS A SAFETY TEST AND EVALUATION PLATFORM (STEP) SOL RFP4-97006-LLB DUE 121896 POC POC: Linda L. Bonham, Contracting Officer, Phone (805) 258-3344, Fax (805) 258-2904, Email Linda_Bonham@qmgate.dfrc.nasa.gov DESC: NASA/DFRC plans to issue a Request for Proposal (RFP) for the evaluation of the C-17 as a commercial transport aircraft safety test and evaluation platform (STEP). This effort will research the ability to use the C-17 simulation and aircraft to detect and react to simulated damage or failure. The general goals of this research are to develop the ability to: 1) evaluate aircraft systems fault detection and reaction; 2) evaluate concepts needed for the elimination of human caused mishaps; and 3) evaluate the tools needed to prevent other documented aircraft mishap causes. NASA Dryden Flight Research Center intends to purchase the items from McDonnell-Douglas Corporation (MDC) because MDA is the manufacturer of the C-17 simulation and has access to the required MDA proprietary C-17 information. The Government does not intend to acquire a commercial item using FAR Part 12. RFP will be released on or about 15 days after publication of this synopsis in the CBD. Firm date for receipt of proposals will be stated in the RFP. All responsible sources may submit a proposal which shall be considered by the agency. See Number Note 22 & 26. Any referenced numbered notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nnotes.htm LINKURL: http://www.dfrc.nasa.gov/Procure LINKDESC: CITE: (D-344 SN010086) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: NASA Dryden Flight Research Center, Acquisition Management Office, Mail Stop: D-1044/A, P.O. Box 273, Edwards, CA 93523-0273 SUBJECT: A--F-15 ADVANCED CONTROL TECHNOLOGY FOR INTEGRATED VEHICLES SOL NAS2-13312-SNP DUE 121796 POC POC: Salomon Perea, Contracting Officer, Phone (805) 258-3337, Fax (805) 258-2094, Email Salomon_Perea@qmgate.dfrc.nasa.gov DESC: NASA/DFRC plans to issue a Request for Proposal (RFP) for a three month extension of Contract NAS2-13312, F-15 Advance Control Technology for Integrated Vehicles (ACTIVE). NASA/DFRC intends to purchase the items from McDonnell Douglas Aerospace Company, St. Louis, Missouri, they are the only source capable of providing the required services without interruption of services and the loss of F-15 aircraft design, maintenance and operational data bases. See Numbered Note 26. RFP will be released on or about 15 days after publication of this synopsis in the CBD. Firm date for receipt of proposals will be stated in the RFP. All responsible sources may submit an proposal which shall be considered by the agency. See Number Note 22. LINKURL: http://www.dfrc.nasa.gov/Procure LINKDESC: CITE: (D-344 SN010088) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: NASA Dryden Flight Research Center, Acquisition Management Office, Mail Stop: D-1044/A, P.O. Box 273, Edwards, CA 93523-0273 SUBJECT: A--PEGASUS LAUNCH SERVICES FOR THE WING GLOVE EXPERIMENT SOL RFO4-97002-SNP DUE 121296 POC POC: Salomon Perea, Contracting Officer, Phone (805) 258-3337, Fax (805) 258-2094, Email Salomon_Perea@qmgate.dfrc.nasa.gov DESC: NASA/DFRC plans to issue a Request for Offer (RFO) for launch services for the Wing Glove Experiment Activities include Wing Glove and Pegasus mission planning, pre-flight preparations, launch, powered flight up to the completion of Stage 1 burnout and separation, and completion of the post flight report. This procurement is being conducted under the NASA MidRange Pilot Test Program approved by the Office of Federal Procurement Policy. NASA/DFRC intends to purchase the items from Orbital Sciences Corporation of Dulles, Virginia, which is the designer and manufacturer of the rocket-powered Pegasus launch vehicle as well as its sole operator. See Numbered Note 26. Interested firms have 15 days from publication on the NAIS (or Commerce Business Daily (CBD) if over $500K) to submit their qualifications/capabilities. Such qualifications/capabilities will be used solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. Responses received after 15 days without the required information will be considered nonresponsive to the synopsis and will not be considered. A determination by the Government not to compete this proposed contract, on a full and open competitive basis, based upon responses to this notice, is solely within the discretion of the Government. Firm date for receipt of offers will be stated in the RFO. All responsible sources may submit an offer which shall be considered by the agency. LINKURL: http://www.dfrc.nasa.gov/Procure LINKDESC: CITE: (D-344 SN010089) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: The National Defense Center of Excellence for Research in Ocean = Sciences (CEROS); 73-4460 Queen Kaahumanu Hwy, Suite 111, Kailua-Kona, = Hawaii 96740 SUBJECT: A--OCEAN TECHNOLOGIES FOR INTEGRATED NAVY-MARINE FORCES. SOL SOL BAA-CEROS-97-01 DUE 081597 POC Point of Contact - William A. Friedl, Technical Director, = 808-327-3350 DESC: The National Defense Center of Excellence for Research in Ocean = Sciences (CEROS) is soliciting proposals for concept exploration, = analysis, study, development, and commercialization of ocean = technologies and applied ocean science for effective use of ocean = resources. Of particular interest are proposals for research, = development and demonstration of advanced technologies for Shallow Water = Surveillance, Ocean Environmental Preservation, New Ocean Platform and = Ship Concepts, Ocean Measurement Instrumentation and Ocean Engineering = Tools, and Unique Properties of the Deep Ocean Environment. Innovative = concepts and new approaches are being sought to advance technology while = fully leveraging existing facilities and infrastructure in Hawaii and = demonstrating beneficial applications for commercial and military = utility for the Department of Defense. CEROS anticipates executing the = program outlined in this announcement contingent upon funding amount and = availability. Contract awards shall be based on proposal merit and funding = availability. CEROS anticipates that initial contractor selections will = be made during May 1997. However, properly formatted proposal abstracts = received after initial contractor selections and before 15 August 1997 = will be considered for award if funding is available. Proposed work = should be structured to have a base period of performance of 6 to 12 = months. Options to extend the period of performance beyond 12 months may = be included in proposals but incremental funding of any such options is = not guaranteed. CEROS will use a two-step submission process to = formulate a Core Program of projects submitted under this announcement. = For the first submission step, offerors are required to submit a = Proposal Abstract to be considered. CEROS will evaluate all abstracts = against the evaluation criteria herein without regard to other abstracts = submitted. For the second step, CEROS will request full technical and = cost proposals from selected offerors for proposed efforts deemed as = best qualified for potential negotiation under this BAA. Proposal = format and length for full proposals will be specified by CEROS in the = invitation to submit the more detailed proposal. Such an invitation = does not assure subsequent award. The decision to submit or not submit = a full proposal is the responsibility of the offeror submitting the = abstract. No selection for negotiation will be made under this BAA = without a full technical and cost proposal.=20 Subject areas of interest include: (1) Shallow Water Surveillance = Technologies, including: Low-cost sensors, unique or advanced sensor = arrays, advanced signal processing techniques, shallow water ASW, mine = countermeasures, and ship defense. (2) Ocean Environmental = Preservation, including: In Situ measurements, spectral remote sensing = technologies, microelectronic or micromechanical systems development , = non-point source pollution measurement and remediation, explosive = ordnance disposal, and environmental cleanup or remediation = technologies. (3) New Ocean Platform and Ship Concepts, including: = Unique structures, simulation based design and model development, = affordability, automation, assembly and manufacturing technology, and = new hull designs. (4) Ocean Measurement Instrumentation and Ocean = Engineering Tools, including: advanced sensors and geophysical survey = technologies, subsystems or components for teleoperated structures (TOS) = , nondestructive testing systems, low power, autonomous data collection = platforms and technologies, laser applications, and modeling, = measurements and predictions. (5) Unique Properties of the Deep Ocean = Environment, including: Utilization of deep ocean seawater, deep = seawater chemistry and biology, deep seawater materials testing, and = unique or advanced energy and fuel production technologies. PROPOSAL = PROCESS - To be considered in the initial contract award period, = offerors responding to this BAA shall submit an unclassified Abstract of = the proposed effort to CEROS by 3 PM, Hawaii Standard Time, 7 February = 1997. The abstract should provide an overview of the project and = associated costs and shall be prepared on 8.5 x 11 inch plain paper = printed on one side only in the following format: single or double = spaced, in at least ten point type, with margins not less than one inch, = and pages numbered. An original Abstract and six copies are requested = for each submission. Each Abstract should be unbound with the pages = secured by a single staple in the upper left hand corner. Abstracts or = full proposals may not be submitted by telefax or electronic mail, any = so sent will be rejected. Acknowledgment of receipt of abstracts or = proposals will not be made, and abstracts or proposals will not be = returned. CEROS will attempt to respond to all Abstracts received in = the initial contract award period by 20 March 1997. =20 Each Abstract shall address one subject area and must be no longer than = 5 single-sided pages. Abstracts longer than 5 pages will be deemed = unresponsive. The total page count includes figures and tables. The = Abstract shall consist of a cover page and up to 4 additional pages of = proposal information. The Cover Page shall include the following: Title = of the proposed effort, Technical subject area addressed, Intended = product or result, Name and affiliation of the Principal Investigator = and administrative Point of Contact, Proposed period of performance, = Funding required to produce the proposed products, Names of = sub-contractors and co-investigators, and Special requirements or = considerations. The balance of the Abstract shall include the following = sections, each clearly labeled: A. Rationale for the proposed effort, = stressing (a) the work's relationship to Department of Defense (DoD) = technological needs and (b) value added aspects of the work for DoD, the = State of Hawaii, and CEROS. B. Technical Objectives of the work, = emphasizing the innovation and leading edge aspects of ocean research = and technology and the potential for military use or commercialization. C. Technical Approach, describing how the work will be executed and = giving an outline of the planned work schedule and significant = milestones. D. Expected Results or Products, discussing what the = proposed effort will produce, how the results will be demonstrated and = why those deliverables will advance ocean science, ocean technology, or = ocean resource use; address DoD needs; and bring added value to the = Natural Energy Laboratory of Hawaii, the State of Hawaii or the Central = Pacific. The Abstract may also contain any other information germane to = the proposed effort, such as discussions of leveraged assets involved, = technology reinvestment or transfer aspects of the proposed work, = company qualifications, or technical references. EVALUATION CRITERIA - = The following criteria apply to both Abstracts and full proposals = requested under this announcement. CEROS will select for award those = proposals offering the best value and, except for the first criterion = (item A), will give equal weight to each of the following criteria. = Item A will receive twice the weight of any other criterion in the = evaluation. A. Scientific/technical quality of the research = proposal and its relevance to the topic description, with special = emphasis on its innovation and originality. B. Qualifications of the = principal investigator, other key staff, and consultants (if any), and = the adequacy of instruments and facilities involved, considering the = potential for the effort to use and leverage equipment, facilities, = infrastructure or the natural ocean resources in Hawaii. C. = Anticipated benefits of the research, its potential value to the = Department of Defense and potential for stimulating ocean utilization or = technology business development in Hawaii. D. Overall cost and = realism of cost for proposed effort. OTHER REQUIREMENTS - CEROS plans = to make up to $7M available to fund proposals in response to this = announcement, depending on funding availability. Out-year funding has = not been defined. Multiple, fixed price or cost plus fixed fee = contracts, not exceeding $1M each, are anticipated to be awarded as a = result of this BAA. Contract awards will be based on proposal merit and = funding availability. CEROS anticipates that initial selections for = awards will be made in May 1997. CEROS may request that successful = offerors deliver two presentations on their research to Hawaii high = school students. This solicitation will remain open for eight months = (248 days) from the date of this announcement. However, to be = considered in the initial award period, a properly formatted abstract = must be received by CEROS by 3 PM, Hawaii Standard Time, 7 February = 1997. It is CEROS policy to treat all proposals as competitive = information and to disclose the contents only for the purposes of = evaluation. CEROS may use selected support contractors as special = resources to evaluate abstracts and proposals. These contractors are = restricted by their contracts from disclosing the proposal information = or using it for purposes other than the technical assessments. CEROS = evaluators are required to sign non_disclosure statements. By submitting = an abstract of your proposal, you agree that the technical and = management information may be disclosed to those selected contractors = and evaluators for the limited purpose stated above or unless otherwise = required by law. Any information submitted with your proposal that you = do not consent to limited release must be clearly marked proprietary and = submitted segregated from other proposal material. All abstracts = submitted under this BAA must be unclassified. If offerors propose to = undertake classified work or require access to classified information, = they must be able to certify that they have a proper facility = clearance, and key personnel must be certified as holding a Secret = clearance. Abstracts must clearly state that the proposed work will be = classified. Successful offerors will be required to execute contracts = with the Natural Energy Laboratory of Hawaii Authority pursuant to its = statutory authority provided under Hawaii Revised Statutes, chapter 227. = ADDITIONAL INFORMATION - Information about CEROS, Hawaii ocean R&D, = and the goals and objectives for the Natural Energy Laboratory of Hawaii = is available to potential offerors upon request from the CEROS Project = Office or through the CEROS website at http://www.ceros.org/ and the = Natural Energy Laboratory of Hawaii Authority website at = http://bigisland.com/nelha/. (5) Contact Point: questions relating to = this BAA are to be directed to attn.: Research Administrator, CEROS = Project Office, 73-4460 Queen Kaahumanu Highway, Suite 111, Kailua-Kona, = Hawaii 96740, phone (808) 327-3350. All responsive sources may submit = a proposal abstract, which shall be considered by CEROS. CEROS reserves = the right to select for award all, some, or none of the proposals = received in response to this announcement. The program described in = this announcement is contingent upon funding availability. LINKURL: http: www.ceros.org LINKDESC: in Ocean = Sciences (CEROS) EMAILADD: billf@ceros.org EMAILDESC: in Ocean = Sciences (CEROS) CITE: (D-344 SN010111) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Dahlgren Division, Naval Surface Warfare Center, 17320 Dahlgren Road, Dahlgren, VA 22448-5100 SUBJECT: A -- REPLACEMENT HEATSHIELD MATERIALS FOR STRATEGIC SYSTEMS REENTRY BODIES SOL N00178-97-R-4001 POC Karen Lenox, Code S145/Dwight G. Cooper TELECOPIER #: (540) 653-6810 PHONE #: (540) 653-7621. DESC: This requirement is cancelled. CITE: (I-344 SN010161) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: NASA/Goddard Space Flight Center/Wallops Flight Facility/Wallops Island, VA 23337 SUBJECT: A -- MARK VI ATTITUDE CONTROL SYSTEM (ACS) SERVICES SUPPORT SOL RFP5-09982/608 DUE 010397 POC K. Jay Savage, Contract Specialist, 804-824-1276, kenneth.j.savage.1@gsfc.nasa.gov, Richard M. Swanson, Contracti Officer, 804-824-1426, richard.m.swanson.1@gsfc.nasa.gov. DESC: This is a modification to add the following information to the synopsis: The basic period of performance for this procurement shall be 5/1/97 - 1/31/98. Electronic versions of the documents will be provided on the World Wide Web at http://genesis.gsfc.nasa.gov/procure.htm, and by anonymous ftp to genesis.gsfc.nasa.gov/public/web/solicita. CITE: (I-344 SN010207) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development--Potential Sources Sought OFFADD: CECOM Acquisition Center, Washington Business Office, AMSEL-AC-WB-B, 2841 Eisenhower Avenue, Alexandria, VA 22331-0700 SUBJECT: A-- AIRBORNE MINEFIELD DETECTION SOL N/A DUE 011797 POC Point of Contact - Craig Martin, Project Engineer, 703-704-2851, Ana M. Kimberly, Contracting Officer, 703-325-5800 DESC: The US Army Program Manager for Mines, Countermine, and Demolitions and the US Army Communications-Electronics Command are seeking sources who have technological system solutions for airborne detection and location of minefields. Systems must be suitable for use on a fixed-wing or rotary-wing aircraft. These systems must detect buried and surface-laid antitank mines of all types, constructed of metal, plastic or wood, under varying weather conditions, in varying types of terrain. These systems must also accurately delineate minefield boundaries and report individual mine or mine cluster locations using digital mapping and Differential Global Positioning System (DGPS) or similar technology. System performance goals are as follows. 1) Demonstrate detection of buried patterned and unpatterned scatterable minefields at 80% probability of success, surface patterned minefields at 90% probability of success, and buried nuisance mines (single mine or cluster) at 70% probability of success. 2) Demonstrate a false alarm rate (FAR) of less than 0.5 per square kilometer for initial detection and a FAR of less than 0.1 per square kilometer for verification flights. 3) Provide accurate ground locations of detected mines or minefields within 150 meters of actual mine/minefield locations. 4) Systems which detect and locate minefields in near real-time will be given priority consideration. However, post-mission computer processing of imagery will be accepted if the processing time to real time ratio is less than 2:1. Offerors will be initially evaluated based on their written proposal presenting system maturity and potential minefield detection performance. Offerors who are successful in passing this initial evaluation will be subjected to a qualification test of their systems at Fort Huachuca, AZ from 3-28 February 1997, if required. Offerors whose systems demonstrate minefield detection performance during the qualification test can then proceed to a technical demonstration at Ft. Huachuca, AZ from 1 March - 30 April 1997. Offerors must be willing to demonstrate their systems at their own cost without the use of government furnished property or personnel. Offerors are required to operate and maintain their systems and provide all support during both the qualification test and technical demonstration. The government will provide test ranges/minefields and will analyze system performance. Offerors whose systems are successful may be considered for future competitive contractual efforts. Those interested in participating should respond to the following address: US Army CECOM RDEC NVESD, ATTN: AMSEL-RD-NV-CD-MD (Craig Martin), 10221 BURBECK ROAD SUITE 430, FORT BELVOIR, VA 22060-5806. E-Mail: crmartin@nvl.army.mil. Offers to participate will be accepted until 17 January 1997. Responses should be no longer than ten pages and include a description of the system, demonstrated/potential minefield detection performance, and proof of availability for testing in Fort Huachuca, AZ. Information about future requirements will be put on the CECOM Acquisition Center, Washington Operations Office BBS. BBS is accessible from the Internet (143.134.132.78 ISSAA-WWW1.ARMY.MIL) AND FROM DIAL-IN LINES (703-428-0864) LINKURL: 143.134.132.78 LINKDESC: EMAILADD: crmartin@nvl.army.mil EMAILDESC: CITE: (D-341 SN009762) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development--Potential Sources Sought OFFADD: Dahlgren Division, Naval Surface Warfare Center, 17320 Dahlgren Road, Dahlgren, VA 22448-5100 SUBJECT: A -- RESEARCH AND DEVELOPMENT BROAD AGENCY ANNOUNCEMENT (BAA) N00178-97-Q-1032 FOR NON-INTRUSIVE INSPECTION TECHNOLOGIES AND INTEGRATED SYSTEMS DEMONSTRATIONS SOL N00178-97-Q-1032 DUE 011697 POC Patricia A. Canciglia, Contract Specialist, Code SD112 or Paul Learn, Contracting Officer, Code SD11 on (540) 653-7478 or email pcancig@nswc.navy.mil. DESC: PROGRAM OBJECTIVES: The Department of Defense Counterdrug Technology Development Program Office is soliciting research and development proposals for advanced prototype systems for non-intrusive inspection of vehicles, vessels and cargo entering the United States at air, sea and land Ports of Entry (POE) in support of the national counterdrug mission. The objective of this effort is to demonstrate a set of non-intrusive systems integrated to support designated POE's for the purpose of detecting smuggled drugs in cargo and conveyances. The Naval Surface Warfare Center, Dahlgren Division (NSWCDD) solicits proposals from those interested in proposing new technologies for inclusion in the demonstration of an integrated set of systems for non-intrusive inspection at different types of POE's. PROGRAM SCOPE: The projected completion date for demonstration and integration of a valid non-intrusive inspection system at designated POE's is 24 months after award (15 months of development effort and 9 months of integrated demonstration) after award of resulting contracts as a result of this Broad Agency Announcement (BAA). NSWCDD solicits innovative concepts delivered as field engineered prototype systems for inclusion in the POE's demonstrations. The developer of the proposed system shall be responsible for the design, fabrication, delivery and maintenance of the system along with any necessary interface documentation. The technologies and system approaches should be applicable to one or more of the port scenarios with flexibility for different locations being an important consideration. The focus of this effort is for mobile, transportable or easily relocatable systems. Systems demonstrations will have a set of demonstration plans that include, but are not limited to, Measures of Effectiveness, Concepts of Operations and Measurement Procedures for the Demonstration of Technology at a specific port. Those providing technologies need to provide flexibility in their response to provide for interface of their system with other technologies and support of their equipment to these sets of demonstrations. It is the intent that the systems delivered under this program be sufficiently designed and ruggedized so that they can be used by law enforcement operators at a POE. As noted earlier, the focus of this effort is for mobile, transportable or easily relocatable systems. Because of the multiple scenarios, offerors are encouraged to provide options for multiple systems. The capability to verify manifest of cargoes is a desirable, but not mandatory requirement. Along with the technical attributes defined, the system must be cost effective. As a point of reference, the production and installation cost of systems proposed should not exceed $3,000,000 per system. PROPOSAL PREPARATION: All interested parties shall submit an unclassified white paper (limited to 10 single-sided, double-spaced pages in 12pt print) outlining their technical approach and experience in providing a solution to this BAA along with a Rough Order of Magnitude (Cost) by 2PM on 16 January 1997. All proprietary portions of the white paper shall be clearly identified and will be treated in the strictest confidence. White papers shall be submitted in an Original with 10 copies to the Naval Surface Warfare Center, Dahlgren Division, Attn: P. A. Canciglia, Code SD112, 17320 Dahlgren Road, Dahlgren Virginia 22448-5100. White papers shall reference Broad Agency Announcement Number N00178-97-Q-1032. White papers will be reviewed and formal unclassified technical and cost proposals will be requested from sources whose approaches have been selected for further consideration. Formal Cost and Technical Proposals will be required approximately one month after notification that NSWCDD has decided to pursue the offerors' approach as identified in their white paper submission. Current projections provide for completion of white paper evaluation by 24 January 1997, therefore, if selected, offeror's cost and technical proposals will be required by 24 February 1997. An Unclassified Industry Brief will be held to provide further clarification and to answer questions of potential offerors. If you plan to attend the industry brief which is scheduled for 19 December 1996 from 10AM - 2PM at the Naval Surface Warfare Center, Dahlgren Division Theater, Dahlgren, Virginia you must notify Pat Canciglia, Code SD112, on (540) 653-7478 on or before 17 December 1996 with a list of attendees (limited to two per firm). While foreign nationals are invited, special arrangements must be made. Therefore, if you are not a U.S. citizen, you must notify Pat Canciglia on (540) 653-7478 to make necessary arrangements to attend the industry brief. PROPOSAL EVALUATION: As noted earlier, after a review of white papers, the Government will request formal cost and technical proposals for selected offerors who have identified viable approaches to meeting the NSWCDD specific requirements. Proposals shall consist of three sections: (1) Technical, (2) Cost and (3) Contractual. The technical proposal shall contain, at a minimum, an executive summary, technical approach, program plan, statement of work, milestone schedule, description of facilities and equipment, relevant prior experience, management plan, description of deliverable items, and resumes of key individuals. Only key individuals performing work in support of this effort should be identified in short biological sketches in the body of the proposal. This section of the proposal shall not exceed 35 single-sided, double-spaced pages in 12 pt. print, including title pages, table of contents, figures, tables, references, biographical sketches, but excluding resumes and tabs. The cost proposal shall contain a complete breakdown of proposed cost supported by historical data, current actuals and validated rationale for projected costs. The contractual portion of the proposal shall document the offeror's acceptance of NSWCDD clauses (which will be provided at time of proposal request) and any other information necessary to fully specify the final proposed contractual agreement. Proposals shall contain a statement of validity for at least 180 days beyond the closing date of receipt of proposals (estimated 24 February 1997). EVALUATION CRITERIA: White papers and technical proposals will be evaluated against the following criteria in descending order of importance: (A) Scientific and Technical Merit, and (B) Potential Contribution to DOD Counterdrug Mission, (C) Offerors's Capabilities and Experience, (D) Capabilities and experience of the Offeror's Key Personnel, (E) Offeror's Past Performance, and (F) Offeror's Commitment to HBCU/MI and SDB. Criteria (A) and (B) are considered the most important criteria and are rated equally. Criteria (C), (D), (E) and (F) are significantly less important than criteria (A) and (B)). In addition to technical assessment, the realism of proposed cost and availability of Government funds will be an area of consideration. Not all proposals deemed selectable will be funded. Decisions to fund selectable proposals will be based on funding availability, scientific and technical merit, and potential contribution and relevance to the effort. The Government reserves the right to award on all, some or none of the proposals received and to fund all or part of the efforts presented in a proposal. Multiple awards are anticipated. Offerors shall identify proposed contract type in their white paper submission. OTHER INFORMATION: This announcement for White Paper submission will be open through 16 January 1997. White papers may be submitted at any time up to 2PM on 16 January 1997. This notice constitutes a BAA for NSWCDD as authorized in FAR 6.102(d)(2). Although no portion of this announcement is set aside for HBCU/MI participation, proposals are invited from all sources. This BAA should not be construed as commitment or authorization to incur cost in anticipation of a resultant contract. Information provided herein is subject to modification and in no way binds the Government to award a contract. Any requests for information or documentation shall be submitted to the attention of Patricia A. Canciglia, Code SD112, on (540) 653-7478. This synopsis will be availble on the World Wide Web at "http://www.nswc.navy.mil/"under "Procurement Division" or "http://proc_div.nswc.navy.mil". CITE: (I-344 SN010156) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: Acquisitions Management Operations Branch, National Institute of Allergy and Infectious Diseases, Solar Building, Room 1C38, 6003 Executive Blvd. MSC-7605, Bethesda, MD 20892-7605 SUBJECT: B--TECHNICAL SUPPORT SERVICES FOR THE CLINICAL AND MOLECULAR RETROVIROLOGY SECTION SOL 97-52 POC Mr. Checchia/301-496-3878/Rebecca A. Guenthner/301-402-2284 DESC: RFP AVAILABLE ANNOUNCEMENT ELECTRONIC RFP PROPOSED ANNOUNCEMENT RFP AVAILABLE: NIH-NIAID-DIR-97-52. "Technical Support Services for the Clinical and Molecular Retrovirology Section:" The Division of Intramural Research Program of the Office of the Clinical Director, of the National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for technical support services from organizations having the capabilities to be responsible for the continued monitoring, maintenance, design and implementation of a comprehensive system for the acquisition, compilation, correction monitoring, storage and analysis of data collected in the clinical trials of predominantly new and experimental investigational agents. The necessary technical support services will range from the maintenance of the current existing clinical trial database of the NIAID Clinical and Molecular Retrovirology Section to the development of application software, networking functions, and data analysis for the NIAID and possibly other Institutes, Centers or Divisions. It is anticipated that one cost-reimbursement with fixed-price options, level of effort contract will be awarded for a period of five(5) years. RFP NIH-NIAID-DIR-97-52 will be available electronically on or about December 26, 1996 and may be accessed through either the NIH Home Page, or the NIH Gopher by using the following electronic mail addresses and 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 & Contracts", and then select "NIH Gopher directory" item listed under the "Contracts Page" Section. The Uniform Resource Locator (URL) for this gopher directory is gopher://gopher.nih.gov:70/11/res/rd-rfp 2) To access the NIH Gopher: Point your gopher client to GOPHER.NIH.GOV PORT 70 (you should now be in the NIH Gopher). Select "Grant & Research Information", then select "R&D Requests for Proposals (RFP)." Please note that the RFP for this procurement has been revised to include only the Work Statement, deliverable and reporting requirements, special requirements and mandatory qualification, if any, the Technical Evaluation Criteria, and proposal preparation instructions. All information required for the 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. Responses to this RFP will be due on or about January 28, 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. CITE: (I-341 SN009765) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: Joint Oceanographic Institutions, ATTN: Dir. of Contracts and Grants, 1755 Massachusetts Avenue, NW, Suite 800, Washington, DC 20036-2102 SUBJECT: B--WIRELINE LOGGING SERVICES IN SUPPORT OF THE OCEAN DRILLING PROGRAM SOL JOI-R-97-1 DUE 011497 POC Sue Siegel, (202) 232-3900, extension 238, Director of Contracts & Grants, Patricia Williams, (202) 232-3900, extension 237. DESC: Wireline Logging Services subcontract in support of the Ocean Drilling Program (ODP). The ODP is an international partnership of scientists and research institutions organized to explore the structure and history of the Earth beneath the ocean basins. JOI has a prime contract with the National Science Foundation for the management and operation of the ODP. Any offers accepted through this RFP will result in a cost reimbursement subcontract under the Prime Contract. The subcontract period is anticipated to be 10/01/98--09/30/03. Competition is limited to Joint Oceanographic Institutions for Deep Earth Sampling (JOIDES) institutions, or other entities familiar with ODP Wireline operations, to ensure that background, expertise, and resources available to operate the Wireline Logging Program are maintained. When calling, be prepared to state name, address, and solicitation number. See note 9. Responsible organizations may submit a proposal which shall be considered by JOI. Requests for copies of the solicitation may be submitted to the individuals listed at 11. By mail or by FAX (202) 265-4409. CITE: (M-344 SN010090) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: Joint Oceanographic Institutions, ATTN: Dir. of Contracts & Grants, 1755 Massachusetts Avenue, NW., Suite 800, Washington, DC 20036-2102 SUBJECT: B--SITE SURVEY DATA BANK SUPPORT SERVICES IN SUPPORT OF THE OCEAN DRILLING PROGRAM SOL JOI-R-97-1 DUE 011497 POC Sue Siegel, (202) 232-3900, extension 238, Director of Contracts & Grants, Patricia Williams, (202) 232-3900, extension 237. DESC: Site Survey Data Bank Support Services subcontract in support of the Ocean Drilling Program (ODP). The ODP is an international partnership of scientists and research institutions organized to explore the structure and history of the Earth beneath the ocean basins. JOI has a prime contract with the National Science Foundation for the management and operation of the ODP. Any offers accepted through this RFP will result in a cost reimbursement subcontract under the Prime Contract. The subcontract period is anticipated to be 10/01/98-09/30/03. Competition is limited to Joint Oceanographic Institutions for Deep Earth Sampling (JOIDES) institutions, or other entities familiar with ODP Site Survey Data Bank operations, to ensure that background expertise, and resources available to operate ODP Site Survey Data Bank Support Services are maintained. When calling, be prepared to state name, address, and solicitation number. See note 9. Responsible organizations may submit a proposal which shall be considered by JOI. Requests for copies of the solicitation may be submitted to the individuals listed at 11. By mail or by FAX (202) 265-4409. CITE: (M-344 SN010091) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: National Park Service, Rocky Mountain SSO, P.O. Box 25287, Denver, CO 80225, Attn: IMFA-RM-A SUBJECT: B--ARCHEOLOGICAL INVENTORY, DEVILS TOWER NATIONAL MONUMENT, WYOMING SOL 1443-RP-1230-97-001 DUE 012797 POC Sonya Armstrong, Contract Specialist, (303) 969-2540. DESC: Perform archeological inventory, National Register of Historic Places evaluations, and documentation of prehistoric and historic properties located within Devils Tower National Monument, Crook County, Wyoming. The Monument covers approximately 1,400 acres. Work is to be performed under a professional services cost-reimbursement contract. Research findings will be prepared in a format suitable for publication in a professional journal. Interested parties should request solicitation No. 1443-RP-1230-97-001 which will be available on or about January 3, 1997. Technical proposals will be due on or about February 4, 1997. Organizations planning to only manage this contract and/or act as a cover organization for consultants hired only for this study are discouraged; direct research commitment, interest, and involvement are required from the successful offeror. Competition is open to large and small businesses. SIC Code 8731; Small Business Size Standard is less than 500 employees. All responsible sources may submit an offer which will be considered. CITE: (M-344 SN010190) [Commerce Business Daily: Posted December 09, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: United States Postal Service, Facilities Service Office, 225 North Humphreys Blvd, Memphis, TN 38166-0300 SUBJECT: C--ATLANTA, GEORGIA AIR MAIL CENTER - DESIGN/BUILD SOL 475450-97-A-0003 DUE 013097 POC Mr. George Tedesco, Major Facilities Purchasing, 202/268-6286 DESC: The United States Postal Service intends to award a cost reimbursable design/build contract to design and construct a new 324,000 (approximate) gross square foot Air Mail Center on leased land at the Hartsfield Atlanta International Airport, Atlanta, Georgia. The work will include concrete parking and maneuvering area, slab on grade, steel column, beam and joist structure, masonry/concrete skin and built-up roof. Specialized areas include a Retail Store and Business Mail Entry Unit. The Material Handling System consists of bulk mail and tray mail systems. Bulk and tray mail systems are divided into two sub-systems, originating and destinating. All systems share a common universal high speed carousel sorting machine. The estimated cost range is between $27,000,000 and $32,000,000. Completion time for the entire project is within 400 calendar days from date of receipt of Notice to Proceed. Following are the prequalified firms that will be submitting proposals on the solicitation: Korte Construction Co. 700 St. Louis Union Station, Suite 300, St. Louis, MO 63103-2256; Rust Engineering & Construction, Inc., 100 Corporate Parkway, Birmingham, AL 35242-2928; Hensel Phelps Construction Co., P.O. Box 15547, Austin, TX 78761-5547; The Austin Co. 48 Perimeter Center, East, Atlanta, GA 30346-1998; James N. Gray Construction Co., Inc., 250 W. Main Street, Suite 2500, Lexington, KY 405507-1760; The Morganti Group, Inc.; 100 Mill Plan Road, P.O. Box 1919, Danbury, CT 06813-1919; Turner Construction Co., 7000 Central Parkway, Suite 650, Atlanta, GA 30328-4584; Centex Bateson Construction Co., Inc., 10150 Monroe Drive, P.O. Box 299009, Dallas, TX 75229-9009; Rudolph/Libbe, Inc., 6494 Latcha Rd., Walbridge, OH 43465-9738; Metric Constructors, 2 Parkway Center, 1800 Parkway Pl., Suite 810, Marietta, GA 30067-8293, and The Haskell Co., 111 Riverside Ave., P.O. Box 44100, Jacksonville, FL 32231-4100. Proposals will only be accepted from firms listed on the prequalified list. Firms, other than the prequalified firms, may purchase solicitation documents. Contractors must submit a written request accompanied by a check or money order for $300.00 (non-refundable). Checks should be made payable to the USPS-Disbursing Officer. Requests accompanied by check or money order must be sent to the Major Facilities Office, Attn: Ms Megan Jones, 225 North Humphreys Blvd., Memphis, TN 38166-0300. A Pre-Proposal Conference will be conducted on January 6, 1997, 1 PM, at the USPS Processing and Distribution Center, 3900 Crown Road, Room 130-J, Atlanta, Georgia. Participants should park in the employee's parking lot. The entrance is off Brown's Mill Road. For additional information on requesting plans, call 901/747-7463. This is a negotiated procurement, therefore, offers will not be publicly opened. EMAIL hsartain@email.usps.gov EMAILDESC: CITE: (W-344 SN009877) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: USACED, SACRAMENTO, OFC REC/LOAD DOCK,MF: BLOCK #4, 1325 J STREET, SACRAMENTO CA 95814-2922 SUBJECT: C--COMPLETE FINAL DESIGN OF NAPA RIVER FLOOD DAMAGE REDUCTION PROJECT, NAPA RIVER SOL DACW05-97-Q-0046 DUE 122096 POC Purchasing Agent Beverly Hatfield (916) 557-5232 (Site Code DACA05) DESC: Notice of intent to award with Philip Williams & Associates, Ltd. for services to complete the final design of Napa River Flood Damage Reduction Project, Napa River, JFK Park to Lincoln Ave, Napa, California. All responsible Small Business Architect-ngineer firms having capabilites to perform this work may submit one completed SF 254 and SF 255, U.S. Government Architect-Engineer and Related Services Questionaire, not later than 20 December 1996, which wil be considered by the agency. Request shall bemailed to USACED, Sacramento, ATTN: Beverly Hatfield, 1325 J. Street, Room 878, Sacramento, CA, 95814-2922. CITE: (I-344 SN010040) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: Officer in Charge of Construction, Building 5 (097), WPNSTA CHASN, 2316 Red Bank Road, Ste 100, Goose Creek SC 29445-8601 SUBJECT: C--ARCHITECTURAL/ENGINEERING SERVICES FOR INDEFINITE QUANTITY PHOTOGRAMMETRIC PROJECTS, NAVAL WEAPONS STATION, CHARLESTON, SC SOL N62467-97-R-4323 DUE 010797 POC L. Guerry, Contract Specialist (803) 764-7400. DESC: Architectural/Engineering Services for photogrammetric projects at Charleston, SC. The contract will be indefinite quantity type where orders will be placed on an ``as required'' basis intermittently which shall not exceed 12 months or $200,000.00. The A/E fee per project shall not exceed $100,000.00. There will be a guaranteed minimum of $10,000.00 for this contract. The Contract will be for an indefinite quantity of engineering service projects which may include aerial photography, photogrammetric location of buildings, utility systems, etc., ground control surveying, development of ACAD Layers for specific maps. (Submit a 254 and a 255 no later than 07 JAN 1997). The following selection criteria is listed in its order of importance: (1) Professional personnel experienced in photogrammetric surveying, (2) Corporate experience in photogrammetric surveying and engineering applications, (3) Capability to perform all work on compatible electronic media. WPNSTA CHASN currently uses AUTOCADD Release 12, and Micro Soft Word 6.0, (4) Ability to work within the state plane co-ordinate system, (5) Ability to manage and coordinate all subcontractors. All potential subcontractors should be named, (6) Volume of DOD contract awards during the last 12 months. CITE: (M-344 SN010073) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: Bi-State Development Agency, 707 North First Street, St. Louis, Missouri 63102 SUBJECT: C--SYSTEMS ENGINEERING SUPPORT SERVICES FOR LIGHT RAIL VEHICLE SYSTEM SOL RFP 219 DUE 122096 POC Director of Contracts and Procurement, Rebecca A. Howe, (314) 982-1503. DESC: The Bi-State Development Agency of the Missouri-Illinois Metropolitan Area (Agency) is hereby soliciting Proposals to provide Systems Engineering Support Services to successfully complete the Systems contract for delivery of Light Rail Vehicles (LRV). The successful offeror will provide support services which will include, but not be limited to: Project Management, including document control, Quality Assurance/Control, and on-site assembly inspection, engineering support for the Preliminary Design Review (PDR), Final Design Reviews, First Article inspection of Components and Systems, Acceptance Testing in Laboratory and as delivered. Interested offerors are to submit SF-254, Architect-Engineer and Related Services Questionnaire and SF-255, Architect-Engineer and Related Services Questionnaire for Specific Project in four copies. Forms are available from the Superintendent of Documents, GPO, Washington, D.C. 20402. Forms may be available from MetroLink Contracting and Procurement. Interested parties shall contact Ms. Rebecca a. Howe at the above noted address and phone number or Marcia Willis, MetroLink Contract Specialist at (314) 982-1400, ext. 1316. CITE: (M-344 SN010181) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: Bi-State Development Agency, 707 North First Street, St. Louis, Missouri 63102 SUBJECT: C--SYSTEMS ENGINEERING SUPPORT SERVICES FOR LIGHT RAIL VEHICLE SYSTEM SOL RFP 2191 DUE 122096 POC Director of Contracts and Procurement, Rebecca A. Howe, (314) 982-1503. DESC: The Bi-State Development Agency of the Missouri-Illinois Metropolitan Area (Agency) requires General Engineering Consultant (GEC) services to provide Systems Engineering Support Services to successfully complete the systems contract for delivery of Light Rail Vehicles (LRV). The selected GEC firm will provide support services including, but not be limited to: Project Management, including document control, Quality Assurance/Control, and on-site assembly inspection, engineering support for the Preliminary Design Review (PDR), Final Design Reviews, First Article Inspection of Components and Systems, Acceptance Testing in Laboratory and as delivered. Replies to this notice are requested from all applicable business concerns, as well as Disadvantaged Business Enterprise (DBE) concerns. Firms replying to this request are to submit SF-254, Architect-Engineer and Related Services Questionnaire and SF-255, Architect-Engineer and Related Services Questionnaire for Specific Project in four copies. Forms are available from the Superintendent of Documents, GPO, Washington, D.C. 20402. Forms may be available from MetroLink Contracting and Procurement. Interested parties shall contact Ms. Rebecca A. Howe at the above noted address and phone number or Marcia Willis, MetroLink Contract Specialist at (314) 982-1400, ext. 1316. CITE: (M-344 SN010182) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction--Potential Sources Sought OFFADD: Miami VA Medical Center, 1201 N.W. 16th Street, Miami, FL 33125-1693 SUBJECT: C -- CORRECT LIFE SAFETY CODE DEFICIENCIES SOL RFP 546-38-97 DUE 010597 POC Darlene McGary, (305) 324-3239 DESC: The VAMC, Miami, FL, requires A/E services for the investigation, recommendations, development of construction drawings, specifications, cost estimate and construction period services for the "Correct Life Safety Code Deficiencies" project at the Department of Veterans Affairs Medical Center. All work will be done in accordance with A/E Statement of Task. The construction value of project is estimated to range between $500,000 and $1 million. Total design time including reviews will be approximately 96 calendar days. Small Business Size determination is $2.5 million in average annual receipts during the preceding three (3) fiscal years. A/E firms are required to be knowledgeable, and have experience in health care facilities; have dealt with and designed similiar renovations pertaining to code deficiencies within the last three (3) years and be familiar with the requirements of the NFPA in its entirety: are invited to submit (1) A Standard Form 254, Architect-Engineer and Related Services Questionnaire, and (2) A Standard Form 255, Architect-Engineer and Related Services questionnaire for Specific Project. Interested firms should submit current forms and information to be received in this office prior to 4:00 pm, local time, January 5, 1997. This is not a request for proposals. Contract will be firm-fixed price. Selection and award are subject to the availability of funds. See note:24. CITE: (I-344 SN010164) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: 38 LS/LGCX 4022 Hilltop Rd, Tinker AFB OK, 73145-2713 SUBJECT: D -- REGULATED PRIVATE LINE SERVICE, TRUNKING SERVICE AND BUSINESS LINE SERSVICE FOR WYOMING AIR NATIONAL GUARD BASE, CHEYENNE WY 82009-4799 SOL N/A POC Jackine Catrow, Contract Specialist, (405)734-9759 Cathy D. Summers, Contracting Officer, (405)734-9759. DESC: The 38 Logistics Squadron/LGCX intends to procure on a sole source basis local telephone service for Wyoming Air National Guard Base, Cheyenne WY. The intended contractor is US West Communications. US West Communications shall provide the following services: (1) Commercial trunks and commercial business lines, for common user dial service within the local exchange area. (2) Inter/Intra Exchange Channel/Mileage from the base to various off premise locations throughout the local exchange area. The period of performance shall be five years from the date of contract award. The primary place of performance will be Wyoming Air National Guard Base, Cheyenne WY. This acquisition is conducted under the Air Force's regulatory delegation of GSA's exclusive procurement authority for Federal Information Processing (FIP) resources. This sole source acquisition is justified under 10 U.S.C. 2304 (c) (1). US West Communications is the only local exchange carrier (LEC) who has the approval of the Wyoming Public Service Commission to provide the required telephone service within the Local Access and Transport Area (LATA). The Government intends to issue a Communication Service Authorization (CSA) written against the Defense Commercial Communications Office (DECCO) basic agreement DCA200-90-H-0002. Note 22. CITE: (I-344 SN009954) [Commerce Business Daily: Posted December 09, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: Department of Commerce, NOAA, 200 World Trade Center, Room 209, Norfolk, VA 23510-1624 SUBJECT: D--COMPUTER STORAGE TAPE MEDIA SOL 51EANE-7-00024 POC Michele McCoy, 757-441-6879 DESC: The National Climatic Data Center, Asheville, NC has a requirement for Computer Storage Tape Media as follows: 3M (Imation) Royal Guard 1/2 inch 3480 Data Tape Cartridges (3480 Compatible, 575 Foot Length) estimated quantity 48,750 ea: 3M (Imation) Black Watch 1/2 inch 3590 Data Tape Cartridges (Non-Initialized, Non-Labelled) estimated quantity 1,875 ea: Exabyte 8mm Data Cartridges, EX-8mm112, (112 Meter) estimated quantity 9,000 ea; FujiFilm 8mm Data Cartridges, QC-112M, (112 meter) estimated quanity 4,120 ea; 3M(Imation) 3590 Cleaning Cartridges, estimated quantity 30 ea: Exabyte 8mm Cleaning Cartridges, EX-8mm-12c, estimated quantity 3,750 ea; Optional Requirements: Exabyte 8mm Data Cartridges, EX-8mm160XL, estimated quantity 300 ea; Compact Recording Discs (Gold) CD-R, 650M/74MIN, 6X Certified, estimated quantity 200 ea. A requirements type contract is anticipated. The contract period will be from date of award through 9/30/97 with two additional one year options. This is a 100% small businessset-aside. All responsible sources may submit a bid which will be considered. No telephone requests will be accepted. Only written or faxed requests are acceptable. Fax number is 757-441-3786. See notes 1 and 26. EMAIL Michele.A.Mccoy@noaa@gov EMAILDESC: CITE: (W-344 SN010021) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: Admin Program Center National Park Service, 12,795 West Alameda Parkway Lakewood, CO 80228 SUBJECT: D--CONVERT APPROX. 400 PC WORKSTATIONS FROM DOS WITH POWERLAN NETWORKING SOFTWARE TO WINDOWS 95 OR WINDOWS NT WORKSTATIONS AND ESTABLISH ACCESS TO EXISTING WINDOWS NT SERVERS SOL RFP 1270-97-005 DUE 123196 POC Maria Munoz, (303) 969-2730, Contract Specialist, Shirley Norton, (303) 969-2748, Contracting Officer. DESC: The National Park Service, Denver Service Center, is seeking technical assistance in converting approximately 400 personal computer workstations from DOS with Powerlan Networking software to Windows95 or WindowsNT Workstation and establishing access to existing WindowsNT servers. Work involves upgrading personal computer hardware and software, migrating the personal computer to either Windows95 or WindowsNT Client, assuring that existing programs are installed for the new operating system, and providing access to NPS system on both the LAN and WAN. In some cases the users' computers are being replaced with new ones; in these instances, the work involves installing the new operating system, moving user programs and files to the new computer, and assuring connection to existing NT Servers. NPS will determine which client software will be placed on each machine. The RFP will be issued December 31, 1996. This acquisition is solicited under full and open competition. All responsible sources may submit an offer which will be considered. Interested parties-PLEASE FAX REQUEST FOR SOLICITATION to (303) 969-2994 or (303) 969-2795. CITE: (M-344 SN010096) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services--Potential Sources Sought OFFADD: DHHS, Indian Health Service, 2900 Fourth Avenue North, P.O. Box 2143, Billings, MT 59103 SUBJECT: D--``TURN KEY'' AUTOMATED MEDICAL-PATIENT MANAGEMENT SYSTEMS AT VARIOUS LOCATIONS IN THE BILLINGS SERVICE AREA SOL RFP-244-97-0006 POC Rita Langager, Contract Specialist, at (406) 247-7293 or Jerry Black, Contracting Officer, at (406) 247-7252. DESC: The Billings Area Indian Health Service is looking for qualified contractors that can provide a ``turn key'' automated medical-patient management system. This system will need to include at least patient tracking, clinical practice (both inpatient and outpatient), medical records management, billing and collection, financial accounting and inventory accounting modules. The above listed modules are the minimum requirement only and are not meant as limitations. 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-344 SN009982) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: E--Purchase of Structures and Facilities OFFADD: Department of the Treasury (2024), Federal Law Enforcement Training Center, Administration Division, 1300 W. Richey Avenue, Artesia, NM 88210 SUBJECT: E -- PURCHASE OF STRUCTURES AND FACILITIES SOL RFQ-97-MCS-1 DUE 121896 POC Michael C. Stern, Contracting Officer, 505-748-8184 DESC: Manufacture, deliver, set up and install utility connections from a Government supplied point near the unit, one modular office building at the Federal Law Enforcement Training Center in Artesia, New Mexico. The approximate size of the building shall be 28'x60' and will contain 7 offices of various sizes, a small utility room and 2 restrooms. Due to accelerated schedule, quotations will only be considered from original modular manufacturers. The magnitude of this project is between $25,000 and $100,000. Interested parties shall request specification in writing or via fax at 505-748-8171. See Note 1. CITE: (I-344 SN010003) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: Deschutes National Forest, 1645 Highway 20 East, Bend, Oregon 97701 SUBJECT: F -- PLANTATION THINNING SOL R6-1-97-201 DUE 013197 POC Contract Clerk (541) 383-5543 or FAX 541-383-5544 DESC: This project consists of tree thinning and slash treatment on approximately 979 acres (61 Units) on the Crescent Ranger District. Approximate start date is 04/15/97. Contract time is approximately 70 days. This is 100% set-aside for Small Business Concerns. CITE: (I-344 SN009913) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: Department of Commerce, NOAA, 200 World Trade Center, Room 209, Norfolk, VA 23510-1624 SUBJECT: F--FISHERY OBSERVERS PROGRAM IN THE NORTHEAST SOL 52EANF700025 POC Lynne Phipps, (757) 441-6881/Contracting Officer, Melvyn A. DesJarlais, (757) 441-6647. DESC: The National Oceanic and Atmospheric Administration, National Marine Fisheries Service (NMFS), Northeast region, has a requirement to collect scientific, management, compliance and economic data about fisheries through observers placed aboard U.S. domestic and foreign fishing vessels in the northeast atlantic. This data, which cannot be obtained either dockside or while aboard government research vessels, is necessary for the management of fisheries occurring in the U.S. Exclusive Economic Zone (EEZ) as well as the management of fisheries occurring on the high seas outside the EEZ. The NMFS also has specific responsibilities concerning marine mammals and sea turtles within state waters as specified under the Marine Mammal Protection Act (MMPA) and the Endangered Species Act (ESA). This work requires deploying certified observers to meet coverage levels prescribed in sea day schedules and to process the data collected by observers to a form for use in fisheries management. The contractor shall support, as specified, the observers during each phase of their employment period, including training, briefing, travel, accomplishing requisite land duties, data collection on fishing vessels, and debriefings. Observers shall collect scientific, management, compliance and other data at sea through interviews of vessel captains and crew, observations of fishing operations, measurements of selected portions of the catch and fishing gear and collection of samples. Data collected once per trip includes data on the vessel, crew, fishing practices and cost of operation. The contractor makes all arrangements and incurs all costs in placing observers aboard all domestic vessels. The contract period of performance will be for one (1) year with four (1) one-year options, to start on or about April 1, 1997. All responsible offerors may submit a proposal that will be considered by the agency. All requests for the solicitation package must be in writing. The request may be faxed to (757) 441-3786. CITE: (M-344 SN009996) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: U.S. Forest Service, Plumas National Forest, 159 Lawrence Street, P.O. Box 11500, Quincy, California 95971 SUBJECT: F--PERFORM TREE PLANTING BY SOIL AUGER AND SHOVEL ON THE FEATHER RIVER RANGER DISTRICT, OF THE PLUMAS NATIONAL FOREST SOL RFQ 11-97-09 DUE 011697 POC Sue Wickman, Contracting Officer, (916) 283-2050. DESC: Project consists of securing services for tree planting by soil auger and shovel on approximately 703 acres on various locations on the Feather River Ranger District. CITE: (M-344 SN009997) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: USAED, KANSAS CITY, 757 FEDERAL BUILDING, 601 E 12TH STREET, KANSAS CITY MO 64106-2896 SUBJECT: F--LONG TERM OPERATION AND MAINTENANCE RESPONSE ACTION CONTRACTS FOR EPA REGION II SOL DACW41-97-R-0005 DUE 012497 POC Contract Specialist Norma M. Reynolds (816) 426-6484 (Site Code DACW41) DESC: (THIS SOLICITATION WILL BE A COMPETITIVE REQUEST FOR PROPOSALS.) The Government may elect to award a single task order contract or multiple task order contract, to small business(es) for a total acquisition value of $14 million. For multiple awards, ndividual task orders will be awarded based on factors such as past performance on earlier tasks orders under the multiple award contract(s), quality of services, cost control, price costs or other factors that the Contracting Officer believes are relevantto the award of each task order. Contracts will include Cost Plus Fixed Fee (CPFF), Cost Plus Incentive Fee (CPIF), Firm Fixed Price (FFP), and Fixed Price Incentive (FPI). Contract(s) are Indefinite Delivery/Indefinite quantity (ID/IQ), and will be issued for a base period of five years. There is no annual limit, and no delivery order limit, other than the maximum acquisition value. The minimum order for each contractis $280,000.00 during the five year contract period. The contract(s) to be awarded may require personnel, plant and equipment to operate and maintain groundwater, surface water and leachate facilities, provide routine maintenance and incidental constructio support to the facilities, project planning, preparation of work plans, project plans, health and safety plans, quality assurance project plan, response action systems start-up and shut-down support, transition of the facility to other parties for operation and maintenance, preparation of an Operation and Maintenance Manual, sampling, analysis, validation, and evaluation of confirmatory environmenal sampling data, site security and boundary control, disposal of investigation derived wastes, decommissioning of wells, installation of fencing, and providing & posting of warning signs, five-year review support of response actions and technical reports f work. The specified tasks may require the use of analog, digital or cellular technology; establishment of personal computer based relational databases; dedicated remote sensing; measuring and transmitting capability; application of global positioning and geographic information; and the use of internet for dissemination of digital information. The selected firm(s) will provide support at various CERCLA/SAR (Superfund sites managed by the Federal Government in EPA Region II (New York, New Jersey, the Commonwealth of Puerto Rico, the United States Virgin Islands and Native American Tribes or Nations located in these jurisdictions). Projects may be civil or miitary in nature. Evaluation and award will be based on the evaluation criteria stated in the request for proposal (RFP) with experience in the operation and maintenance of groundwater, surface water, and leachate treatment facilities as a key factor; no pre-proposal conference is planned. The RFP will be issued on or about 24 December 1996, and will be available only until the supply is exhausted. Proposal are due on or about 24 January 1997. Cost of the specification is $25.00 per set, (NON-REFUNDABLE). Make checks payable to the Corps of Engineers, Omaha District, and send the check, along with your request referencing the solicitation (SOL) number and yor complete name, address, and phone number to the Kansas City, MO address above. Please provide a street address when requesting the RFP for mailing by UPS 2nd day guaranteed. RFP WILL NOT BE ISSUED UNTIL PAYMENT IS RECEIVED IN THIS OFFICE, AND NO SPECIAL MAILING OR HANDLING INSTRUCTIONS WILL BE ACCEPTED. The RFP will also be available for review at local SBA offices in New York, New Jersey, the Commonealth of Puerto Rico, and the Unites States Virgin Islands. THIS RFP IS A SMALL BUSINESS SET-ASIDE UNDER SIC CODE 8744. THE SIZE STANDARD FOR A SMALL BUSINESS UNDER SIC CODE 8744 IS 500 EMPLOYEES. Questions of a technical nature should be addressed to Ms. amala Morgan, Project Engineer, at (816) 426-5332, ext. 3029. Questions of an administrative nature may be addressed to Debbie Hunt at (816) 426-6484. Contact Ms. Norma Reynolds at (816) 426-6484 for additional information regarding the RFP. CITE: (I-344 SN010032) [Commerce Business Daily: Posted December 09, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: Directorate of Contracting, Uniformed Services University of the Health Sciences, Rm A1040c, 4301 Jones Bridge Road, Bethesda MD 20814-4799 SUBJECT: F--HAZARDOUS CHEMICAL WASTE DISPOSAL SOL MDA905-97-R-0002 DUE 021597 POC Hancy Snowden 301 295-3872, James Geiser 301 295-3845 DESC: The Uniformed Services University of the Health Sciences (USUHS) has a requirement for hazardous chemical waste disposal services. Contractor shall provide all labor, equipment, materials, and supervision necessary to remove from the USUHS site in Bethesda, and to transport to specifically identified EPA permitted Treatment, Storage Disposal, Recycling Facilities (TSDRF)and to and to insure regulatory disposal of USUHS's hazrdous, acutely-hazardous, "regulated, and "nonregulated" material, substance, and waste chemicals. It is anticipated that a requirements contract for a base year and five one-year option periods will be awarded. Please request all copies of the solicitation be requested in writing or by Telefax at 301 295-1716. CITE: (W-344 SN010085) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: USDA Forest Service, Siskiyou National Forest, 200 NE. Greenfield Road, P.O. Box 440, Grants Pass, Oregon 97526 SUBJECT: F--WILDLIFE SURVEYS (036) - SISKIYOU NATIONAL FOREST AND BUREAU OF LAND MANAGEMENT SOL R6-11-97-9N DUE 021497 POC Contracting Officer, Clyde Hooper, 541/471-6600 DESC: The Contractor shall furnish the necessary personnel, supervision, materials, equipment (except Government-furnished property), and facilities to conduct wildlife field surveys within all survey areas on the Siskiyou National Forest's Chetco, Galice, Gold Beach, Illinois Valley, and Powers Ranger Districts, and Medford Bureau of Land Management's Grants Pass and Glendale Resource Areas. General locations of survey sites are in Southwestern Oregon and Northern California. All work shall be performed as directed in the appropriate Protocal. Data shall be collected on detections, observed behavior, and nesting activities. All field work shall be completed between 030197 and 090197. Project Leaders and Surveyors must meet minimum qualification requirements as stated in the Request for Proposals. Award will be made by total subitem. See Note 1. CITE: (I-344 SN010163) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: H--Quality Control, Testing and Inspection Services OFFADD: Commercial Acquisition Department, Bldg. 11, Naval Undersea Warfare Center Division, Newport, Code 59, Simonpietri Dr., Newport, RI 02841-1708 SUBJECT: H--SHOCK TESTING OF ESM MAST ELECTRICAL HULL PENETRATOR SOL N66604-97-R-0153 DUE 123096 POC Contact Ray Smith, Contracting Officer at (401) 841-2442 X215. Fax number (401) 841-4820. DESC: The Naval Undersea Warfare Center Division, Newport, intends to award a Firm Fixed Price contract for underwater explosive (UNDEX) shock testing of the First Article prototype of E-Systems Integrated ESM Mast Electrical Hull Penetrator. This is a re-advertisement of CBD announcement number N66604-96-R-0153 made on 6 NOV 96. This procurement is no longer sole source -- Note 22 does not apply. However, Note 1 will apply. All responsible sources may submit an offer which will be considered. Request f or this solicitation are to be in writing, or via telefax 401-841-4820 Attn: R. Smith, specifying the solicitation number. CITE: (I-344 SN009875) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: H--Quality Control, Testing and Inspection Services OFFADD: U.S. Agency for International Development, USAID/Egypt, Directorate of Procurement (D/PROC), 6th Floor, Unit 64902, AP AE 09839-4902 SUBJECT: H -- INSTITUTIONAL DEVELOPMENT OF THE ARAB REPUBLIC OF EGYPT NATIONAL TELECOMMUNICATION ORGANIZATION SOL RFP NO. 263-97-P-016 POC Contact Point: Mr. William Reynolds, Contracting Officer, USAID/Egypt, Tel: 011-20-2-357-3257/58, Fax: 011-20-2-356-2932. DESC: The U.S. Agency for International Development Mission to Egypt is soliciting proposals from U.S. (000 only) firms/joint ventures for a contract to provide Institutional Development Support for the Arab Republic of Egypt National Telecommunications Organization (ARENTO). The successful contractor will work closely with ARENTO under the Telecommunication Sector Support Project to assist ARENTO in the: a) modernization of its operating procedures and management policies, b) increasing its autonomy, c) training of the employees in needed areas, d) improvement of quality of service, e) development of an appropriate level for the telecommunications pricing, f) achievement of an employee incentive and compensation system, g) strengthening of ARENTO's technical and financial performance, and, h) implementing regulatory functions. The project includes two broad categories of outputs: policy/organization/institutional reforms and infrastructure development. Project outputs will include, but not be limited to, modernization of ARENTO's operating procedures, management policies, organization structure and institutional development. Specific reforms which the Institutional Development Contractor would assist ARENTO in accomplishing include: enhancement of ARENTO's autonomy, implementing a strategic plan for ARENTO, policy, institution and organizational improvements to enhance the quality of service, improvements in planning methodology for infrastructure expansion to fully utilize the installed equipment, improvement of the accounting systems, training of employees in needed areas, the development of a rolling 5-year business plan, and labor reforms. The successful offeror will be awarded a performance based cost-plus award fee type contract to perform the duties of assisting ARENTO in developing and implementing procedures, regulation, training, a business plan, and other institutional development tasks as required by ARENTO and USAID. The contractor shall assist/advise/guide ARENTO in achieving specific policy actions and organizational and institutional strengthening. The contractor shall provide an adequate number of professionals with appropriate disciplines and skills to work with ARENTO to plan and implement reform actions. The contractor team must consist of experienced personnel in areas such as accounting, finance, systems management, regulatory boards, legal, utility management, utility economics, manpower development, and other areas as required. The duration of the contract is estimated at 36 months with an option to extend the duration by an additional 24 months. It is a requirement that the firms must comply with AID geographic code 000 (USA) for nationality and source regulations. If a joint venture seeks proposing, information must be submitted for all firms in joint venture. Interested offerors must request a copy of the Request For Proposals (RFP No. 263-97-P-016) in writing from Mr. William Reynolds, Contracting Officer, Directorate of Procurement, United States Agency for International Development, USAID/Egypt, Cairo Center Building, Sixth Floor, 106 Kasr El Aini Street, Cairo, Egypt. Address for U.S. mail: Directorate of Procurement, Unit 64902, APO AE 09839-4902. Telefaxed requests to 011-20-2-356- 2932 will be accepted. Telephone requests will not be considered. The RFP is expected to be released on/about January 15, 1997. Offerors will be given 60 days from the date of issuance of the RFP to prepare and submit their proposals. The U.S. Agency for International Development (USAID) encourages the participation to the maximum extent possible of small business concerns, small disadvantaged business concerns and women-owned small business concerns in this activity as prime contractors or subcontractors in accordance with Part 19 of the Federal Acquisition Regulation. In this respect, it is anticipated that the prime contractor will make every reasonable effort to identify and make maximum practicable use of such concerns. All other evaluation criteria being found equal, the participation of such concerns may become a determining factor for selection. "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. The RFP text can be downloaded via Anonymous File Transfer Protocol (FTP). The FTP address is FTP.INFO.USAID.GOV. Logon on 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/26397016/26397016.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 the INTERNET in its entirety and USAID bears no responsibility for data errors resulting from transmission or conversion processes." CITE: (I-344 SN010176) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Fleet and Industrial Supply Center Norfolk Detachment Washington DC, Washington Navy Yard, Bldg. 200, 4TH Floor, 901 M Street, SE, Washington, DC SUBJECT: J -- PREVENTATIVE MAINTENANCE AND EMERGENCY SERVICE ON ALARM SYSTEM SOL N00600-97-N-0194A POC Colleen Fannin, Contract Specialist at (202)685-1276 or you may fax a request to (202)433-9569. For additional information, contact Contracting Officer Karen Place, Code 201.5, (202)433-3672. DESC: The purpose of this synopsis is to amend a synopsis issued for the above referenced requirement which appeared in the CBD on Monday, October 28, 1996. The follow-on contract will include an option to Extend Services for up to an additional six months under FAR 52.217-8. CITE: (I-344 SN009879) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Contracting Officer (90, Richard L. Roudebush VA Medical Center, 1481 West Tenth Street, Indianapolis, IN 46202 SUBJECT: J -- MAINTENANCE & REPAIR OF PHILIPS DVI SYS & X-RAY MACHINES SOL 583-05-97 DUE 022097 POC Wanda L. Moreland, Contracting Officer (90C), (317)267-8709 DESC: Contractor to provide maintenance and repair services of Philips Digital Vascular Imaging System and X-Ray Machines w/tables and accessories for the period March 1 through September 30, 1997, with 4 renewal options. Availability of solicitation is O/A December 18, 1997. BOD is O/A February 20, 1997. SIC Code 7629 applies. Award is subject to availability of FY-97 funds. Requests for bid packages shall be made in writing on company letterhead to the address shown above or may be fax'd to (317)267-8700. CITE: (I-344 SN009919) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: 60th Contracting Squadron, 60 CONS/LGCV, 350 Hangar Avenue/Bldg 549, Travis AFB, CA 94535-2632 SUBJECT: J--TO PROVIDE PREVENTIVE MAINTENANCE OF SPAS AND POOLS AT VARIOUS LOCATIONS, TRAVIS AFB, CA SOL F0462696QY120 POC Michele Agee, (707) 424-7745/Contracting Officer, Rena Fagan, (707) 424-7740. DESC: Contractor to provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to operate, perform preventive maintenance, and repair existing pools and spas at various locations on Travis AFB, CA, for the period 1 Dec 96-30 Sep 97. Description of services will be provided to bidders. One (1) period. All responsible sources may submit a bid in writing which shall be considered. Bidders must provide ZIP plus four in return address when requesting the bid package. Telephone requests for bid packages will not be honored. Anticipated award date is 30 Oct 96. See numbered note 1. CITE: (M-344 SN009989) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Purchase Services Branch, Attn: Code 535.3, Portsmouth Naval Shipyard, Portsmouth, NH 03801-2590 SUBJECT: J -- ANNUAL INSPECTION AND MAINTENANCE SERVICES FOR DRYDOCK XL DISTRIBUTION CONTROL SYSTEMS SOL N00102-97-Q-1208 DUE 122396 POC Contracting Officer, John Balz, 207/438-2775, or Joan Morphy, 207/438-3853. DESC: Annual inspection and maintenance service agreement for drydock XL distribution control systems, 3 years. Negotiations being conducted with Johnson Yokogawa Corporation, Philadelphia, PA. See Note 22. CITE: (I-344 SN010004) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Department of the Treasury, Internal Revenue Service, (M:P), 6009 Oxon Hill Road, Suite 700, Oxon Hill, MD 20745, Attn: Margaret Hunt SUBJECT: J--AUTOMATED COLLECTION SYSTEM (ACS) MAINTENANCE SOL TIRNO97R00015 DUE 031497 POC Contracting Officer, Margaret M. Hunt, 202-283-1232 DESC: The Internal Revenue Service (IRS) has a requirement for nationwide hardware maintenance, support services and FIP supplies for the IRS' Automated Collection System (ACS). The ACS is a computerized telephone tax collection system designed to assist Cstomer Service employees in receiving incoming calls and making outgoing calls to delinquent taxpayers. ACS currently consists of 36 sites (10 Service Centers and 26 Call Sites) nationwide. At present, each Service Center operates with one IBM ES 9000, dis and tape drives, display console, console printers, control units, IBM dumb terminals, printers, IBM controllers, and UNI-TEC boxes. The Call Sites have IBM terminals, printers, IBM controllers and UNI-TEC boxes, and Aspect and Rockwell automatic call distributors and telesets. This acquisition will be conducted as a small business set-aside. The contract will consist of one base year (FY-98) with four one year optional eriods of performance. All responsible small businesses may submit a proposal which will be considered by the agency. Interested parties are requested to submit a written request for the solicitation within 15 days from the date of this publication. CITE: (I-344 SN010022) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Supervisor of Shipbuilding, Conversion and Repair, USN, Naval Station, Box 368119, San Diego, CA 92136-5066 SUBJECT: J -- CONSTELLATION (CV 64) SOL N62791-97-B-0038 DUE 021497 POC Barbara A. Brown, Contract Specialist, (619) 556-4855 DESC: Various repairs outside of machinery spaces. Work to be performed at North Island Naval Air Station, San Diego. Contract dates 22 February 1997 through 27 March 1997. All San Diego area sources who currently hold, or are qualified for and willing to enter into a Master Ship Agreement for Repair and Alteration of Vessels (DFAR 217.71) prior to award, may submit a bid which shall be considered by this agency. Firms which do not possess a Master Ship Repair Agreement/Agreement for Boat Repair (as applicable) are ineligible for award unless adequate time exists to permit the Navy to perform an assessment of their MSRA/ABR application and to execute the applicable MSRA/ABR without impacting the vessel's availability dates. It is impracticable to distribute the applicable NAVSEA Standard Items. These contract documents may be examined or obtained at Supervisor, Box 368119, SUPSHIP Bldg. 77, 3600 Surface Navy Blvd., San Diego, CA 92136-5066, Code 230. See Note 9. (0240) CITE: (I-344 SN010082) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 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-A307 POC Specialist, Mark Kendall (717) 790-6474. Contracting Officer, W.R. Wolfe (717) 790-2191. For expeditied 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/SPG-55B, Radar Set, GM FCS, MK 76 Mod 8 2 Radars Systems. The restored items will be returned to supply stock or issued for immediate fleet use. One major item to be restored is Oscillator, RF. NSN 7H 5955-00-054-4226. P/N K663090129. Technical data is not available and cannot be furnished. Contact the firm of Frequency Engineering Labs, 1 Central Avenue, Farmingdale, NJ 07727-0527, 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-344 SN010103) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Supervisor of Shipbuilding, Conversion and Repair, USN, Naval Station, Box 368119, San Diego, CA 92136-5066 SUBJECT: J -- CV/CVN IDTC CONTRACT SOL N62791-97-B-0039 DUE 031597 POC Patricia A, Pauley, Contract Specialist, (619) 556-2309 DESC: This will be an indefinite delivery type contract to procure general and specific ship repair work of an emergent and time critical nature on aircraft carriers during CV/CVN upkeep and maintenance availabilities and SRAs. All work will be outside of machinery spaces. Performance of effort will be at North Island Naval Air Station. Contract period will start 10/1/97 and will be for a one year base year, with four one year options. All San Diego Area sources who currently hold, orare qualified for and willing to enter into a Master Ship Agreement for Repair and Alteration of vessels (DFAR 217.71) prior to award, may submit a bid which shall be considered by this agency. Firms which do not possess a Master Ship Repair Agreement (MSR) are ineligible for award unless adequate time exists to permit the Navy to perform an assessment of their MSR application and to execute the applicable MSR withoutimpacting the vessel's availability dates. It is impracticable to distribute the applicable NAVSEA Standard Items. These contract documents may be examined or obtained at Supervisor, Box 368119, SUPSHIP Bldg. 77, 3600 Surface Navy Blvd., San Diego, CA 92136-5066, Code 230. See Note9. CITE: (I-344 SN010115) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Supervisor of Shipbuilding, Conversion and Repair, USN, Naval Station, Box 368119, San Diego, CA 92136-5066 SUBJECT: J -- CV/CVN IDTC CONTRACT SOL N62791-97-B-0040 DUE 031597 POC Patricia A, Pauley, Contract Specialist, (619) 556-2309 DESC: This will be an indefinite delivery type contract to procure general and specific ship repair work of an emergent and time critical nature on aircraft carriers during CV/CVN upkeep and maintenance availabilities and SRAs. Work will be machinery and propulsion repairs. Performance of work will be at North Island Naval Air Station. Contract preiod will begin 01 October 1997 and will be for a one year base year, with four one year options. All San Diego Area sources who currently hold, or are qualified for and willing to enter into a Master Ship Agreement for Repair and Alteration of vessels (DFAR 217.71) prior to award, may submit a bid which shall be considered by this agency. Firms which do not possess a Master Ship Repair Agreement (MSR) are ineligible for award unless adequate time exists to permit the Navy to perform an assessment of their MSR application and to execute the applicable MSRA/ABR without impacting the vessel's availability dates. It is impracticable to distribute the applicable NAVSEA Standard Items. These contract documents may be examined or obtained at Supervisor, Box 368119, SUPSHIPBldg. 77, 3600 Surface Navy Blvd., San Diego, CA 92136-5066, Code 230. See Note9. CITE: (I-344 SN010118) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment--Potential Sources Sought OFFADD: Lockheed Martin Stennis Operations, Building 1100N, Stennis Space Center, MS 39529-6000 SUBJECT: J--DIESEL ENGINE REFURBISHMENT AT THE NASA/JOHN C. STENNIS SPACE CENTER SOL LAH96-327 DUE 121996 POC Lori A. Harper, Senior Buyer, (601) 688-2254. DESC: Sources sought for the refurbishment of fourteen (14) diesel engines in support of Lockheed Martin Stennis Operation's (LMSO) prime contract with the National Aeronautics and Space Administration (NASA). All work will be performed on-site at the High Pressure Industrial Water (HPIW) facility at the NASA/John C. Stennis Space Center (SSC) which is located near Bay St. Louis, Mississippi. The effort will entail disassembly, cleaning, replacement of defective components, and restoration of the engines to specifications in the respective O & M manuals for ten (10) FS-1316-HSC Nordberg diesel engines and four (4) LSV-12 Cooper-Bessemer diesel engines. The refurbishment will be accomplished on individual engines while the HPIW facility is supporting test operations on four test stands. LMSO will provide technicians to assist the awardee in the refurbishment effort. All interested parties shall inquire in writing and submit a general statement of relevant qualifications, resumes of key personnel, and project references. CITE: (M-344 SN009981) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: K--Modification of Equipment OFFADD: NCCOSC RDTE Division, Code D214B, 53570 Silvergate Avenue, Bldg. A33, San Diego, CA 92152-5113 SUBJECT: K -- MODIFICATION OF EQUIPMENT SOL N66001-97-Q-A159 DUE 122796 POC POC Ms. Melissa Dolan, Code D222, Purchasing Agent, (619)524-2404. POC for copy, Mr. J.C. Norris, (619)553-4331. Contracting Officer, Ms. Pat Brown. DESC: The Government intends on awarding on a Sole Source basis, a Purchase Order to Union Carbine Chemicals Crystal Products to repolish, reclean, and RE-EPI Sapphire blanks AERORAD. The applicable Standard Industrial Code (SIC) and Size Standard is: 8999 - 5.0M. Solicitation document to be issued on or about 12/18/96. Facsimile letters are acceptable at (619)553-6976. For copies of solicitation(s) only written requests will be honored. CITE: (I-344 SN010204) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: L--Technical Representation Services OFFADD: NCCOSC RDTE Division, Code D214B, 53570 Silvergate Avenue, Bldg. A33, San Diego, CA 92152-5113 SUBJECT: L -- ENGINEERING AND TECHNICAL SERVICES FOR ELECTROMAGNETIC EFFECTS SUPPORT FOR SPECIAL PROGRAMS AND MOBILE TACTICAL VANS SOL N66001-96-R-5024 POC POC Mr. Jack Faulkner, Code D213, Contract Specialist, (619)553-4503. POC for copy, Mr. J.C. Norris, (619)553-4331. Mr. George Petersen, Contracting Officer. DESC: The Presolicitation Notice/Procurement issued 10/04/96, titled Engineering and Technical Support for Electromagnetic Effects Support for Special Programs and Mobile Tactical Vans, Solicitation Number N66001-96-R-5024, is hereby modified as follows: The new title for the subject procurement is: ENGINEERING AND TECHNICAL SUPPORT SERVICES FOR MOBILE TACTICAL SYSTEMS, JOINT COMBAT SYSTEMS, GROUND THEATER AIR CONTROL SYSTEMS, AND RELATED SPECIAL PROGRAMS. The new solicitation number is N66001-97-R-5021. The description of the requirement is modified as follows: Engineering and technical support services for Mobile tactical Systems, Joint Combat Systems, Ground Theater Air Control Systems, and related special programs systems and projects. This support includes the design, development, installation, integration, documentation, repair, restoration, and testing of individual and joint services mobile tactical systems, command, control, computers, communications, intelligence, surveillance, and reconnaissance systems, and special programs systems. Part of this support entails ensuring that these systems are properly designed, tested, and installed as stand-alone systems or integrated into a host platform - such as ship, van, shore site, shelter or other platform. Integral to the special programs support and platform integration is ensuring that the special programs systems can operate effectively in the host platform electromagnetic environment. The period of performance is one base year and four option years. FOB Destination, San Diego, CA. All firms requesting copies of the solicitation under the former solicitation number shall be provided copies of this revised requirement. Solicitation document to be issued on or about 01/15/97. Facsimile letters are acceptable at (619)553-6976. For copies of solicitation(s) only written requests will be honored. CITE: (I-344 SN010202) [Commerce Business Daily: Posted December 09, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: M--Operation of Government-Owned Facilities OFFADD: USAFE Contracting Squadron/LGC, Unit 3115, APO AE 09094-3115 SUBJECT: M--OPERATIONS AND MAINTENANCE OF THE FUEL TANK SITE, MOROCCO SOL F6152197R5001 DUE 030997 POC Betsy Ann Matich, 011-49-631-6508 DESC: The USAF Europe Contracting Squadron, Rhine Ordinance Barracks, Kaiserslautern, Germany will be issuing a solicitation on or about 22 Jan 97 for the performance of fuels systems operations, maintenance, and repair at the fuels storage facility at Mohemedia, Morocco, North Africa. The contractor must have approval to work in Morocco. This service is for the port facility only. A firm fixed price contract is contemplated for a basic period of performance with a two month phase-in and three one-year pre-priced options. The basis of award will be the technically acceptable, lowest priced responsible offeror. All correspondence and interaction with government personnel with be conducted in English. All responsible sources may submit a propoal which shall be considered. Contact this office to obtain a copy of the SOW at 011-49-631-3539-145. EMAIL matichb@USAFE28.ramstein.af.mil EMAILDESC: CITE: (W-344 SN009871) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: M--Operation of Government-Owned Facilities OFFADD: 4th Contracting Squadron, 4 CONS/LGCV, 1695 Wright Brothers Ave, Seymour Johnson AFB NC 27531-2459 SUBJECT: M--TELEPHONE SWITCHBOARD SERVICES SOL F31610-97-R0001 DUE 122096 POC Contract Administrator TSgt Dennis Smith, (919) 736-6548, ext 239, Contracting Officer, Bobbie White, (919) 736-6548 ext 241. DESC: This service includes but is not limited to furnishing all personnel, tools, equipment, supervision and other items necessary to perform Telephone Switchboard Operations. Performance includes Operator assistance, Administrative services, Directory Assistance, Housekeeping, maintain a Telephone Directory, Master File, Telephone Survey, Master Station Log, and conduct minimal military training to augmentees. Performance to commence on 01 Apr 97. The contract will include the basic year of 01 Apr 97-30 Sep 97 and possibly four (4) priced one-year options. Requests for the solicitation must be in writing and include requester's phone number and 9 digit zip code. Fax requests for the solicitation package will be accepted; the fax number is (919) 736-6797. The proposed issue date for solicitation F31610-97-R0001 will be on or about 21 Nov 96. The proposed acquisition is restricted 100% set aside for small business concern. SIC code is 7389. Resultant contract will be firm fixed-price. CITE: (M-344 SN009969) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: M--Operation of Government-Owned Facilities OFFADD: National Park Service, Office of Concession Program Management, 600 Harrison Street, Suite 600, San Francisco, California 94107-1372 SUBJECT: M--OPERATION OF TENNIS COMPLEX AND RELATED FACILITIES-AMERICAN MEMORIAL PARK POC Edward Wood (671) 477-9362. DESC: The National Park Service will be releasing a concession Prospectus seeking parties interested in operating a tennis complex and related support facilities within American Memorial Park in the Commonwealth of the Northern Mariana Islands on the Island of Saipan. The operation consists of four (4) lighted hard surfaced tennis courts with a small pro shop and restroom facilities. The proposed operation will be year round and is anticipated to operate both in the daytime and evening hours. There is no existing operator and this opportunity is fully competitive. All the existing facilities are government owned. The incoming operation with be required to provide all the necessary items to adequately stock the pro shop and staff the operation. The term of the proposed concession contract will be for seven (7) years. The cost for purchasing a Prospectus is $30.00. Parties interested in obtaining a Prospectus should send a check made payable to the ``National Park Service''. Send the check to the National Park Service, Office of Concession Program Management, Pacific Great Basin System Support Office, 600 Harrison Street, Suite 600, San Francisco, CA 94107-1372. Please include a mailing address of where to send the Prospectus. On the front of the envelop mark ``Attention: Office of Concession Program Management-Mail Room Do Not Open. If there are any questions contact Mr. Mac Foreman, Office of Concession Program Management, Pacific Great Basin System Support Office, San Francisco, CA (415) 744-3981. CITE: (M-344 SN009977) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: M--Operation of Government-Owned Facilities--Potential Sources Sought OFFADD: US ARMY CONTRACTING COMMAND KOREA, ATTN: SERVICES BRANCH, UNIT # 15289, APO AP 96205-0062 SUBJECT: M--CONTRACTORS NEEDED FOR UPCOMING SOLICITATION: OPERATION AND MANAGEMENT OF BATTLE SIMULATION CENTER TO SUPPORT TACTICAL SIMULATION TRAINING FOR US FORCES IN KOREA AND JAPAN. SOL 204&&&-9612-0001 POC Ms. Jackie Robinson-Burnett US Army Contracting Command Korea Unit # 15289 (Services Branch) APO AP 96205-0062 Ph: 011-822-7914-7628 Fax: -7067 Email: eakc-burnett@emh4.korea.army.mil (Site Code DAJB03) DESC: WPCH { 2 B VQ W' ~#|x10cpi F zNxxx, t t x @I 8G ;~~~~~~~ ~ ~ ~ ~~SERVICE 10 pitchIID/IIIPHPLASIII.PRS[ x @I O , P pl!HP 0 0 X P{ 2 @ H VW W- #|xCourier 10cpi F zNxxx, t t x @I 8G ;~~~~~~~ ~ ~ ~ ~~SERVICE 10 pitchIID/IIIPHPLASIII.PRS[ x @I O , P pl!H{ 2 6 J F P 0 0 X PP PP X X X PP PP X X X X PP PP X X X X PP PP X X X X PP PP X X X X P Contractors neded to bid on Battle Simulation Contract. Performance date 01 Oct 96, w/ 4 option yrs. Work includes conducting computer driven joint and combined battle computer simulations and manual battle simulation. The Contractor is responsible for planning, administration, and management of training exercises. CITE: (I-344 SN010045) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: DVA Medical Center 79 Middleville Road Northport New York 11768 SUBJECT: Q -- HOME HEALTH AID & PERSONAL CARE AID SOL IFP-632-8-97 DUE 011797 POC CAROL LIPPIS, Contracting Officer 516-754-7944 DESC: The Department of Veterans Affairs at Northport, New York requires a Home Health Aid and Personal Care Aid the benficiares located in Nassau, Suffolk and Queens counties in the State of New York. Solicitation available O/A December 10,1996 upon receipt of written request ONLY. No phone requests will be accepted. CITE: (I-344 SN009916) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: North Central Regional Contracting, 1300 Metropolitan Ave, Leavenworth, KS 66048 SUBJECT: Q -- HOSPITAL/PHYSICIAN SERVICES SOL 275-0208 DUE 020497 POC Stefanie Kongable, Contract Specialist, (913) 682-8700, ext. 613. DESC: The United States Penitentiary, Leavenworth, Kansas, is soliciting for the services of medical care to federal prisoners. The Government prefers a multiple award contract to the contractors that can provide both inpatient and outpatient care at the contractor's facility. Services will be required for a one-year base period, with four one-year option periods for a total of sixty months from the date of award. Only medical facilities within a 50-mile radius from the institution will be utilized for inpatient/outpatient services. The estimated quantities for each period of the contract are as follows: Base period: Inpatient days - 200, Outpatient visits - 1000; Option period one: Inpatient days - 200, Outpatient visits - 1000; Option period two: Inpatient days - 200, Outpatient visits - 1000; Option period three: Inpatient days - 200, Outpatient visits - 1000; Option period four: Inpatient days - 200, Outpatient visits - 1000. All responsible sources are encouraged to submit an offer which will be considered for award. Requests for solicitation must be in writing only. You may fax your request to the following number (913) 682-2102. Anticipated issue date is approximately December 31, 1996. CITE: (I-344 SN009923) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: U.S. Department of Justice, Immigration and Naturalization Service, 7701 N. Stemmons Freeway (ACDCAP), Dallas, TX 75247 SUBJECT: Q--OVER 40 PHYSICAL EXAMINATIONS SOL ACD-7-B-0006 DUE 011797 POC Contract Specialist, Ms. Morris Whitacre, 214-767-7170. No collect calls will be accepted. DESC: The Immigration and Naturalization Service intends to award a Firm-Fixed Price Requirements type contract to provide physical examinations to employees over the age of 40 to include tetanus/diphtheria boosters, if required, within a 30 mile radius of Del Rio, Texas. The successful contractor shall be required to submit a Medical Liability Insurance Certificate to the Contracting Officer prior to contract start date. Tentative issuance of solicitation is December 16, 1996; tentative bid opening is January 17, 1997. Period of performance will be for one year with four one-year options. The Standard Industrial Code (SIC) is 8011, Office and Clinics of Doctors of Medicine. Request for the solicitation must be submitted in writing to Immigration and Naturalization Service, 7701 N. Stemmons Freeway, ACDCAP, Dallas, TX 75247, or by facsimile at (214) 767-7458. All requests for solicitation must reference the solicitation number. All responsible sources may submit a bid which will be considered. See Note 1. CITE: (M-344 SN009974) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: DIR OF CONTRACTING WALTER REED AMC, ATTN MCHL Z BLDG T 20, 6825 16TH STREET NW, WASHINGTON DC 20307-5000 SUBJECT: Q--EMERGENCY ROOM PHYSICIANS AND ASSISTANTS WEST POINT, NEW YORK SOL DADA15-97-R-0013 DUE 012997 POC Contract Specialist D. HUTTON (202) 782-1102 (Site Code DADA15) DESC: The contractor shall provide part time emergency room services of physicians and physicians assistants at Keller Army Community Hospital, West Point, New York. Physicians shall provide 24-hour weekend and holiday coverage and assistants shall provide12 hour coverage, Monday through Friday. Anticipated issue date is 30 December 1996. Contract shall include one base period and four option years. All interested sources requesting a copy of the solicitation package are required to submit a written requestto the address indicated above. Requests may be faxed to (202) 782-8247 Attention Donna Hutton. No telephone requests for solicitation packages will be accepted. This is a 100% small business set- CITE: (I-344 SN010055) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: DHHS, Indian Health Service, Office of Health Program Research and Development, Contracts and Grants Branch, 7900 South J. Stock Road, Tucson, Arizona 85746-9352 SUBJECT: Q--PASCUA YAQUI TRIBE HEALTH CARE PROGRAM SOL RFP No. 249-97-R-0003 DUE 021097 POC Monica R. Mendoza, Contract Specialist, (520) 295-2464 or Lyska A. Lomayesva, Senior Contracting Officer, (520) 295-2456. DESC: Provide a prepaid, capitated comprehensive health care benefit program to enrolled members of the Pascua Yaqui Tribe that reside in Pima County, Arizona. All responsible sources may submit a proposal which shall be considered by the Agency. The contract award will be made effective June 1, 1997, for a one year period with two one year option periods. Anticipated RFP release date is December 31, 1996. CITE: (M-344 SN010093) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: Department of Veterans Affairs, Medical Center, 50 Irving Street, N.W., Washington, DC 20422 SUBJECT: Q -- ADR MONITORING SOL RFP 688-37-97 DUE 122696 POC Joyce Forker, Contracting Officer, (202) 745-8543 DESC: This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice (SIC 8099). This announcement constitutes the only solicitation, Request For Proposal (RFP) being requested and a written solicitation will not be issued. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular #90-42. Offeror shall submit proposal for developing a clinical pharmacy service in the areas of Drug Utilization Evaluation (DUE) and Adverse Drug Reactions (ADR). Submitted proposals should indicate strategies to provide comprehensive clinical support to the Pharmacy Service in the two (2) previously mentioned programs: ADR Monitoring Program: 1. Identify and evaluate retrospectively and prospectively suspected ADR's, 2. expand the existing screening program and conduct activities to foster the detection of ADR as outlined in VAMC policy and procedures, 3. analyze and summarize monthly ADR data, 4. assist in the research and development of enhances systems in ADR detection, evaluation, and reporting, 5. Attend the ADR subcommittee meetings and perform committee activities as required, 6. provide drug information support to the VA staff as required for critical evaluation of ADR, 7. assist in the compilation of reports and presentation materials for review by agencies, i.e. JCAHO. DUE Program: prepare in concert with the DUE subcommittee an annual DUE plan for the VAMC,. 2. develop, in concert with the medical staff, the study criteria and data collection tools for each study as required, 3. assist in conducting the DUE studies which include retrospective and or prospective data collection (and occasionally clinical intervention), analysis of findings, and development or recommendations and conclusions, 4. attend the DUE subcommittee meetings and perform committee activities as required including study presentations, 5. conduct meetings with members of the medical, dental, quality assurance or nursing service as required to facilitate completion of studies, 6. assist in the development and implementation of action plan based on DUE study results; these may include guideline development, newsletter article submission, etc., 7. assist in the compilation of reports and presentation materials for review by agencies, i.e. JCAHO. Offerors should provide documentation for evaluation criteria for the following: A. Education. contractor personnel should: 1. be graduates of a degree program in pharmacy from an American Council on Pharmaceutical Education (ACPE) approved college or university, 2. possess a Pharm. D. or formal post-baccalaureate (M.S., Pharm.D., Ph.D.) hospital oriented degree program recognized by ACPE (or demonstrate equivocal experience), 3. demonstrate advance knowledge of pharmacotherapeutics, pharmacokinetics, patient drug therapy outcome monitoring, drug research design, and the standards related to distribution and control of schedule and non-schedule drugs (i.e. DEA, FDA, VA, JCAHO standards), 4. possess the ability to communicate orally and in writing with a wide variety of individuals (i.e. health care professionals, patients), 5. Full, current and unrestricted license to practice pharmacy in a State, Territory, Commonwealth of the United States (i.e. Puerto Rico), or the District of Columbia. B. Quality of Offeror's Facility/Resources: The offeror should provide descriptive information to include, but not limited to, manpower/staffing, drug information capabilities, secretarial support, and computerization support. C. Management Capabilities and Approach: The offeror should describe management methods to assure the provision of prompt and quality service, including a description of a quality assurance and customer service plan tailored towards this solicitation. D. Past Performance: The offeror should identify all Federal, State, and local government contracts and private contracts of similar scope, size, and complexity that are ongoing, or have been completed within the past 3 years. Provide a list of references pertaining to those contracts. Acceptance time will be 60 days from bid opening date. This will be a firm fixed-price contract. Payment will be made in arrears on certified invoices. The following clauses and provisions are incorporated and applicable to this acquisition: 52.212-1 Instructions to Offerors - Commercial, 52.212-3 Offeror Representations and Certifications - Commercial Items, 52.212-4 Contract Terms and Conditions - Commercial Items, 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items, 52.232-19 Availability of Funds For Next Fiscal Year, 52.232-33 Mandatory Information For Electronic Funds Transfer Payment. Original proposals shall be received no later than 4:00 p.m. EST, December 26, 1996 and submitted on company letterhead to: Joyce Forker, Contracting Officer 90C, VAMC, 50 Irving St.,NW, Washington, DC 20422. FAXED request will not be accepted. CITE: (I-344 SN010144) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: Department of Veterans Affairs Medical Center, A&MMS Service (90C), 1601 Perdido Street, New Orleans, LA 70146 SUBJECT: Q -- PROVIDE MAMMOGRAPHY SERVICES SOL 629-14-97 DUE 022597 POC Gwendolyn Phillips, (504) 589-5284/Carol James, (504)589-5286 DESC: Contract Agencies to provide to eligible patients referred by the Department of Veterans Affairs Medical Center, l60l Perdido Street, New Orleans, Louisiana 70l46 mammography services on an as needed basis, Monday through Friday, except federal holidays. Three awards will be made in the following cities of Louisiana: One award in New Orleans, one award either in Metairie, Harahan, or Kenner, and one award either in Harvey, Gretna, Westwego, or Marrero. This solicitation includes the option to renew for two additional years. All request for bid documents must be in writing. Issue date January 10, 1997. Bid Opening will be held on February 27, 1997 at 2:00 PM, at the Department of Veterans Affairs Medical Center, l60l Perdido Street, Building 2, Room 407, New Orleans, Louisiana. This procurement is subject to the availability of funds and a 90 day bid acceptance period is mandatory. CITE: (I-344 SN010153) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Department of Natural Resources, P.O. Box 94396, Baton Rouge, LA 70804-9396 SUBJECT: R--TECHNICAL ENGINEERING ASSISTANCE FOR THE INSTITUTIONAL CONSERVATION PROGRAM SOL RFP No. 431ES-97-03 DUE 012797 POC Katie Alford (504) 342-2529 or (504) 342-4513. DESC: The Department of Natural Resources is requesting proposals from interested, qualified persons or firms (including public agencies and institutions) to provide technical engineering assistance for the Institutional Conservation Program (ICP) in the review, ranking and monitoring of projects to be funded through the ICP. CITE: (M-344 SN009998) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: 3rd SVS/SVXA, Bldg 6-920, Elmendorf AFB, AK 99506-2550 SUBJECT: R--SPONSORSHIP/IN KIND DONATIONS FOR OFFICERS CLUB VALENTINES SWEETHEART DINNER SOL SVS-SCS-100-96 DUE 013197 POC Shani Johnson, (907) 552-5900, FAX (907) 552-9250. DESC: We are soliciting in-kind donations or sponsorship for the Officers Valentines Sweetheart Dinner, to be held at the Officers Club on February 14, 1997. The event will be open to all members and their guest by reservation. They will receive a gourmet meal served in style. We are asking for sponsorship/in-kind donations of prizes to give away. We are asking for donations of Desserts, possibly chocolates. The total sponsorship for this package is $300.00. We will accept any donations. The sponsor will be allowed to display banners and information at the event. Advertising in all areas on the base will be done. Representation from the sponsor for the event drawings will also be accepted and encouraged. All offers will be considered. More than one sponsor/donation may be accepted and additives will be considered. Requests for copies of this solicitation must be received not later than 31 January 1997. This is a solicitation for commercial sponsorship/donation by a nonappropriated fund instrumentality of the United States Government. It does not obligate appropriated funds of the Government. CITE: (M-344 SN009999) [Commerce Business Daily: Posted December 09, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Clerk Of The House, U.s. House Of Representatives, H-154 U.s. Capitol Bldg., Washington, Dc 20515 SUBJECT: R--STENOGRAPHIC SERVICES SOL FCLK970007 DUE 010697 POC G. Vans 202-225-7000; Contracting Officer, Robin H. Carle, Clerk 202-225-7000 DESC: The purpose of the solicitation is to establish a Blanket Purchase Agreement (BPA) relationship with a private entity or entities to provide supplemental stenographic reporting services, in Washington, D.C., on an as-needed basis, for specified Committees and Subcommittees of the House of Representatives. The IFB calls for on-site reporting of assigned hearings, subject to regulations and specifications supplied by the Office of the Clerk, for a base period ending December 31, 1997. Prior to award, bidders must provide, and submit with offer, pricing and organizational qualifications. No telephone requests for an IFB will be accepted but requests can be faxed to 202-225-1776. CITE: (W-344 SN010001) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: 3rd SVS/SVXA, Bldg 6-920, Elmendorf AFB, AK 99506-2550 SUBJECT: R--SPONSORSHIP/IN KIND DONATIONS FOR OFFICERS CLUB WINTER CRUD TOURNAMENT SOL SVS-SCS-101-96 DUE 010397 POC Shena Jones, (907) 552-5900, FAX (907) 552-9250. DESC: We are soliciting in-kind donations or sponsorship for the Officers Club Winter Crud Tournament. The event will be held at the Officers Club on January 17, 1997, and will run through the next 5 Fridays. The event will be open to all eligible club members and their guests. The tournament will consist of twelve teams that compete by double elimination. We are asking for sponsorship/in-kind donations of prizes to give away. We are asking for donations of T-shirts and hats for participants with the 3RD wing logo, approximately 40 of each. The total sponsorship package is $200.00, but we will accept any donations. The sponsor will be allowed to display banners and information at the event. Advertising in all areas on the base will be done. Representation from the sponsor for the event drawings will also be accepted and encouraged. All offers will be considered. More than one sponsor/donation may be accepted and addition will be considered. Requests for copies of this solicitation must be received not later than 1 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-344 SN010013) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Office of Personnel Management, 1900 E Street NW., Room SB427, Washington, DC 20415 SUBJECT: R--ECONOMIC CONSULTANT SOL OPM-SFO-97-00022RDH DUE 011597 POC Ray Hesson, (202) 606-1045. DESC: The Office of Personnel Management (OPM) plans to issue a competitive solicitation for Economic Consultant Services. The consultant(s) works as technical advisor on cost-of-living allowances (COLA), based on living cost differences payable to most Federal white-collar and U.S. Postal Service employees, Alaska, Hawaii, Guam and the Commonwealth of the Northern Mariana Islands, Puerto Rico and the Virgin Islands. This is an effort to resolve issues related to the COLA Program, the measurement of living costs and to assist preparing OPM for its report to Congress, which is required by PL 102-141 as amended. OPM's established Working Group anticipates the consultant shall attend and participate in all Technical Advisor Group (TAG) meetings on economic issues concerning COLA and related compensation issues, OPM concerns, and provide OPM with verbal and written reports of the meetings and issues discussed. With approval, the consultant may hire or subcontract with other personnel to perform support functions but only to the extent that such support does not jeopardize the quality, thoroughness; professionalism of the overall work performed. The Government will make award to the responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government considering cost or price factors. For this solicitation, technical quality will be given a greater priority. Technical proposals will be rated in terms of the quality and relevance of information presented. Proposals will be evaluated according to the following factors, professional qualifications, work experience, and testimony and presentations. All responsible sources may submit a proposal which may be considered by the agency. The period of performance shall be one year from date of award with the inclusion of a one-year option period if exercised. This requirement has been set aside for participation by Small Business concerns only. The Standard Industrial Classification Code is 8742 with average annual receipts not exceeding $5.0M for the preceding three years. All requests must be submitted in writing. Telephone requests will not be accepted. Requests may be sent to the above address or faxed to (202) 606-1464. The solicitation will simultaneously be available for downloading over the internet at OPM's Web site http://www.opm.gov/procure/. CITE: (M-344 SN010015) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: US ARMY ENGINEER DISTRICT, FTW, P O BOX 17300, 819 TAYLOR ST, FT. WORTH TX 76102-0300 SUBJECT: R--PROPERTY MANAGEMENT AND REAL ESTATE BROKERAGE SERVICES, HOMEOWNERS ASSISTANCE PROGRAM SOL DACA63-97-B-0007 DUE 010897 POC Contract Specialist SUZANNE WRIGHT (817) 978-2131 (Site Code DACA63) DESC: The U.S. Army Engineer District, Fort Worth, Texas, intends to issue a sealed bid for the purpose of obtaining property management and real estate brokerage services for the Homeowner's Assistance Program at Fort Polk, LA. The Government contemplatesaward of a firm fixed price indefinite quantity service contract for a base year with three one year option periods. This is 100% small business set aside. The size standard to qualify as a small business is $1.0 million under SIC code 6531. The services ae for single and multi-family properties acquired by the Government from individuals previously associated with the Fort Polk installation. Services include listing properties on MLS, conducting market analysis, maintenance, clean- up, repairs, lawn care, winterizing and minimum security (locks and board- ups). Contractor will receive a sales commission for selling properties at the local area rate. There will be an etimated 161 properties assigned for management and sale during the possible four year contract period. The contractor must have an office located either in Leesville, DeRidder, or any location in between and be able to manage properties in both Beauregard nd Vernon Parish. Award will be made to the lowest, responsive and responsible bidder. Solicitation will be issued on or about 16 December 1996, and bid opening date will be on or about 15 January 1997. See Note 1. All responsible sources may submit a bid which shall be considered by the agency. No express mail procedures will be utilized on initial mailing of solicitation packages. CITE: (I-344 SN010046) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: US ARMY ENGINEER DISTRICT, FTW, P O BOX 17300, 819 TAYLOR ST, FT. WORTH TX 76102-0300 SUBJECT: R--PROPERTY MANAGEMENT AND REAL ESTATE BROKERAGE SERVICES, HOMEOWNERS ASSISTANCE PROGRAM, CANNON AFB, CLOVIS, NM SOL DACA63-97-B-0009 DUE 012997 POC Contract Specialist MELANIE M HUBBARD (817) 978-3114 (Site Code DACA63) DESC: The U.S. Army Engineer District, Fort Worth, Texas, intends to issue a sealed bid for the purpose of obtaining property management and real estate brokerage services for the Homeowner's Assistance Program at Cannon AFB, Clovis, NM. The Government conemplates award of a firm fixed price indefinite quantity service contract for a base year with three one year option periods. This is a 100% small business set aside. The size standard to qualify as a small business is $1.0 million under SIC code 6531. Theservices are for single and multi-family properties acquired by the Government from individuals previously associated with the Cannon AFB installation. Services include listing properties on MLS, conducting market analysis, maintenance, clean-up, repairs, lawn care, winterizing and minimum security (locks and board-ups). Contractor will receive a sales commission for selling properties at the local area rate. Ther will be an estimated 198 properties assigned for management and sale during the possible four year contract period. The contractor must have an office centrally located between Curry and Roosevelt Counties and could be up to 50 miles. Award will be made t the lowest, responsive and responsible bidder. Solicitation will be issued on or about 30 December 1996, and bid opening date will be on or about 29 January 1997. See Note 1. All responsible sources may submit a bid which shall be considered by the agency. No express mail procedures will be utilized on initial mailing of solicitation packages. CITE: (I-344 SN010054) [Commerce Business Daily: Posted December 09, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: USDA Forest Service, P&P, Room 706 RP-E, P.O. Box 96090, Washington, DC 20090-6090 SUBJECT: R--NATIONAL RECREATION RESERVATION SYSTEM SOL FS-WO-97-07 DUE 032097 POC Carol A. Holtz, E-Mail: /s=nrrs/ou1-w01b@mhs-fswa.attmail.com DESC: The Forest Service requires a service contract to develop, implement, and operate a multi-agency national recreation reservation service (NRRS). This will include a contractor- provided, state-of-the-art reservation service complete with facilities, personnel, marketing, materials, equipment, communications, information distribution, and financial transaction record processing. The reservation service will provide opportunities for customers to reserve, in advance, specific Federal recreation faciities or activities operated and managed by the Bureau of Land Management, Corps. of Engineers, and Forest Service. The NRRS will allow the public to make reservations through a toll-free number, through the Internet, and at specific field locations. Interested parties may access the Forest Service HomePage to obtain a full text copy of this solicitation: "http://www.fs.fed.us/recreation/ nrrs_rfp". Interested parties may contact the agency to obtain a computer disc (IBM compatable) or hardcopy of the solicitation. There are limited amounts of computer discs and hardcopy documents available for distribution for this RFP. LINK http://www.fs.fed.us/recreation/nrrs_rfp LINKDESC: EMAIL /s=nrrs/ou1-w01B@mhs-fswa.attmail.com EMAILDESC: CITE: (W-344 SN010061) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 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 SKILLS DEVELOPMENT CENTER CERAMIC CONTEST SOL SVS-SCS-102-96 DUE 020397 POC Shani Johnson, (907) 552-5900, FAX 907 (552-9250. DESC: We are soliciting in-kind donations or sponsorship for the Skills Development Center Ceramic Contest, to be held on February 15, 1997. The Contest will consist of four categories with no more than three items per category. The event is open to military family members, youth family members, and ceramic craters. We are asking for sponsorship/in-kind donations of $700.00 to cover the expenses of this event. Which we are requesting the following items, refreshments, a savings bond for $200.00, and three plaques. 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 03 February 1997. This is a solicitation for commercial sponsorship/donation by a nonappropriated fund instrumentality of the United States Government. It does not obligate appropriated funds of the Government. CITE: (M-344 SN010067) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: 375 CONS/LGCV, 102 E. Martin St., Room 216, Scott AFB, IL 62225-5015 SUBJECT: R--DESIGN AND PROCURE FOR RENT A TRADE SHOW TYPE DISPLAY FOR THE AIR FORCE ASSOCIATION'S 50TH ANNIVERSARY PROGRAM SOL F11623-97-T0718 DUE 011197 POC Sgt Lou Duarte, Contract Specialist, (618) 256-1500 ext 407. DESC: Services, non personal to furnish all labor, tools, parts, materials, facilities and transportation necessary to provide design, rental, installation, and tear down of a trade show display for Air Mobility Command Headquarters at the Air Force Associations USAF 50th Anniversary Celebration, 22/26 April 1997, at the Las Vegas, Nevada Convention Center. Note Number 1. CITE: (M-344 SN010102) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Commander, Naval Air Warfare Center Weapons Division, Code 220000E, 521 N. 9th Street, Point Mugu, CA 93042-5001 SUBJECT: R -- ENGINEERING AND TECHNICAL SUPPORT SERVICES OF RESEARCH, DEVELOPMENT, TEST AND EVALUATION (RDT&E) OF SEA RANGE INSTRUMENTATION SOL N68936-97-R-0053 DUE 021197 POC Lenette Santana, Contract Specialist, 805-989-0555 Rena Mueller, Contracting Officer, 619-939-8176. DESC: This is a modification to add Numbered Note 26 to RFP N68936-97-R-0053 issued in the CBD on 29 Nov 97. CITE: (I-344 SN010148) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Department of Energy, Miamisburg Environmental Management Project Office, P.O. Box 3020, Miamisburg, Ohio 45343-3020 SUBJECT: R--PROVIDE SERVICES TO SUPPORT THE IMPLEMENTATION OF THE MOUND 2000 PROCESS IN SUPPORT OF MIAMISBURG ENVIRONMENTAL MANAGEMENT PROJECT SOL DE-AF24-97OH00009 DUE 122096 POC Lisa G. Polland, Purchasing Agent, (937) 847-5215. DESC: DOE intends to issue a purchase order to Mr. Richard A. Neff, Wilmington, OH to provide support for the development of potential release site evaluation packages and the design and implementation of innovative technologies at the Mound Facility. Anticipated period of performance is December 31, 1996-December 30, 1997. See Numbered Note 22. CITE: (M-344 SN010186) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: NCCOSC RDTE Division, Code D214B, 53570 Silvergate Avenue, Bldg. A33, San Diego, CA 92152-5113 SUBJECT: R -- CORRECTION:ENGINEERING TECHNICAL SERVICES SOL N66001-97-Q-0160 DUE 122696 POC POC Ms. Angela King, Code D221, Purchasing Agent, 9619)553-5829. DESC: Original synopsis appeared in CBD dtd 12/09/96, correct Standard Industrial Code (SIC) to read 8711 - $20.0M. CITE: (I-344 SN010203) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Commander, USAINSCOM SPT BN (PROV), ATTN: DCO 8825 Beulah Street, Fort Belvoir, VA 22060-5246 SUBJECT: R--INSTALLATION OF CARPET SOL DASC01-97-R-0003 DUE 121996 POC Alice Kenny, (703) 706-2778/Contracting Officer, Cheryl Jamison, (703) 706-2766. DESC: This is a combined synopsis/solicitation for a commercial item (service) prepared in accordance with Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a result for proposal (RFP). The solicitation document incorporates provisions and clauses that are those in effect through Federal Acquisition Circular 90-42. This is a 100% small business set-aside. The Standard Industrial Classification code is 1752. The statement of work is as follows. Scope: The contractor shall remove and install approximately 19,755 square yards of Government furnished carpet and associated materials for the Nolan Building located at 8825 Beulah Street, Ft Belvoir, VA 22060. Requirements: 1.0 General Requirements 1.1 A pre-installation conference will be held to coordinate schedule of installation and worksite unique security requirements. 1.2 All work shall be performed Monday through Friday: 5:00 p.m. through 2:00 a.m. and on weekends: 8:00 a.m. through 5:00 p.m. 1.3. All work shall be accomplished in a manner to keep disruption to a minimum level. 1.4 Installation shall be sequential and the contractor shall coordinate all scheduled work with the designated government representative. 1.5 All contractor employees shall be escorted while on the work site, as applicable, due to security requirements. 1.6 The contractor shall use a vertical lift system when working with the existing UNICORE modular furniture. Disassembly of wall panels is prohibited. Movement of any equipment to facilitate carpet removal or installation is also prohibited unless the designated government representative consents. No crow bars, levers, wooden blocks, hydraulic or other prying devices shall be used on any furniture. 1.7 Any areas begun during the work shift shall be completed by the end of the work shift and all furniture returned to its original locations. Each nightly transition of new and old carpet shall integrate cleanly with no open floor areas or trip hazards. 1.8 The contractor shall, after each installation session, clear all debris from the work site and vacuum the area. 1.9 Upon completion of carpet installation the Government designated representative will inspect and verify that all work is complete. All work found unacceptable shall be removed, replaced and reinstalled at no cost to the Government within one working day. 2.0 Removal of Existing Carpet 2.1 The contractor shall remove existing carpet tile/broad loom carpet in accordance with standard commercial practices for each area to be recarpeted during that work shift. 2.2 all old material shall be removed and recycled or otherwise properly disposed of by the contractor. 2.3 The existing edge stripping and carpet matting in the lobby and any adhesive residue on the floor shall be removed. 3.0 Installation of New Carpet 3.3.1 Removal of existing carpet and installation of new carpet shall occur as follows: a. Begin January 15, 1997-Floor B2 b. Begin February 15, 1997-Floor B1 c. Begin March 15, 1997-Floor GF and d. Begin April 15, 1997-Floor 2. 3.3.2 All carpeting shall be installed via the full spread method using pressure sensitive solvent free (non-VOC) adhesive. 3.3.3 The carpet tile shall be installed so as to ensure modular integrity (one contiguous floor without regard to walls or partitions). Use of piece tiles shall be limited to installation along fixed walls. Piece tiles shall not be used in open areas. 3.3.4 The cove base shall be installed with solvent free (non-VOC) adhesive. 3.3.5 All transition strips/reducers shall be installed using solvent free (non-VOC) contact adhesive film. 3.3.6 All access covers shall be carpeted using solvent free (non-VOC) contact adhesive film. 3.3.7 The modular mat frame for the lobby level shall be custom fabricated on site. Design of the frame and its location shall be consistent with existing layout and coverage. Frame shall be constructed to provide a continuous, contiguous appearance when carpet tile is installed. Carpet tile shall be installed within the frame in full pieces to provide ease of replacement (except in oversized areas). 3.3.8 The contractor shall provide a one year labor and materials warranty on workmanship. Final inspection and acceptance is at destination. The following Federal Acquisition Regulations (FAR) provisions and clauses apply to this solicitation: FAR 52.212-1 Instructions to Offerors--Commercial Items (Oct 1995). FAR 52.212.2, Evaluation--Commercial Items (Oct 1995), with the following evaluation criteria to be included in paragraph (a): (i) lowest price and (ii) past performance. Importance of the specific evaluation criteria is in descending order and will be based on information submitted in response to this RFP. It is recommended that information be included that demonstrates that the service offered meets all of the solicitation requirements; FAR 52.212-3, Offeror Representations and Certifications--Commercial Items (Oct 1995); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Oct 1995), to include 52.222-3, Convict Labor, 52.233-3, Protest after Award, 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I, FAR 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity, 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era. Addenda to the solicitation includes: FAR 52.237-1 Site Visit (APR 1984), DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items (Nov 1995) DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Applicable to Defense Acquisitions or Commercial Items (Nov 1995). In compliance with the said clause the following additional DFARS clauses are incorporated as part of this acquisition: DFARS 252.233-7000, Certification of Claims and Requests for Adjustment or Relief. DFARS 252.247-7024, Notification of Transportation Supplies by Sea. DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate, DFARS 252.225-7006, Buy American Act and Balance of Payment Program. A site visit is highly recommended prior to proposal submission. The only site visit date is Dec 12, 1996. POC is Greg Gray (703) 706-2252. The place is the Nolan Building located at 8825 Beulah Street, Ft Belvoir, VA. All responsible sources should submit a proposal to the U.S. Army Intelligence and Security Command (INSCOM), Directorate of Contracting Operations, ATTN: Alice Kenny, 8825 Beulah Street, Ft Belvoir, VA 22060-5246. Proposals shall be received by 1:00 p.m., December 9, 1996. Special proposals requirements: 1. Include 3 project references with size, date and customer contact with phone number in the proposal. 2. Provide verification of both workmen's compensation for all employees staffing the project. 3. Provide certification for non-VOC adhesives to be used in carpet installation. See Numbered Note(s): 1. CITE: (M-344 SN010212) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services--Potential Sources Sought OFFADD: Pension Benefit Guaranty Corporation, Procurement Department (PD), 1200 K Street, N.W., Suite 1090, Washington, DC 20005-4026 SUBJECT: R-DATABASE INFORMATION RETRIEVAL SERVICES POC SOL N/A DUE 120996 POC Contact Contract Specialist, Jean Dyson 202/326-4160 DESC: The Pension Benefit Guaranty Corporation (PBGC) intends to issue a Delivery Order against an existing Basic Order Agreement to renew a subscription with LEXIS-NEXIS for the continued use and access of their database by Radio Marti Program Washington DC. This subscription is for online electronic retrieval from database which gives text access to legal information (Lexis) and news from over 140 national international publications and wire services (NEXIS). Services will be continued through September 30, 1997. All responsible sources may respond. Written responses should include price and technical data sufficient to determine capability. No telephone calls will be accepted. No award will be based on offer or proposal received in response to this notice. NO SOLICITATION DOCUMENT EXISTS. Estimated Usage $85,000.00 CITE: (I-344 SN010058) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services--Potential Sources Sought OFFADD: Pension Benefit Guaranty Corporation, Procurement Department (PD), 1200 K Street, NW, Suite 1090, Washington, DC 20005-4026 SUBJECT: R--DATABASE INFORMATION RETRIEVAL SERVICES POC SOL N/A DUE 120996 POC Contact Contract Specialist, Jean Dyson 202/326-4160 DESC: The Pension Benefit Guaranty Corporation (PBGC) intends to issue a Delivery Order against an existing Basic Order Agreement to renew a subscription with West Publishing Co./West Services, Inc. for the continued use and access of their database by Washington, DC. This subscription is for single online access to be computer assistant legal research service with over 2000 databases covering primarily legal and related subjects from diverse areas ranging from court opinions to statutes, regulations and the like. Service will be continued through September 30, 1997. West Publishing Co./ West Services, Inc. was found to be the most responsible source for databases. All responsible sources may respond. Written responses should include price and technical data sufficient to determine capability. No telephone calls will be accepted. No award will be based on offer or proposal received in response to this notice. NO SOLICITATION DOCUMENT EXIST. Estimated Usage $113,125.00 CITE: (I-344 SN010059) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services--Potential Sources Sought OFFADD: Nellis AFB, SVS/SVXS, 4420 Grissom Avenue, Suite 205, Nellis AFB, NV 89191-6524 SUBJECT: R--SPONSORSHIP FOR YOUTH ACTIVITIES AT NELLIS AIR FORCE BASE DUE 013197 POC Ms. Ronda J. Hargrove, (702) 652-2739, Director of Commercial Sponsorship. DESC: The Nellis Air Force Base Services Squadron is seeking sponsorship for our youth activities programs. These include: youth sports seasons, parties with bowling, skating, miniature golf and meals, one-day ski trips, Six Flag Magic Mountain trip, Universal Studios tour, and numerous other special events. We also need sports equipment and brick dirt for our ball fields. Nellis AFB has a great youth program with high participation and attendance. Specific numbers and demographics are available upon request. Financial support is desired to offset expenses. Other offers will be considered, as will co-sponsors. Requests for copies of the solicitation must be received by January 31, 1997. Please submit request to Ms. Ronda Hargrove, Director of Commercial Sponsorship, 4420 Grissom Avenue, Suite #205, Nellis AFB, NV 89191-6524, or call (702) 652-2739, FAX (702) 652-8183 with questions. This is a solicitation for commercial sponsorship by a nonappropriated instrumentality of the United States Government. It does not obligate funds of the Government. CITE: (M-344 SN010109) [Commerce Business Daily: Posted December 09, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services--Potential Sources Sought OFFADD: U.S. Postal Service, Purchasing And Materials Service Center, Attn: Manager, P.O. Box 40592, Philadelphia, PA 19197-0592 SUBJECT: R--INFORMATIONAL MEETING TO EXPLORE RETAIL PACAKAGING PRODUCTS. DUE 121296 POC Shibaji Chakraborty (215) 931-5186 or B.R. Fowlkes (215) 931-5157 DESC: USPS Allegheny Area will hold an informational meeting to explore a retail pacakaging product supply system for the Allegheny Area. These are mailing type products for resale at Post Office counters. A consignment arrangement is contemplated to include value added services such as accounting and management controls. Meeting will conducted on 12/16/96 at 10 AM at USPS, Pittsburgh Area Office, 1 Marquis Plaza, 5315 Campbells Run Road, Pittsburgh, PA 15277. Contact Shibaji Chakraborty at 215-931-5186 or B.R. Fowlkes at 215-931-5157 if you plan to attend (2 attendees only, per company). CITE: (W-344 SN010195) [Commerce Business Daily: Posted December 09, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services--Potential Sources Sought OFFADD: U.S. Postal Service, Purchasing And Materials Service Center, Attn: Manager, P.O. Box 40592, Philadelphia, PA 19197-0592 SUBJECT: R--INFORMATIONAL MEETING TO EXPLORE RETAIL PACAKAGING PRODUCTS. DUE 121296 POC Shibaji Chakraborty (215) 931-5186 or B.R. Fowlkes (215) 931-5157 DESC: USPS Allegheny Area will hold an informational meeting to explore a retail pacakaging product supply system for the Allegheny Area. These are mailing type products for resale at Post Office counters. A consignment arrangement is contemplated to include value added services such as accounting and management controls. Meeting will conducted on 12/16/96 at 10 AM at USPS, Pittsburgh Area Office, 1 Marquis Plaza, 5315 Campbells Run Road, Pittsburgh, PA 15277. Contact Shibaji Chakraborty at 215-931-5186 or B.R. Fowlkes at 215-931-5157 if you plan to attend (2 attendees only, per company). CITE: (W-344 SN010196) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Officer In Charge, NAVFAC Contracts, 520 Turner Street, Pensacola, FL 32508-5225 SUBJECT: S--INTERIOR PAINTING OF FAMILY HOUSING, PENSACOLA NAVAL COMPLEX, PENSACOLA, FL SOL N65114-96-B-2230 DUE 010997 POC Technical inquiries prior to bid opening must be submitted in writing to the address listed above, or faxed to (904) 452-4505, Attention: Lula Daniel, Contract Specialist, Code 262.1 DESC: Work to include includes the interior painting of Family Housing units. This is an Indefinite Quantity Contract. It has a base period with two (2) options for a total of 36 months duration. Plans are available until supply is exhausted. There is a $30.00 Non-refundable fee per set of plans. To obtain plans, forward your company check or money order payable to the Navy Industrial Fund. Cash and personal checks will not be accepted. Planholders lists will be U.S. mailed (not faxed) upon written request only. Hours for picking up plans from the office location (520 Turner Street) are 9:00 a.m. to 10:00 a.m. and 2:00 p.m. to 3:00 p.m CITE: (I-341 SN009766) [Commerce Business Daily: Posted December 09, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Department of Army, New England Division, Corps of Engineers, 424 Trapelo Road, Waltham, Massachusetts 02254-9149 SUBJECT: S--RECREATION FACILITIES MAINTENANCE SERVICES SOL DACW33-97-B-0004 DUE 021197 POC Julie Mackley, 617-647-8413 DESC: Furnish all labor, equipment and materials necessary to perform recreation facilities maintenance services, Hop Brook Lake, Middlebury, Connecticut. Services shall be performed between April 1, 1997 and October 30, 1997, with options for two additional recreation seasons. Specifications available on or about 010697 at no charge. The proposed contract listed here is a 100% small business set-aside. The average annual receipts of a concern and its affiliates for the preceding three fiscal years must not exceed $12,000,000.00. All responsible sources may submit a bid which will be considered by the New England Division EMAIL Julie.E.Mackley@USACE.Army.Mil EMAILDESC: CITE: (W-344 SN009873) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: 50 CONS/LGCV, 66 Falcon Parkway, Suite 49, Falcon AFB, CO 80912-6649 SUBJECT: S--ELEVATOR MAINTENANCE AT FALCON AFB, CO SOL FA255096QY041 DUE 011397 POC Patty Grammer, (719) 567-3812 (Contract Specialist), or TSgt Albertine Honore', (719) 567-3898. DESC: Synopsis No. 96-013 for elevator maintenance at Falcon Air Force Base Colorado, advertised as a combined synopsis/solicitation for acquisition under FAR Part 12, Acquisition Of Commercial Items is withdrawn. Commercial items application is not applicable to this solicitation. This requirement is now being advertised for solicitation under the simplified acquisition procedures and will be awarded as a purchase order with a base year with two option periods. The requirement is advertised as Elevator Maintenance at Falcon AFB CO--Nonpersonal services to perform monthly preventive inspection/maintenance for Falcon AFB CO for the period of 1 Feb 97 through 30 Sep 97 with two one year option periods. The Government contemplates award of a firm-fixed price purchase order as a result of this solicitation. A National Agency Check (NAC) will be required for all contractor employees. This proposed acquisition is unrestrictive and open to all business sizes. Interested parties requesting a statement of work shall contact Patty Grammer at (719) 567-3812 or TSgt Albertine Honore' at (719) 567-3898 for questions. CITE: (M-344 SN009983) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Facilities Support Contracts, Public Works Division, Marine Corps Air Station, Beaufort, SUBJECT: S -- CARPET CLEANING SERVICES FOR LAUREL BAY AND PINE GROVE HOUSING AREAS, LAUREL BAY SCHOOLS 1 & 2, AND VARIOUS BUILDINGS AT THE RINE CORPS AIR STATION, BEAUFORT, S.C. SOL N62467-97-B-4921 DUE 012397 POC Debbie Foss, Contracting Officer, (803) 522-7678, LCDR J.A. ANGELL,II Contracting Officer, (803) 522-7072. DESC: This solicitation is to obtain carpet cleaning services for Laurel Bay and Pine Grove Housing areas, Laurel Bay Schools 1 and 2, and Various Buildings at Marine Corps Air Station, Beaufort, South Carolina by means of an Indefinite Quantity Contract. The contractor shall furnish all labor, supervision, tools, materials, equipment, transportation, and management necessary to provide this service. The proposed contract listed herein is being considered for 100 percent set-aside for small business concerns. If adequate interest is not received from small business concerns, the solicitation will be issued as an unrestricted procurement. Therefore replies to this notice are requested from all types of business to be solicited in the event a small business set-aside is not made; (e.g. all small business concerns, all business concerns, etc.) as well as from SDB concerns. All responsible sources may submit a request in writing for a solicitation package . Requests shall have company name, address, phone number, and solicitation number. CITE: (I-344 SN010172) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: GSA, Property Management Contracts Branch, 5PMC Room 3324 (M/S 33-3), 230 South Dearborn Street, Chicago, Illinois 60604-1696, (312) 353-7619 SUBJECT: S--JANITORIAL SERVICES AT THE MINTON CAPEHART FEDERAL BUILDING, 575 N. PENNSYLVANIA, INDIANAPOLIS, IN SOL GS05P97GAC0029 DUE 013097 POC Questions may be directed to Geraldine M. Jordan, Contract Specialist (312) 353-7619. DESC: Provide all management, supervision, labor, materials, supplies, and equipment necessary to provide custodial and related services at the Minton Capehart Federal Building, 575 N Pennsylvania, Indianapolis, IN. Performance period is for one year with four one year options for a possible five year contract. Estimated start date is April 1, 1997. Contact the Contract Specialist listed above, by mail, fax (312) 886-1986, or phone to obtain solicitation copies. You may also submit E-mail requests to GERALDINE.JORDAN@GSA.GOV. Please include the project number and your mailing address in your E-mail request. This project is a small business set-aside. All responsible sources who qualify may submit an offer for consideration. CITE: (M-344 SN010192) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 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 Jacket 504-805 DUE 121896 POC Debbie Rozdzielski (215) 364-6465; Contracting Officer--James T. Reingruber (215) 364-6465. DESC: One time procurement for the Department of the Navy--nationwide production area. Requirements are for 100,000 copies of a 52 page saddle-stitched pamphlet with a separate wrap-a-round cover, printed in 4 color process, black and Pantone 873 plus varnish. Trim 8-1/2 x 11". Proofs required. Ship FOB Contractor City to 33 nationwide destinations. Quality Level II. Copy pickup at GPO Southampton on December 23, 1996. Deliver February 11, 1997. Request Invitation for bid on firm's letterhead, Attn: Bid Request or FAX (215) 364-6478. CITE: (M-344 SN010068) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: San Francisco Regional Printing Procurement Office, U.S. Government Printing Office, 536 Stone Road, Suite I, Benicia, CA 94510-1170 SUBJECT: T--MARGINALLY PUNCHED CONTINUOUS FORMS SOL Program 1996-S DUE 010697 POC Contract questions: Richard Lee, (707) 748-1970. Contracting Officer: J. O'Connor. DESC: Single award contract, from 2/1/97 to 1/31/98--for U.S. Postal Service--product delivers within San Francisco metro area--(blank) marginally punched continuous forms for IBM 3900 computer: approx. 4 to 10 (avg. 6) orders per year, for approx. 4,290,000 forms (66 rolls) per order-- 12 x 8-1/2"--no printing--drill 6 holes per form; or no holes--operations include prior-to-production samples, perforating, drilling, packaging, palletizing, delivery--15 to 20 workday production schedule--bid request on firm's letterhead. CITE: (M-344 SN010072) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: National Cancer Institute, Research Contracts Branch, Office of the Chief, 6120 Executive Blvd., EPS/608 Bethesda, Maryland 20892-7222 SUBJECT: T -- EATING HINTS SOL NCI-CO-76201-71 DUE 011597 POC Diane Stalder, Procurement Technician, 301/496-8268. DESC: This modification is to correct the bid opening date for solicitation number NCI-CO-76201-71 from 01/15/96 to 01/15/97. No collect calls will be accepted. See Numbered Note(s): 1. CITE: (I-344 SN010151) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: National Cancer Institute, Research Contracts Branch, Office of the Chief, 6120 Executive Blvd., EPS/608 Bethesda, Maryland 20892-7222 SUBJECT: T -- RADIATION THERAPY AND YOU SOL NCI-CO-76202-71 DUE 011797 POC Diane Stalder, Procurement Technician, 301/496-8268. DESC: This modification is to correct the bid opening date for solicitation number NCI-CO-76202-71 from 01/17/96 to 01/17/97. No collect calls will be accepted. See Numbered Note(s): 1. CITE: (I-344 SN010152) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: National Cancer Institute, Research Contracts Branch, Office of the Chief, 6120 Executive Blvd., EPS/608 Bethesda, Maryland 20892-7222 SUBJECT: T -- CHEMOTHERAPY AND YOU SOL NCI-CO-76203-71 DUE 012197 POC Diane Stalder, Procurement Technician, 301/496-8268. DESC: This modification is to correct the bid opening date for solicitation number NCI-CO-76203-71 from 01/20/96 to 01/21/97. No collect calls will be accepted. See Numbered Note(s): 1. CITE: (I-344 SN010154) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: National Cancer Institute, Research Contracts Branch, Office of the Chief, 6120 Executive Blvd., EPS/608 Bethesda, Maryland 20892-7222 SUBJECT: T -- WHAT ARE CLINICAL TRIALS ALL ABOUT? SOL NCI-CO-76205-71 DUE 012497 POC Diane Stalder, Procurement Technician, 301/496-8268. DESC: This modification is to correct the bid opening date for solicitation number NCI-CO-76205-71 from 01/24/96 to 01/24/97. No collect calls will be accepted. See Numbered Note(s): 1. CITE: (I-344 SN010155) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: 325th Contracting Squadron, 501 Illinois Avenue, Suite 5, Tyndall AFB, FL 32403-5526 SUBJECT: U--DEVELOP RELIABILITY-CENTERED MAINTENANCE GUIDES FOR VARIOUS FIRE PROTECTION SYSTEMS SOL F0863797R6002 POC Ginny Garner, Contract Specialist, (904) 283-2974, FAX (904) 283-8491, Mr. Carroll, (904) 283-8661, Contracting Officer. DESC: A technical engineering effort to develop reliability-centered maintenance requirements for fire protection systems (including fire alarm and detection systems, fire reporting systems, automatic sprinkler systems, standpipe systems, foam-water sprinkler systems, other form water systems, gaseous extinguishing systems, and dry and wet chemical systems) is being considered by the Air Force. The program objective is to identify the minimum number of maintenance tasks and greatest frequency intervals possible to deliver not less than a 99% system reliability through reliability centered analysis. The work requires the services necessary for the preparation of a Military Handbook on Maintenance of Fire Protection Systems. The proposed solicitation shall require offerors to identify their technical capabilities including but not limited to technical resumes, corporate management experience, and other pertinent personnel. A Firm Fixed Price contract is contemplated. This solicitation is 100% set-aside for small business. See note 1. Tentative issue and closing dates are 8 Jan 97 and 10 Feb 97, respectively. All requests for solicitations must be submitted in writing and must include business size. The standard industrial classification code is 8999 with an average of $5.0M earnings over the last three fiscal years. No telephone requests shall be accepted. CITE: (M-344 SN010012) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: Department of the Treasury, Internal Revenue Service, (M:P), 6009 Oxon Hill Road, Suite 700, Oxon Hill, MD 20745 SUBJECT: U--RESEARCH AND WRITING FOR PARALEGALS SOL TIRNO97Q00022 DUE 123096 POC Contract Specialist, Ida Cofield, 202-283-1162 DESC: The Internal Revenue Service intends to issue a purchase order on a sole-source basis to Legal Education Ltd. (LEL) for the following service: The contractor shall conduct two courses consisting of four days each. The programs will take place Februar 25-28, 1997 at the Regional Training Center in Cincinnati Ohio, and May 6-9, 1997 at the Seelback Hotel in Louisville, Kentucky. The class hours shall be from 1:00 PM to 5:00 PM on day one and from 8:30 AM to 3:00 PM on day two and day three. The instructr will conduct individual consultation sessions with each participant between the hours of 3:00 pm to 6:00 PM on day two and three. On day four the instructor will conduct individual consultation sessions for the remainder of the participants. The instructor shall present the course using lecture, specific Chief Counsel related exercises and examples, as well as one- to-one instructor feedback sessions with the articipants. The contractor will provide one set of materials for each participant: "Mightier Than the Sword-Powerful Writing for the Legal Profession, Legal Research-Without Losing Your Mind and Citing and Typing The Law." The contractor will be responsibe for mailing material to the training site in advance of the program. The individual consultation sessions will focus on a specific writing sample that the participant will have submitted in advance of the program. The feedback during the session will consist of a written evaluation of their writing sample. Each class size will be limited to 25 participants. The cost for instructional services will includ preparing for the presentation, reading writing samples and preparing written critiques of each participant, classroom instruction time, individual consultations with students and participants materials. Responses shall include firm fixed price for each cass and all other services, travel lodging and Per Deim in both Cincinniti, Ohio and Louisville, Kentucky. All responsible sources who can provide and meet the above requirement shall submit written quotations by December 30 1996. No solicitation will be issued, therefore, such request for solicitations will be considered non responsive. Evaluation/Award will be based on the lowest price offered to the gvernment. All quotes shall include price(s); FOB point; a poc (name and telephone numbers); GSA contract number if applicable; delivery date; business size and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. All questions mut be submitted in writing and received by facsimile ( 202/283-1515) or mail. If no affirmative responses are received the award will be made to Legal Education Ltd. CITE: (I-344 SN010044) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: U.S. Penitentiary, 1300 Metropolitan Avenue, Leavenworth, KS 66048 SUBJECT: U--EDUCATION AND TRAINING SERVICES SOL RFQ 132-0039 DUE 011597 POC Tim Majerus, Contract Specialist, (913) 651-2126; FAX, (913) 682-1176. DESC: U.S. Penitentiary, Leavenworth, KS, is soliciting Requests for Quotations (RFQ) from post-secondary and/or vocational education providers for an Associates Degree program and/or Certificate program in an occupational field (such as sales, accounting, business, and office procedures). Courses will be provided to inmates in the Penitentiary and at the Federal Prison Camp. Issue date of RFQ packets is 12/16/96; due date for responses is 2:00 p.m., 1/15/97. This procurement is 100% set-aside for small business; SIC Code 8222, with a business size standard of $5.0 million. Multiple contract awards will not be made; only one contract may result from this RFQ. Only offers received from qualified and responsible small businesses will be considered. CITE: (M-344 SN010106) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: Rutgers University, National Transit Institute, Attn: E.J. Edwards, 120 Albany Street, Suite 705, New Brunswick, New Jersey 08901 SUBJECT: U--DEVELOP A SHORT-TERM TRAINING COURSE IN MANAGEMENT OF TRANSIT CONSTRUCTION PROJECTS FOR FEDERAL TRANSIT ADMINISTRATION (FTA) GRANTEES SOL FPR 96FR-40 DUE 012897 POC Eleanor J. Edwards, Senior Associate, (908) 932-1700, Ext. 13; FAX: (908) 932-1707. DESC: Invitation to submit proposal. NTI is seeking to award a contract for the development and delivery of a short-term training course to assist Federal Transit Administration (FTA) grantees in preparing and implementing Project Management Plans and managing capital investment projects. The course will be developed to train FTA grantees with major capital projects who are required to implement Project Management Plans and to inform grantees with smaller capital projects of the project management process. The contract will require a list of materials, course outline, curriculum and all materials, including a resource manual, presentation of a pilot session and delivery of up to ten (10) course sessions during the first year of the contract and up to 10 additional sessions during an option year. Because there is a short time (two months) allowed for development of the course, NTI will require proposers to have had experience in dealing with the subject matter as well as experience in developing training programs. To obtain a copy of the complete RFP, send a written request on organization letterhead to the address above. Faxed requests will be accepted; telephone requests are unacceptable. RFP's will be mailed by first-class surface mail. RFP's will not be faxed. NTI will be closed from December 25, 1996 through January 1, 1997, and will resume operations on January 2, 1997. Requests will be honored until January 21, 1997. Although this is not a set-aside contract, small businesses, minority-owned businesses and/or female-owned businesses are encouraged to submit proposals. CITE: (M-344 SN010193) [Commerce Business Daily: Posted December 7, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: Defense Supply Service-Washington, 5200 Army Pentagon, Washington, D.C. 20310-5200 SUBJECT: V LODGING SOL DASW01-97-Q-0187 DUE 122096 POC Contact Contract Specialist, Helen Furlow by fax DESC: The Defense Supply Service-Washington, has a requirement for Lodging Facilities for the USA Chief Of Chaplains Office to host the Annual LIFT training for OCCH, for the period 26 - 30 January 1997. Hotel must hava a rating of a 3 Star or equal. Prime Contractor shall be located in the Orlando, Florida area. Must be able to accommodate 15 rooms on 1/26/97; and 120 rooms from 1/27/97 thru 1/30/97. All interested contractors please request RFQ by FAX (703/697-1272/697-3221) only, no telephone request. Fax RFQ NLT 12/18/96. CITE: (I-342 SN009775) [Commerce Business Daily: Posted December 7, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: Defense Supply Service-Washington, 5200 Army Pentagon, Washington, D.C. 20310-5200 SUBJECT: V LODGING SOL DASW01-97-Q-0187 DUE 122096 POC Contact Contract Specialist, Helen Furlow by fax DESC: The Defense Supply Service-Washington, has a requirement for Lodging Facilities for the USA Chief Of Chaplains Office to host the Annual LIFT training for OCCH, for the period 26 - 30 January 1997. Hotel must hava a rating of a 3 Star or equal. Prime Contractor shall be located in the Orlando, Florida area. Must be able to accommodate 15 rooms on 1/26/97; and 120 rooms from 1/27/97 thru 1/30/97. All interested contractors please request RFQ by FAX (703/697-1272/697-3221) only, no telephone request. Fax RFQ NLT 12/18/96. CITE: (I-342 SN009776) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: General Services Administration, General Procurement Branch (9FVG), 450 Golden Gate Avenue, San Francisco, California 94102 SUBJECT: V--OFFICE RELOCATION SOL 9FBG-OLC-N-A-2067/97 DUE 121196 POC DeniseRose Torres (415) 522-2837. DESC: Basic Ordering Agreement for Office Relocation for counties in Arizona, California, Hawaii and Nevada. This is a 100% total small business set-aside. The solicitation, available on December 11, 1996, will be limited in number and may be obtained on a first come first serve basis. Requests for a solicitation package should be faxed to (415) 522-4009. CITE: (M-344 SN009980) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: General Services Administration, General Procurement Branch (9FVG), 450 Golden Gate Avenue, San Francisco, California 94102 SUBJECT: V--OFFICE RELOCATION SOL 9FBG-OLC-N-A-2068/97 DUE 122396 POC DeniseRose Torres (415) 522-2837. DESC: Basic Ordering Agreement for Office Relocation for Guam. This is a 100% total small business set-aside. The solicitation, available on December 23, 1996, will be limited in number and may be obtained on a first come first serve basis. Requests for a solicitation package should be faxed to (415) 522-4009. CITE: (M-344 SN009995) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: HQ MILITARY TRAFFIC MANAGEMENT COMMAND, ATTN: MTAQ-AS (ROOM 725), 5611 COLUMBIA PIKE, FALLS CHURCH VA 22041-5050 SUBJECT: V--BARGE TRANSPORTATION SERVICES SOL DAMT01-97-R-2003 DUE 021897 POC Contract Specialist Mary Griffith (703) 681-6640 (Site Code DAHC24) DESC: Headquarters, Military Traffic Management Command intends to procure dedi- cated barge services for the transportation of Department of Defense owned jet fuel (JP5 and JP8) and marine diesel fuel (F76) in bulk form between origins and destinations inthe northeastern United States on an inland basis. Service points will include, but are not limited to, refinery sources in the Philadelphia Harbor, PA including sources located in New Jersey and in the Delaware Bay, and Defense Fuel Support Points locatedin Norfolk, VA, Yorktown, VA, Baltimore, MD, Anacostia, MD, Port Mahjon, DE and Burlington, NJ and between other points in the same geographical areas, all on an inland basis. The successful contractor will provide barge transportation services using equipment and crews supplied at its own expense. Anticipated barge and tug requirements are as follows: one tank barge having a total calibrated capacity of not les than 26,000 barrels nor more than 34,000 barrels and having a maximum loaded draft of no more than 14 feet at full cargo capacity nor more than 7.5 feet at 13,500 bar- rels capacity and one tug boat having a minimum shaft horsepower of 800, single or twinscrew, capable of maintaining an average speed of 7.5KPH, sea buoy to sea buoy, and suitable in design and power to properly trans- port and maneuver the offered barge in the traffic areas designated above. The successful contractor will be required to own the equipment performing the transportation service, or the equipment must be under long-term lease for the duration of the contract period to include an option periods. Contractor supplied equipment and crews will be available exclusively to the Government at all times, 24 hours per day, 7 days a week, for trans- porting fuel or to stand by at an origin, destination, or intermediate point as specified by he Government. The Government reserves the right to use the furnished equipment to and between the points noted above without restriction. The Government anticipates awarding a firm fixed price con- tract for a one year base period with two one year option periods. The solicitation is expected to be issued on or about January 16, 1997. Pro- posals in response to the solicitation are expected to be due on orabout February 18, 1997. The anticipated period of performance for the base period is June 4, 1997 through June 3, 1998. This procurement is a 100% set-aside for small business. The standard industrial classification code applicable to this procurement is 449. Responsible sources are requested to submit, on company letterhead, notification of interest to obtain a copy of solicitation DAMT01-97-R-2003 to this office. See numbered note 1. CITE: (I-344 SN010043) [Commerce Business Daily: Posted December 09, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: USDA, APHIS, Field Servicing Office, Butler Square West, 5th Floor, 100 North 6th St., Minneapolis, MN 55403 SUBJECT: V--RENTAL OF HELICOPTER WITH PILOT SOL 53-M-APHIS-97 DUE 021397 POC POC: Patricia Harris is the Contracting Officer. For technical information contact Barbara Knotz at (612) 370-2201. DESC: The USDA, Animal and Plant Health Inspection Service (APHIS), Animal Damage Control (ADC), Predator Control Program intends to acquire helicopter rental with pilot for services in San Angelo, Texas and/or Uvalde, Texas for the period beginning April 15, 1997 through September 30, 1997 and will include three (3) Option Year Periods. This is a 100% total set-aside for small business. A fixed price indefinite delivery contract will result. F. O. B. Destination. The solicitation will be released on or about January 13, 1997. For a copy of the Solicitation, submit written of FAXed request stating name, address, telephone number and solicitation number. FAX requests to the Contracting Section at Area Code (612) 370-2106. Telephone requests will not be accepted. All responsible sources may submit an offer which will be considered. A limited number of solicitations will be issued for this procurement, with priority given to firms on our established bidders list. Firms which do not receive a copy of the solicitation will receive a Solicitation Mailing List Application, Standard Form 129. Upon receipt of a completed application, we will add yor name to our bidders list for consideration for a one year period after date of the submission. A copy of the solicitation will be available in this office for review. EMAIL bknotz@aphis.usda.gov EMAILDESC: CITE: (W-344 SN010062) [Commerce Business Daily: Posted December 09, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: DOI, Office of Aircraft Services, PO Box 15428, Boise, ID 83715-5428 SUBJECT: V--HELICOPTER TRANSPORTATION FOR WILDLIFE INVENTORY SOL RFQ-97-04 DUE 122396 POC Heidi R. Muller, Contracting Officer, 208/387-5764 DESC: Furnish flight services consisting of a Hiller UH-12E and a Bell 47G 3B fully contractor operated and maintained in support of Idaho Department of Fish and Game wildlife inventories in various locations in the state of Idaho. Four individual projects are expected to be accomplished between the dates of January 1 through March 31, 1997. In order to be considered qualified, Contractor will be required to be certified under 14 CFR, Chapter 135, Air Taxi Operators and Commercial Operators, and presently hold an OAS Basic Ordering Agreement (BOA). Requests for this Request for Quotation (RFQ) shall be in writing and should be submitted to the above address or facsimile requests will be accepted at 208/387-5780. All responsible qualified sources may submit an offer which will be considered, it is our intent to award these projects to a current BOA holder; however, this RFQ is not limited to those Vendors. See notes 1 and 26. EMAIL heidi_muller@ios.doi.gov EMAILDESC: CITE: (W-344 SN010197) [Commerce Business Daily: Posted December 09, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: DOI, Office of Aircraft Services, PO Box 15428, Boise, ID 83715-5428 SUBJECT: V--AERIAL TRANSPORTATION FOR SEEDING APPLICATION SOL RFP-97-03 DUE 122396 POC Heidi R. Muller, Contracting Officer, 208/387-5764 DESC: Furnish flight services fully contractor operated and maintained consisting of one (1) Type III or Type IV Helicopter equipped with a seed bucket with agitator and lid in support of Aerial Seeding Application Programs located in the sourthern half of the Vale, Oregon, Bureau of Land Management District. In order to be considered qualified, Contractor will be required to be certified under 14 CFR, Chapter 135, Air Taxi Operators and Commercial Operators, and Chapter 137, Agricultural Aircraft Operations, and presently hold and OAS Basic Ordering Agreement (BOA). A ground crew will be necessary for seed loading, the ground crew must meet S-217 Interagency Helicopter Operataion requirements or equivalent. Effective period will be approximately January 8 through January 29, 1997, start-up and ending dates dependent upon weather conditions. Requests for this Request for Quotation (RFQ) shall be in writing and should be submitted to the above address or facsimile requests will be accepted at 208/387-5780. All responsible qualified sources may submit an offer which will be considered, it is our intent to award this project to a current BOA holder; however, this RFQ is not limited to those Vendors. See notes 1 and 26. EMAIL heidi_muller@ios.doi.gov EMAILDESC: CITE: (W-344 SN010211) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: W--Lease or Rental of Equipment OFFADD: USDA, Forest Service, SW Idaho/Nevada Acquisition Office, 1750 Front Street, Boise, Idaho 83702 SUBJECT: W -- RENTAL OF VEHICLES, BOISE, PAYETTE & SAWTOOTH NATIONAL FORESTS SOL SOL IFB R4-02-97-03 DUE 012997 POC Contracting Officer, Cheryl R. Molis, 208-364-4131, Contact for Solicitation, Ethel Hill, 208-364-4128; Fax 208-364-4197 DESC: Rental of between 10 to 50 vehicles (pickups and utility vehicles, both 4x4 and 4x2), unoperated, through an Indefinite Quantity procurement. Vehicles to be rented for various periods of time ranging from 2 months to 8 months. The earliest delivery date anticipated for some of the vehicles is April 1, 1997. Vehicles to be delivered and picked up from various locations on the Boise, Payette & Sawtooth National Forests. See Note(s): 1. CITE: (I-344 SN009914) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: W--Lease or Rental of Equipment OFFADD: Officer In Charge, Puget Sound Naval Shipyard, C/910C, 1400 Farragut Avenue, Bremerton, Washington 98314-5001 SUBJECT: W -- LEASE NINE (9) PORTABLE TRAILERS, FOR PUGET SOUND NAVAL SHIPYARD, BREMERTON, WASHINGTON. SOL N44255-97-Q-4506 DUE 011697 POC Dolores Pommier, Procurement Technician, (360) 476-1770, Audrey Fitzgerald, Contracting Officer, (360) 476-2427. DESC: Lease two (2) 10' X 32' single wide trailers with sprinklers and alarms; six (6) 12' X 56' single wide trailers and one (1) 12' X 56' single wide trailer with divider. Note: The lease period is from February 11, 1997 TO September 26, 1997. The proposed simplified acquisition will result in a firm fixed price contract. Specifications will be available on 02 January 1997. Written quotes will be due on 16 January 1997. The anticipated award date is 22 January 1997. Award will be based on written quotations. The standard industrial classification is 7359. This procurement is unrestricted. For specifications/quote packages, fax request to PSNS (Attn: Code 910C.2DP) at (360) 476-0498 or telephone requests to (360) 476-1770. CITE: (I-344 SN009917) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: W--Lease or Rental of Equipment OFFADD: WALLA WALLA DIST, CORPS OF ENG, WALLA WALLA WA 99362-1876 SUBJECT: W--RENTAL OF TOWBOATS FOR JUVENILE FISH TRANSPORTATION PROGRAM, SNAKE & COLUMBIA RIVER SYSTEMS SOL DACW68-97-B-0005 DUE 012897 POC Contract Specialist Bryan Stroud (509) 527-7213 (Site Code DACW68) DESC: Towboat rental, fully operated and maintained, to transport Government-owned fish barges, on the Snake and Columbia River Systems. Work will be performed in the area between Lower Granite Reservoir (near Lewiston, Idaho) on the Snake River and the ara near Portland, Oregon on the Columbia River. towboats shall be inspected prior to contract award. The basic contract will be for a base work period beginning on or about April 10, 1997 through December 31, 1997 with one (1) optional work period. This is ot an invitation for bid. This procurement is open to both large and small business concerns. Size standard for small business concerns under Standard Industrial Classification (SIC) Code 4492 is $5 million average annual receipts for the past three fiscal year periods. All responsible sources may submit an offer which will be considered by this agency. Requests for the solicitation will be accepted by FAX, (509) 57-7802. Include company name, street address, telephone and fax numbers, point of contact and size status. Any contract awarded as a result of this advertisement will be firm-fixed price. CITE: (I-344 SN010025) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: X--Lease or Rental of Facilities OFFADD: U.S. Postal Service, Denver Facilities Service Office, 8055 E. Tufts Avenue, #400, Denver, CO 80237-2881 SUBJECT: X -- NEW CONSTRUCTION LEASED - IGNACIO, CO 81137-9998 SOL 072976-97-A-0061 DUE 012497 POC Russ Rainey, Project Manager, (303) 220-6568. DESC: The USPS is completing site and building plans for a new leased building. Offerors will be required to design and construct a one story building of approximately 5,173 net square feet on a controlled site of 41,000 usable square footage. Offerors will also be required to acquire the site, execute the lease with construction rider, and construct the specified building according to USPS specifications and lease to the Postal Service for a base term of twenty years with two 5-year renewal options. Any award made under this solicitation will be made to the responsible offeror whose proposal conveys a clear understanding of the solicitation site requirements and conditions; conveys an appropriate level of experience to assure performance of the specified requirements; conveys a well considered development plan (i.e. construction cost assessment, financing/funding sources); and outlines a well-conceived and equitable rental package acceptable to the Postal Service, and 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 18, 1996. Please identify your request with the solicitation number. Submit request with a NON-refundable check or Postal Money Order for $25.00 per set made payable to: Disbursing Officer, USPS, and mail to: Attn: Diana Esguerra, A&D Draft Aid, Inc., P. O. Box 40877, Denver, CO 80204-0877. Information concerning solicitation packages should be directed to Diana at (303) 573-5757, (303) 573-8714 (FAX). For specific project details call or write: Russ Rainey, Project Manager, U.S. Postal Service, 8055 E. Tufts Avenue, Suite 400, Denver, CO 80237-2881, telephone: (303) 220-6568. Offerors are encouraged to submit their proposal to the Porject Manager by one of the methods offered by the U.S. Postal Service (First Class, Priority Mail, or Express Mail) CITE: (I-344 SN010174) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: DOI, Fish and Wildlife Service, Mail Stop 60181 (CGS), P.O. Box 25486, DFC, Denver, CO 80225 SUBJECT: Y--FISH POND LINER INSTALLATION SOL 1448-60181-97-B026 DUE 012297 POC POC: Cathleen DeBerry/Procuremenet Assistant, 303/236-5412 x221; ; David M. Clack, Contracting Officer, 303/236-5412 x228. DESC: Work under this project consists of furnishing and intalling 20 mil Fishgrade PVC liners in five existing fish rearing ponds and associated earthwork. Project site is located at the Gavins Point National Fish Hatchery near Yankton, South Dakota. Solicitations will be available o/a December 26, 1996. Notice to Proceed will not be issued on this project until o/a July 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 address and telephone number on request. CITE: (I-341 SN009768) [Commerce Business Daily: Posted December 7, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: U.S. Army Engineer District, Alaska, P.O. Box 898, Anchorage, Alaska 99506-0898 SUBJECT: Y--REPAIR AIRFIELD PAVEMENT, KING SALMON AFB, ALASKA SOL DACA85-97-B-0008 DUE 020497 POC Contact, Gail M. West, 907/753-2552/Contracting Officer, Thomas L. Carter, 907/753-2551 DESC: Description of work to be performed: Pave the main runway 11/29 from sta 12+60 to 81+44 x 150' wide, taxiways located north of the main runway. Cold planing may be required, provide base course and appropriate striping and lighting. Responders are advised that the requirements may be delayed, cancelled, or revised at any time during the solicitation, selection, evaluation, negotiation, and/or final award process based on decisions related to DOD changes and dispositions of the Armed Services. Range: $1,000,000 - $5,000,000--FFP--200 days completion time--Plans & spec fee: $30.00--SIC Code 1611--all responsible sources may submit a bid which shall be considered by this agency. The solicitation listed herein is Open to Large and Small Business . CITE: (I-342 SN009778) [Commerce Business Daily: Posted December 09, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: United States Postal Service, Facilities Service Office, 225 North Humphreys Blvd, Memphis, TN 38166-0300 SUBJECT: Y--ATLANTA, GEORGIA AIR MAIL CENTER - DESIGN/BUILD SOL 475450-97-A-0003 DUE 013097 POC Mr. George Tedesco, Major Facilities Purchasing, 202/268-6286 DESC: The United States Postal Service intends to award a cost reimbursable design/build contract to design and construct a new 324,000 (approximate) gross square foot Air Mail Center on leased land at the Hartsfield Atlanta International Airport, Atlanta, Georgia. The work will include concrete parking and maneuvering area, slab on grade, steel column, beam and joist structure, masonry/concrete skin and built-up roof. Specialized areas include a Retail Store and Business Mail Entry Unit. The Material Handling System consists of bulk mail and tray mail systems. Bulk and tray mail systems are divided into two sub-systems, originating and destinating. All systems share a common universal high speed carousel sorting machine. The estimated cost range is between $27,000,000 and $32,000,000. Completion time for the entire project is within 400 calendar days from date of receipt of Notice to Proceed. Following are the prequalified firms that will be submitting proposals on the solicitation: Korte Construction Co. 700 St. Louis Union Station, Suite 300, St. Louis, MO 63103-2256; Rust Engineering & Construction, Inc., 100 Corporate Parkway, Birmingham, AL 35242-2928; Hensel Phelps Construction Co., P.O. Box 15547, Austin, TX 78761-5547; The Austin Co. 48 Perimeter Center, East, Atlanta, GA 30346-1998; James N. Gray Construction Co., Inc., 250 W. Main Street, Suite 2500, Lexington, KY 405507-1760; The Morganti Group, Inc.; 100 Mill Plan Road, P.O. Box 1919, Danbury, CT 06813-1919; Turner Construction Co., 7000 Central Parkway, Suite 650, Atlanta, GA 30328-4584; Centex Bateson Construction Co., Inc., 10150 Monroe Drive, P.O. Box 299009, Dallas, TX 75229-9009; Rudolph/Libbe, Inc., 6494 Latcha Rd., Walbridge, OH 43465-9738; Metric Constructors, 2 Parkway Center, 1800 Parkway Pl., Suite 810, Marietta, GA 30067-8293, and The Haskell Co., 111 Riverside Ave., P.O. Box 44100, Jacksonville, FL 32231-4100. Proposals will only be accepted from firms listed on the prequalified list. Firms, other than the prequalified firms, may purchase solicitation documents. Contractors must submit a written request accompanied by a check or money order for $300.00 (non-refundable). Checks should be made payable to the USPS-Disbursing Officer. Requests accompanied by check or money order must be sent to the Major Facilities Office, Attn: Ms Megan Jones, 225 North Humphreys Blvd., Memphis, TN 38166-0300. A Pre-Proposal Conference will be conducted on January 6, 1997, 1 PM, at the USPS Processing and Distribution Center, 3900 Crown Road, Room 130-J, Atlanta, Georgia. Participants should park in the employee's parking lot. The entrance is off Brown's Mill Road. For additional information on requesting plans, call 901/747-7463. This is a negotiated procurement, therefore, offers will not be publicly opened. EMAIL hsartain@email.usps.gov EMAILDESC: CITE: (W-344 SN009878) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: SOUTHWESTNAVFACENGCOM (Code 0212), 1220 Pacific Highway, San Diego, CA 92132-5187 SUBJECT: Y -- FY96 PROJECT H-351/H-352 HOUSING OFFICE AND COMMUNITY CENTER MARINE CORPS BASE, CAMP PENDLETON, CA SOL N68711-96-R-2320 DUE 021397 POC For Plans and Specs info call 619-532-2082/Contract Specialist, Lisa Crawford/Contracting Officer, Vickie Ball/For Bid Results call 619- 532-2355. DESC: The work includes the design and construction of a 3,770 sq. ft. Housing Office and a 8,000 sq. ft. Community Center, both in the Wire Mountain housing area. Also included are: field investiagations, site improvements and utility services. Construction will be done under the "Turnkey" (Design/Build) concept. Scope of work includes design, construction, and inspection of all structures, utilities, roads, walks, landscaping and all other required improvements, both on and off site, necessary to provide facilities complete and ready for use. Construction will be required at two (2) sites at Wire Mountain Housing area.--The contract is to be awarded to the responsible offeror who submits the proposal considered most advantageous to the Government considering "Price" and "Technical" evaluation factors. --This is not a public bid opening.--The estimated cost is between $1,000,000 to $5,000,000.--Firm Fixed Price Construction Contract.--Contract duration is approximately 400 calender days.--Bids will be considered from all responsible sources.--This project is unrestricted.--The Standard Industrial Code is 1521 and the annual size standard is $17 million.--It is recommended the subcontracting goals will reflect a minimum of 15% for Small Disadvantaged Business Subcontracting effort.--Bidders should request in writing stating RFP number N68711-96-R-2320, with a complete name, address, area code and phone number with whether bidding as a prime/subcontractor/supplier.--NOTE: Plans and specs will not be mailed to firms within a 20 mile radius of the issuing office.Telephone requests will not be accepted. There is a charge for plans and specs that is yet to be determined.--Checks are to be made out to DEFENSE PRINTING SERVICE.---FEES ARE NOT REFUNDABLE--Mail requests to Southwest Division, Naval Facilities Engineering Command (Plan Issue), 1220 Pacific Highway, 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) per prime and one (1) per subcontractor/supplier.--Plans and specifications will be available on or about xx xxx 1996.The preproposal conference date is yet to be determined. CITE: (I-344 SN009921) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Indian Health Service, 2900 Fourth Avenue North, Room 304, P.O. Box 2143, Billings, Montana 59103 SUBJECT: Y--PRE-SOLICITATION NOTICE SOL IFB-244-97-0005-REL POC Ms. Rita Langager, Contract Specialist, (406) 247-7293 or Ms. Lauren Pickett, Procurement Assistant, (406) 247-7243. DESC: The purpose of this advanced notice is to advise prospective bidders of a potential construction service to install five (5) 20,000 gallon underground water storage tanks in the community of Busby, and install two (2) 20,000 gallon underground water storage tanks in the community of Birney on the Northern Cheyenne Indian Reservation, Montana. The completion time is 90 calendar days and the estimated price range is between $250,000.00-$500,000.00. Date for receipt of written responses is December 23, 1996. In accordance with the Small Business Competitive Demonstration Program, completion will be unrestricted for this proposed acquisition. CITE: (M-344 SN009979) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: USACE VICKSBURG DISTRICT, 4155 CLAY STREET, VICKSBURG MS 39180-3435 SUBJECT: Y--RED RIVER BELOW DENISON DAM, ALOHA RIGOLETTE AREA, LA, LOW FLOW STRUCTURE, GRANT PARISH, LA SOL DACW38-97-B-0015 DUE 021197 POC Contract Specialist GLEN E. SMITH (601) 631-5350 (Site Code CW38) DESC: The work consists of furnishing all plant, labor, materials and equipment for constructing the Aloha Rigolette Area, Low Flow Structure, in Grant Parish, Louisiana. Principal features of the work include mobilization and demobilization, clearing and rubbing, structural excavation, channel excavation, semicompacted general fill, compacted sand fill, fully compacted general fill, uncompacted fill channel closures, reinforced concrete pipe culverts, fertilizing, seeding, mulching, sodding, granular surfaing, bedding stone, filter stone, riprap, concrete grout for stone protection, steel sheet piling, dewatering, concrete work, precast concrete walkway, miscellaneous metal, prefabricated sluice gates, corrugated metal pipe road culverts, storm water pollution prevention and environmental protection. The estimated value of the porposed work is between $1,000,000 and $5,000,000. Plans $70.00. Specs $7.00. Issue date on o about 08 Jan 97. Bid opening date on or about 11 Feb 97. CITE: (I-344 SN010024) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: DIRECTORATE OF CONTRACTING, PO DRAWER 3918, BLDG 4275, FORT POLK LA 71459 SUBJECT: Y--PROVIDE ALL PLANT, LABOR, MATERIALS, EQUIPMENT, AND PERFORM ALL WORK INCIDENTAL TO THE INSTALLATION OF A REMOTE MONITORING SYSTEM (RMS) AT FORT POLK, LA. SOL DAKF24-97-R-0002 DUE 012997 POC Contract Specialist CYNTHIA JONES (318) 531-0904 (Site Code DAKF24) DESC: Provide all plant, labor, materials, equipment and perform all work incidental to the design and installation of a remote monitoring system (RMS) to be utilized in monitoring the status of the water and waste water system serving Fort Polk, LA. All rquests must be submitted in writing by letter or FAX (318-531-2362). Proposed contract will be a firm-fixed price contract. This solicitation will be issued on or about 30 December 1996 and will be opened on or about 29 January 1997. The proposed contract s unrestricted. When requesting the solicitation provide your Commercial Entity Code Number (CAGE Code) and Contractor Establishment Code (CEC) number. All responsible sources may submit a bid which shall be considered by the agency. Telephonic requests will not be accepted or honored. SIC Code is 1781. CITE: (I-344 SN010031) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: US ARMY ENGINEER DISTRICT, FTW, P O BOX 17300, 819 TAYLOR ST, FT. WORTH TX 76102-0300 SUBJECT: Y--INTER-AMERICAN AIR FORCE ACADEMY, LACKLAND AIR FORCE BASE, BEXAR COUNTY, SAN ANTONIO, TEXAS SOL DACA63-97-B-0008 DUE 011697 POC Contract Specialist SHARON L HAIR (817) 978-3194 (Site Code DACA63) DESC: This complex consists of a two building complex. An apporximate 67,100 SF three-story enlisted dormitory, and approximate 26,070 SF two-story classroom facilities will be constructed of brick veneer and stucco on steel stud walls, concrete spread fooing foundations, precast concrete floor planks, rigid steel frame and standing-seam metal roof system. Estimated Cost Range: $10,000,000 to $25,000,000- - Bid sets available at $141.00 for half-size and $321.00 for full-size. No individual sheets of half-sze drawings may be purchased. Requests by mail must include payment in the applicable amount by company check or money order made payable to F&A Officer USAED FTW and sent to: USACE, Attn: Room 2A19, Post Office Box 17300, 819 Taylor Street, Fort Worth, Texas 76102-0300. NO EXPRESS MAIL PROCEDURES WILL BE UTILIZED ON INITIAL MAILINGS OF PLANS AND SPECIFICATIONS. No refund will be made and materials need not be rturned. If project is cancelled or no award is made, cost of plans and specifications will be refunded only on written requests. Solicitation to be issued on or about 16 Dec 96. Bid opening on or about 16 Jan 97. Duration of contract 543 days. If a large bsiness firm is selected for this announcement, it must comply with FAR 52.219-9 clause regarding the requirement for a subcontracting plan. The Fort Worth District's subcontracting goal is for 55.0% of the total subcontracted dollars to go to Small Businesses (SB), 8.5% to Small Disadvantaged Business (SDB), 3.0% to Women Owned Small Business (WOB) and 5.5% to Historically Black College & Universities or Minrity Institutions (HBCU/MI) (where applicable) . Bids from all responsible sources will be considered. SIC Code for this procurement is 1542, Small Business Size Standard is $17 million. CITE: (I-344 SN010048) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Facilities Service Office, U.S. Postal Service, 7800 N. Stemmons Frwy, Suite 400, Dallas, TX 75247-4217 SUBJECT: Y--NEW CONSTRUCTION LEASED-ADVERTISEMENT FOR CONSTRUCTION, LIBERTY HILL, TX-MAIN OFFICE 78642-9998 SOL 482980-97-A-0232 DUE 122796 POC Sandra A. Rybicki, Real Estate Specialist, (214) 819-7233. DESC: Construction of a new leased facility at least 4,952 feet. All offers must be based on the site listed in the solicitation. The successful offeror will be required to purchase the site in accordance with the terms and conditions specified in the Assignable Option to Purchase which is included in the solicitation. Plans and specifications are available by sending a non-refundable cashier's check or money order in the amount of $25.00 for each package made payable to Disbursing Officer, U.S. Postal Service. CITE: (M-344 SN010133) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Real Estate Branch, New York Facilities Service Office, 5th Floor, 2 Hudson Place, Hoboken, New Jersey 07030-5502 SUBJECT: Y--IN THE HAMLET OF RHINECLIFF, TOWN OF RHINEBECK, DUTCHESS COUNTY, NY 12574-9998 SOL 332495-96-RE-019 DUE 122396 POC Christopher N. Carson CRE, U.S. Postal Service Real Estate Term Contractor, (201) 664-4451, U.S. Postal Service Project Coordinator, Lawrence S. Kashdan, Real Estate Specialist, Contracting Officer, Henry Burmeister, Real Estate, (201) 714-5428. DESC: U.S. Postal Service desires to lease existing ground floor space, or a one (1) story building, constructed to its specifications, of approximately 2,090 net interior sq. ft. with parking and maneuvering area of no less than 22,117 sq. ft. on a site, not including setback requirements, easements, water retention, and septic/sewer requirements, of approximately 39,035 sq. ft. in the Village of Rhinecliff, Town of Rhinebeck, Dutchess County, State of New York. For New Construction Leased (NCL) a basic lease term of twenty (20) years at a single specified rent is sought, along with four (4) consecutive Renewal Options of five (5) years each. For Existing Space Leased a basic lease term of ten (10) years at a single specified rent is sought, along with four (4) consecutive Renewal Options of five (5) years each. In both cases, each option's rent must be specified. The property must satisfy all zoning and other requirements to permit its use as a postal facility and should be as centrally located as possible and within the boundaries of Orchard Street on the north and east, Morton Road on the south, and the Hudson River on the west. Offered sites and/or buildings must be free from all forms of toxic or hazardous waste and must not lie within the 100-year flood plain or a wetlands area. Offered sites and/or buildings must be or be capable of being made handicapped accessible according to postal service guidelines. Offerors will be responsible for complying with all Postal Service requirements, all local zoning and other requirements, and for all contingent fees. For Existing Space please submit letter proposals, including full particulars, plans, sketches, photos and Offeror's work letter or buildout proposal. Requests for Offering Packages for NCL must be in writing and accompanied by a non refundable $75.00 Certified Check, Company Check, Cashier's Check or Postal Money Order payable to ``Disbursing Officer--USPS''. Send to: Christopher N. Carson CRE, U.S. Postal Service Term Contractor, 12 Chelsea Court, Hillsdale, NJ 07642-1227, Tel: (201) 664-4451. All offers must be received no later than by close of business: December 23, 1996. CITE: (M-344 SN010183) [Commerce Business Daily: Posted December 06, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: NASA Procurement Office, Code DA00, Stennis Space Center (SSC), MS 39529-6000 SUBJECT: Z--MODIFICATIONS TO HVAC AND ENERGY MANAGEMENT AND CONTROL SYSTEMS (EMCS) SOL RFO 13-SSC-O-96-35 DUE 012397 POC Jerry Misch, 601/688-1634, Contracting Officer, Harold G. Taulbee, 601/688-1640 DESC: NASA/SSC intends to issue a Request for Offer (RFO) for the Modification of the HVAC and Energy Management and Control System (EMCS) at the Stennis Space Center. The work to be performed under this project consists of providing all labor, equipment, and materials to make the modifications to the HVAC and EMCS at Buildings 2101 and 3305. The work shall be in accordance with Specification 20000-GO57 and applicable Drawings. The Specification and Drawings will be mailed under separate cover to those firms requesting copies. This solicitation will be released via the NASA Acquisition Internet Service (NAIS). All potential offerors will be responsible for downloading their own copy of the solicitation with hardcopies being made available on request, but the closing date will be the same as that required for the NAIS released solicitation. It shall be the responsibility of each offeror to monitor NAIS for solicitation releases as the solicitation will be released as soon as practicable whether prior or subsequent to January 3, 1997. This procurement is 100% set-aside for Small Business Concerns. The estimated price range of this procurement is $500,000 to $1,000,000. Transmission of requests by internet E- mail to jerry.misch@ssc.nasa.gov or by facsimile at 601-688-1852 are acceptable. An ombudsman has been appointed to hear concerns from offerors, potential offerors, and contractors during the preaward and postaward phases of this acquisition. The purpose of the ombudsman is not to diminish the authority of the contracting officer, or the selection official, but to communicate concerns, issues, disagreements, and recommendations of interested parties to the appropriate Government personnel and to work to resolve them. When requested, the ombudsman will maintain strict confidentiality in the evaluation of proposals, the source selection process, or the adjudication of formal contract disputes. Interested parties are invited to call the installation ombudsman, Mr. Mark Craig at 601-688-2123. Concerns, issues, disagreements, and recommendations which cannot be resolved at the installation may be referred to the NASA ombudsman, Mr. Tom Luedtke at 202-358-2090**Before consulting with any NASA ombudsman, interested parties must try to resolve their concerns with the contract specialist or the Contracting Officer**DO NOT CALL THE OMBUDSMAN FOR SOLICITATION REQUESTS/INFORMATION. EMAIL jerry.misch@ssc.nasa.gov EMAILDESC: this job. CITE: (W-341 SN009763) [Commerce Business Daily: Posted December 7, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 47th Contracting 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 Contact Roy Hernandez, Contracting Officer, at (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 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 average annual 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 for this solicitation will not be honored. Fax requests will be accepted, our fax number is (210) 298-4178. All responsible offerrors meeting this criteria set forth in the solicitation may submit an offer which will be considered by the Government. Written request should cite RFP No. F41685-97-R0015 and include your 9 digit zip code. CITE: (I-342 SN009779) [Commerce Business Daily: Posted December 09, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: General Services Administration, Roanoke Suboffice, 210 Franklin Road, Room 702, Roanoke, Virginia 24011 SUBJECT: Z--FURNISH AND INSTALL ONE STANDBY CHILLWATER PUMP AND ONE STANDBY CONDENSATE PUMP. SOL GS-03P-97-QNC-0324 DUE 011097 POC Phyllis Gray, Contracting Officer or Don McNabb, Mechanical Maintenance Foreman, 540-857-2174. DESC: The contractor shall furnish all necessary labor, supplies, materials, equipment and supervision to furnish and install one standby chillwater pump and one standby condensate pump at the Poff Federal Building, 210 Franklin Road, Roanoke, Virginia. A site visit is highly recommended and must be scheduled in advance with Don McNabb at 540-857-2174. Estimated dollar range is $25,000 - $100,000. SIC Code 1541. Fax requests for copies of the solicitation to 540-857-2034. Solicitation package will be available December 24, 1996. LINK None LINKDESC: EMAIL None EMAILDESC: CITE: (W-344 SN009874) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: General Services Administration,Property Mgmt. Div. (1PM),10 Causeway St, 9t h floor,Boston,MA 02222-1077 SUBJECT: Z-INTERIOR SPACE ALTERATIONS SOL GS-01P-97-BZC-0004 DUE 020597 POC Contact,Paul Dowd,617/565-7736,Contracting Officer,Donna M. Maffeo,617/565- 6012 DESC: INTERIOR SPACE ALTERATIONS. A three phase Interior Space Alteration project which renovates approximately 11,000 SF of the Winston Prouty Federal Building, Essex Junction, VT., while occupied by government agencies. Work consists of bu t is not limited to: minor asbestos abatement, HVAC and ductwork removal and ins tallation, electrical enhancements, architechtural renovations which include wal l construction, painting and other finishes, lighting upgrade, doors and hardwar e, all with a strong emphasis on upgrading and meeting ADA standards. Construct ion value between $500,000.00 and $1,000,000.00. Procurement is open to both lar ge and small business. Solicitation issue date will be on or about 12/27/96 and the Bid opening date will be on or about 2/5/97. For information concerning th is solicitation contact Paul Dowd, Contract Specialist, at (617)565-7736. CITE: (I-344 SN009902) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Officer in Charge of Construction, P. O. Box 209 Oceanside, CA 92049- 0209 SUBJECT: Z--IMPROVE/REPAIR ACADEMIC INSTRUCTION BUILDING 62302, MCB, CAMP PENDLETON, CA SOL N68711-95-B-8842 DUE 012997 POC Wendy Friedrich, (619) 725-3222/Contracting Officer, Catherine Jones, (619) 725-3222 DESC: The work includes the repair and conversion of an existing building into an instruction center, including demolition, minor site work and paving, structural steel, metal decking, prefinished metal roofing, cold-applied built-up roofing, metal stud and gypsum board partitions, acoustic ceilings, ceramic tile, toilet accessories, plumbing, heating and ventilating, power, lighting, fire alarm, fire sprinklers, and incidental related work. S.I.C. Code is 1542, "General Contractors - Nonresidential Buildings, Other than Industrial Buildings and Warehouses". Estimated Cost is between $1,000,000.00 and $5,000,000.00. Completion time is 180 calendar days. Bid opening is scheduled for 2:00 PST, January 29, 1997 at Building 22101, Officer in Charge of Construction, Marine Corps Base, Camp Pendleton, CA. All responsible sources may submit a bid and it shall be considered. Copies of the solicitation will be available on a first come, first served basis December 30, 1996, and will be provided only in response to written or faxed requests received directly from the requestor. Requests for a copy of the solicitation must contain the firm name, address, phone number, fax number (if available), and the solicitation number or the request will not be processed. Facsimile requests can be sent to (619) 725-3222. Telephone requests will not be honored. EMAILADD: rajones@efdswest.navfac.navy.mil EMAILDESC: California CITE: (D-344 SN009907) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Dir of Contracting, SIOLE-KO, CDRLEAD, 1 Overcash Avenue, Chambersburg, PA 17201-4152 SUBJECT: Z-REPLACE CHAIN LINK FENCE, AMMO AREA, LETTERKENNY ARMY DEPOT SOL DAAC67-97-B-0017 POC Point of Contact - Edgar Miller, Contract Specialist, 717-267-9617 x306. Contracting Officer, Brenda S. Earnest, 717-267-9817 x260. DESC: Solicitation DAAC67-96-B-0017 is cancelled and will not be issued. EMAILADD: tkeller@letterkenn-emhl.army.mil EMAILDESC: CITE: (D-344 SN009909) [Commerce Business Daily: Posted December 09, 1996] [Printed Issue Date: December 11, 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 TAXIWAY ALPHA AT LAUGHLIN AFB TX SOL F41685-97-R-0012 DUE 121896 POC Juanita Vasquez, Contracting Officer, (210)298-5115 DESC: Correction: This action is to correct original advertisement in the CBD Publication. Due to the volume of paperwork and blueprints for this solicitation, a $50.00 fee per set has been established to offset the reproduction and mailing costs. For the purpose of this solicitation, a set consists of one(1) copy of solicitation, one (1) copy of specifications, and one (1) copy of blueprints. We will only accept cashier's checks made out to "Defense Accounting Office." Cash or credit cards will not be accepted.***** CITE: (W-344 SN009911) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Office of the Architect of the Capitol, Procurement Division, Room H2-262, Ford House Office Building, 2nd and D Streets, S.W., Washington, D.C. 20515 SUBJECT: Z -- REPLACEMENT OF PCB TRANSFORMERS SOL RFP No. 9664 DUE 012897 POC Contact Procurement Division, (202) 226-2557 DESC: Furnish all labor, equipment and materials to (1) replace existing PCB network transformer-protector units with non-PCB network transformer-protector - no-load disconnect switch units in existing transformer vaults; (2) remove PCB from the existing network transformers and dispose of by destruction and incineration of all PCB and associated transformers as per EPA requirements; (3) replace vault lighting system; (4) relocate and/or replace existing electrical feeders, and (5) replace existing network transformer-protector control conduits and wiring. The estimated price for this project is between $750,000.00 and 1,250,000.00. Offerors are strongly suggested to perform a field inspection of the site and to attend a Pre-Proposal Meeting scheduled to be held December 31, 1996 at 10:00 a.m., local time at Washington, D.C. Information concerning the meeting may be obtained by telephoning Mr. Vinod K. Wadhwa, Head, Electrical Engineering Division, at (202) 226-3470. NOTE: Requests for the solicitation package may be made via FAX b(by dialing Area Code (202) 225-3221. Mark the request attention "Procurement Division" and be sure request is on company letterhead containing address, telephone and return FAX numbers, and contact person. CITE: (I-344 SN009912) [Commerce Business Daily: Posted December 09, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: USDA-Forest Service, Umatilla National Forest, 2517 S.W. Hailey Ave., Pendleton, OR 97801-3942 SUBJECT: Z--ROAD RECONSTRUCTION SOL R6-14-97-14 DUE 053097 POC Merle Matthews, 541/278-3843 DESC: The Umatilla National Forest is soliciting quotes for the reconstruction of 0.24 miles of single-lane road and related work. Project is located on the Walla Walla RD in Umatilla Co., northeastern Oregon. Desired date for starting work is 7/1/97 with a contract time of 72 days. An alternative payment protection (bond) will be required. Price range: Between $25,000 and $100,000. CITE: (W-344 SN009962) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 47th Contracting Squadron, 171 Alabama Ave, Laughlin AFB TX. SUBJECT: Z--REPAIR MILITARY FAMILY HOUSING, PHASE IV, LAUGHLIN AFB, TX. SOL F41685-97-R-0010 DUE 122297 POC Contact Roy Hernandez, Contracting Officer, at (210)298-5118 or Juanita Rodriquez at (210)298-5608. DESC: Correction: This action is to correct original advertisementin the 12/03/96 CBD publication. Due to the volume of paperwork and blueprints for this solicitation, a $50.00 fee per set has been established to offset reproduction and mailing costs. For the purpose of this solicitation, a set consists of one (1) copy of solicitation, one (1) copy of specifications, and one (1) copy of blueprints. We will only accept cashier's checks made out to "Defense Accounting Office." Cash or credit cards will not be accepted. CITE: (I-344 SN009968) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Officer in Charge, NAVFAC Contracts, Naval Air Station, Joint Reserve Base, Bldg 50, 400 Russell Ave., New Orleans, LA 70143-5012 SUBJECT: Z--REPLACE HVAC SYSTEMS IN AFRS, BLDG 202, NAVAL AIR STATION, JOINT RESERVE BASE, NEW ORLEANS, LOUISIANA SOL N62467-97-Q-6656 DUE 010697 POC Mrs. Singleton or Mrs. Read at (504) 678-3278. DESC: The work includes: Providing labor, material and equipment to remove, provide and install a new HVAC system components, Building 202, Naval Air Station, JRB, New Orleans, Louisiana, and incidental related work as specified. The proposed acquisition is UNRESTRICTED. Estimated duration of the contract is 45 calendar days for completion. The estimate cost is between $25,000 and $100,000.00. Specifications will be available on or about 16 Dec 1996 until supply is exhausted. Requests for quotation package shall be submitted in writing (request may be faxed, (504) 678-3069 or (504) 394-7310). CITE: (M-344 SN009976) [Commerce Business Daily: Posted December 09, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: U. S. Army Engineer District, Norfolk, Attn: Cenao-CT, 803 Front Street, Norfolk, Virginia 23510-1096 SUBJECT: Z--REROOF WAREHOUSE 66, DSCR, RICHMOND, VIRGINIA SOL DACA65-97-B-0006 DUE 021197 POC Maryellen Maurer, (757)441-7551 DESC: This work includes asbestos, cleaning, testing and replacement of deteriorated gypsum concrete decking, underlayment and roofing; replacement/rehabilitation of parapet copings, roof drains, fascia and flahing as required, removal of all abandoned roofmounted ventilators and roof penetrations. Magnitude of project is estimated between $1,000,000 and $5,000,000. Duration of the project is 150 calendar days. This is an unrestricted procurement. SIC Code 1761 applies. Solicitation document are available from Defense Automated Printing Service (DAPS), 1641 Morris Street, Norfolk, VA 23511, (757)444-5968, in the non-refundable amount of $25.00 per set. DAPS will accept checks and money orders as payment. Solicitation documents are NOT available for purchase from Norfolk District. EMAIL mmaurer@cenad1.nad.usace.army.mil EMAILDESC: CITE: (W-344 SN010005) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 90th Contracting Squadron, 7505 Marne Loop, F.E. Warren AFB, WY 82005 SUBJECT: Z--REPAIR FLOOD DAMAGE AND CONSTRUCTION FLOOD STRUCTURES SOL F48608-97-B0004 DUE 022597 POC Mark Clapp, (307) 775-2635, Contract Specialist. DESC: The work consists of furnishing all labor, materials, equipment, and insurance necessary to repair flood damage and construct flood control structures at a missile site. The work includes the following: repair and replacement of corrugated metal culverts, chain link fencing, earthwork grading, riprap and geotextile flood control structures. The work is located in Cheyenne County, NE. Performance period for Firm Fixed Price construction contract awarded as a result of this solicitation will be 30 calendar days. To receive a solicitation package, requests must be in writing. The issue date will be on or about 26 Jan 1997 with bid opening date 30 days after issuance. The magnitude of this project is between $250,000.00 and $500,000.00. For further information, contact Mark Clapp, (307) 7756-2635, 90th Contracting Squadron, 7505 Marne Loop, F.E. Warren AFB, WY 82005-2860. CITE: (M-344 SN010007) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS 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--ASBESTOS ABATEMENT SOL F3260597Q0099 DUE 011097 POC Ken Barborak at (701) 747-5314/Contracting Officer, Thana Prochko, (701) 747-5266. DESC: Contractor shall furnish all plant, transportation, labor materials, equipment, supplies and supervision necessary for asbestos abatement work to include but not limited to the demolition, removal, repair, enclosure, encapsulation, and disposal of pipe insulation vessel insulation, spray-applied insulation, ceiling tile, floor tile, transite wall board, contaminated soil, fireproofing and pipe fitting insulation required to complete project as set forth in strict accordance with plans and specifications of the contract as specified in the Technical Provisions. The resulting contract will be an Indefinite-Quantity Contract with a magnitude of $15,000.00 minimum and $95,000.00 maximum. Delivery orders will be issued. The performance period shall be 365 calendar days after the date of contract award. This action is being issued unrestricted. All request for this project must be made in writing and can be faxed to the 319 CONS/LGCC, Grand Forks AFB, ND, (701) 747-4215. Project requirements will be made available on or about 20 Dec 96. CITE: (M-344 SN010009) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 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 DIKE AND PIPING AT HEAT PLANT SOL F32604-97-B0011 DUE 012297 POC A1C Heather Harper, (701) 723-4171. DESC: INVITATION FOR BIDS: IFB, drawings and specifications will be available for Repair Dike and Piping at Heat Plant at Minot AFB, North Dakota O/A 23 Dec 96. General construction that will involve removal of underground fuel piping and installing new fuel piping. Repairing aggregate basin. Cleaning and relining interior of above ground fuel tank. Approximately 20,000 barrel tank. Lead paint removal and repainting exterior of above ground fuel tank. Work is 60% general and 40% mechanical. Work is not in a secure area, and consists of a 180 day performance period. Water and electricity required will be furnished by the government. Project magnitude is between $250,000.00 and $500,000.00. This procurement is being issued pursuant to the Small Business Competitive 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. Project requirements will be made available O/A 23 Dec 96. When requesting information or a bid package, FAX the following information to (701) 723-4173, give name, address, telephone number, solicitation number, business size and list whether or not your firm is an SDB concern. CITE: (M-344 SN010011) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 325th Contracting Squadron, 501 Illinois Ave., Suite 5, Tyndall AFB, FL 32403-5526 SUBJECT: Z--REPLACE COMMISSARY ROOF SOL F08637-97-B4002 DUE 012197 POC TSgt Andrew W. Carrington, Contract Journeyman, (904) 283-3692; Russell E. Roderick, Contracting Officer. DESC: Furnish all labor, materials and equipment necessary to remove existing ballast aggregate from the existing 4-Ply Built-Up roof and retrofit with 2" Extruded Polystyrene Insulation and a Single-Ply Elastomeric Polymer Diene Membrane fully adhered roof system. The projected cost of the project is between $250,000.00 and $500,000.00. The period of construction is 100 days. CITE: (M-344 SN010018) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: GSA New River Realty Svcs District (3PN), The Wanamaker Building Room 621, 100 Penn Square East, Philadelphia, PA 19107-3396 SUBJECT: Z--ROOF REPLACEMENT AT THE STAGGERS FEDERAL BUILDING, MORGANTOWN, WV SOL GS03P97DWC1006 DUE 020497 POC Contract Specialist, Bernadette Kelly, (215) 656-5880, Contracting Officer, Ken Shutika, (215) 656-6150 DESC: Modification to the Roof Replacement, H.O. Staggers Federal Building, Morgantown, WV. Available date for Solicitation is changed from December 2 to December 17, 1996. Contact Stacey Tankle at (215) 656-5993 or fax (215) 656-7424. CITE: (I-344 SN010023) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: WALLA WALLA DIST, CORPS OF ENG, WALLA WALLA WA 99362-1876 SUBJECT: Z--CURTAIN GROUTING MONOLITHS 15 THRU 19, DWOSHAK DAM, CLEARWATER COUNTY, IDAHO SOL DACW68-97-R-0004 DUE 022197 POC Lucy Howerter, 509/527-7210 to order plans & specs; Charlene Duncan, 509/527-7207 for administrative and technical questions (Site Code DACW68) DESC: The portion of the synopsis being revised is as follows. The remaining portion of the synopsis is unchanged and is still applicable to this procurement. Proposals will be evaluated based on the following evaluation criteria in descending order of imprtance: (1) Technical Evaluation Factors; (2) Past Performance Evaluation Factors; and (3) Cost or Price Evaluation Factors. The first two factors, when combined, are significiantly more important than cost or price. The approval of any applicable subcontrcting plan is a go/no go factor. CITE: (I-344 SN010026) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: JACKSONVILLE DISTRICT OFFICE, U.S. ARMY CORPS OF ENGINEERS, P.O. BOX 4970, JACKSONVILLE, FL 32232-0019 SUBJECT: Z--ST. JOHNS WATER MANAGEMENT AREA IMPROVEMENTS, UPPER ST. JOHNS RIVER BASIN, CENTRAL & SOUTHERN FLORIDA PROJECT FOR FLOOD CONTROL AND OTHER PURPOSES, INDIAN RIVER COUNTY, FLORIDA SOL DACW17-97-B-0007 DUE 022597 POC Contract Specialist Deidra W. Cox (904) 232-1215 (Site Code DACW17) DESC: The work includes excavation of a 2,110 foot long channel near S- 96 and excavation of a 1,475 foot long channel north of S-96D. The work also includes filling a 1,600 foot long plug at the east end of the Ditch 7 levee and degrading 2,000 feet at th west end of the Ditch 7 levee. Equipment needed would include, but not be limited to, the following: earth moving and compaction equipment, dumps trucks, backhoes, dragline(s), a small dredge, and bulldozers. Magnitude of construction is between $500,000 o $1,000,000. Pre-Solicitation Notice will be issued on or about 09 Dec 96. Invitation DACW17-97-B-0007 will be issued on or about 01 Jan 97 and opened on or about 25 Feb 97. Cost of Plans and Specifications is $40.00. Checks should be made payable to FAO Jacksonville District, and sent to U.S. Army Corps of Engineers, Jacksonville, Florida. THIS IS AN UNRESTRICTED ACQUISITION. NOTE: Contracting information for the Jcksonville District is now available at our web site: http://www.saj.usace.army.mil/. SIC Code 1629. CITE: (I-344 SN010033) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: DIRECTORATE OF CONTRACTING, BLDG 4340, FORT JACKSON SC 29207-5490 SUBJECT: Z--REMOVE ACM FLOOR TILES AND MASTICS FROM VARIOUS PLACES AND REPLACE WITH NEW TILES, FORT JACKSON, SC SOL DABT47-97-B-0005 DUE 012297 POC Contract Specialist Nancy Hilliard (803) 751-4343 Contracting Officer Bill Swan (803) 751-7693 (Site Code DOCDOC) DESC: A requirements type contract will be established for removal of asbestos containing materials floor tiles and mastics, and replacing with new tiles and new underlayment at various Fort Jackson buildings and South Carolina Reserve buildings. All ACM dsposal will be at approved off-post landfills. Performance time for each building is 21 days. This requirement is being solicited under the Small Business Competitiveness Demonstration Program. SIC is 1752. Magnitude of work is between $100,000 and $250,00. Telephone requests will not be honored. Telefax requests may be sent to (803) 751-5234. Solicitation requests must include company name, street and mailing addresses, company point of contact, business size, and solicitation number. CITE: (I-344 SN010039) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: USAED WILMINGTON DISTRICT, CONTRACTING DIVISION W81LJ8, PO BOX 1890 (DARLINGTON AVE 28401-1343), WILMINGTON NC 28402-1890 SUBJECT: Z--MAINTENANCE DREDGING IN FAR CREEK, NORTH CAROLINA, AND STUMPY POINT, NORTH CAROLINA (DACW54-97-B-0009) SOL CEWCOD-7330-0004 POC DIANE GREENE/CESAW-CO-ON (910-251-4410); HILDA D. AYERS/CONTRACT SPECIALIST (Site Code DACW54) DESC: Work consists of Maintenance Dredging in Far Creek, North Carolina, and Stumpy Point, NC. Estimated quantity of material to be removed is 600,000 cubic yards. Diking will be required. Work is to be completed within 90 days after contractor receipt ofNOTICE TO PROCEED. Estimated cost range of the project is $500,000 - $1,000,000. Advertising date is scheduled for 16 DEC 1996 with bid opening on/or about 16 JAN 1997. Plans and specifications are $20.00 per set and will be available on/or about 16 DEC 196. Specifications only are $5.00 each. Make checks or money orders payable to "FAO, USAED, WILMINGTON". No refunds will be made and material need not be returned. Evaluation preference for Small Disadvantaged Business (SDB) Concerns in Construction Acquisition - Test Program, as set forth in DFARS 219.72 will apply to this acquisition. SOLICITATION NO. DACW54-97-B-0009. UNRESTRICTED. SIC CODE: 1629. CITE: (I-344 SN010041) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: US ARMY ENGINEER DISTRICT, FTW, P O BOX 17300, 819 TAYLOR ST, FT. WORTH TX 76102-0300 SUBJECT: Z--WING SUPPORT ADMINISTRATIVE FACILITY, KELLY AIR FORCE BASE, SAN ANTONIO, BEXAR COUNTY, TEXAS SOL DACA63-97-B-0006 DUE 012197 POC Contract Specialist NIANNE MOHLSTROM (817) 978-2132 (Site Code DACA63) DESC: Construct a 22,000 SF wing support facility with concrete slab and foundation; structural steel frame; and membrane roofing system. The project includes site improvements and supporting utilities and demolition of 4 buildings that contain asbestor, lad-based paint, CFC and PCB (41,000 SF total for demolition). "The plans and specifications have been placed on Compact Disk (CD-ROM) and will be provided free of charge. Plans and Specifications will not be provided in a printed paper hard copy format. Noification of amendments shall be made through either 3.5" floppy disk, CD ROM, and or the Internet. The Government intends to issue this solicitation through the use of CD ROM and the Internet. However, the Government reserves the right to use only the Internet as notification of any changes to this solicitation. It is therefore the contractors responsibility to check the following address daily for any posted chanes to this solicitation. Contractors may view and/or download this solicitation and all amendments from the Internet at the following Internet address: http://www.edl.swf.usace.army.mil/CONTRACT ." Estimated Cost Range: $1,000,000 to $5,000,000 - - Requestby must be sent to F&A Officer USAED FTW and sent to: USACE, Attn: Room 2A19, Post Office Box 17300, 819 Taylor Street, Fort Worth, Texas 76102-0300. NO EXPRESS MAIL PROCEDURES WILL BE UTILIZED ON INITIAL MAILINGS OF PLANS AND SPECIFICATIONS. No refund will be made and materials need not be returned. Solicitation to be issued on or about 12 Dec 96. Bid opening on or about 21 Jan 97. Duration of contract120 days. If a large business firm is selected for this announcement, it must comply with FAR 52.219-9 clause regarding the requirement for a subcontracting plan. The Fort Worth District's subcontracting goal is for 55.0% of the total subcontracted dollarsto go to Small Businesses, 8.5% to Small Disadvantaged Business (SDB), 3.0% to Women Owned Small Business (WOB) and 5.5% to Historically Black College & Universities or Minority Institutuions HBCU/MI and the remaining 35.2% with Small Businesses (SB). Bids from all responsible sources will be considered. SIC Code for this procurement is 1542, Small Business Size Standard is $17 million. CITE: (I-344 SN010047) [Commerce Business Daily: Posted December 09, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Commanding Officer, Southern Division,Naval Facilities Engineering Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston, SC 29419-9010 SUBJECT: Z - HANGAR 51 RENOVATION, NAVAL AIR STATION, CORPUS CHRISTI, TX SOL N62467-96-B-0893 DUE 012897 POC Technical Inquiries: Rhonda Earney, Code 0211RE. Contracting Officer L. R. Fisk. DESC: THIS SOLICITATION IS HEREBY BEING ISSUED ON AN "UNRESTRICTED" BASIS INVITING FULL AND OPEN COMPETITION. The work includes renovation work for existing Hangar 51, associated site work, asbestos and lead paint abatement and incidental related work. Work also includes construction of the new 74C Building and Hazardous Materials Building. For Plans and Specifications: There is a $110.00 NON-REFUNDABLE CHARGE for "EACH" set of Plans and Specifications. To obtain Plans and Specifications you may CHARGE your request to a CORPORATE VISA CREDIT CARD or make company check payable to: US TREASURY and send to: THE DEFENSE AUTOMATED PRINTING SERVICE, ATTN: RONNIE MITCHUM, P. O. BOX 71359, CHARLESTON, SC 29415 (TO FEDERAL EXPRESS YOUR REQUEST: THE DEFENSE AUTOMATED PRINTING SERVICE, ATTN: RONNIE MITCHUM, 2825 AVENUE "D" NORTH, SUITE "B", CHARLESTON, SC 29408-1802.) If problems arise concerning your request, call Ronnie Mitchum at 803/743-4040. PLEASE INDICATE IF YOU ARE A PRIME CONTRACTOR, SUBCONTRACTOR, SUPPLIER, ETC. PLEASE INCLUDE (1) A POINT OF CONTACT, (2) A TELEPHONE NUMBER, AND (3) A FAX NUMBER IN YOUR REQUEST FOR PLANS AND SPECIFICATIONS. To obtain a Plan Holders List fax your request to 803/743-3027. Plan Holders List will be mailed. We cannot fax Plan Holders List. For inquiries about Bid Opening Date or Number of Amendments; contact Shirley Shumer at 803/820-5923. Technical Inquiries prior to Bid Opening must be submitted in writing 15 days before Bid Opening to the address listed above, or faxed to 803/820-5853, Attn: Rhonda Earney, Code 0211RE. To obtain bid results, call 803/820-5922 after 10:00AM for a pre-recorded message that will be available the day following scheduled bid opening. Estimated cost is between $1,000,000.00 and $5,000,000.00. Estimated duration of the contract is 340 days for completion. CITE: (W-344 SN010064) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Contracting Officer, USCG Civil Engineering Unit Miami, 15608 SW 117th Avenue, Miami, Florida 33177-1630 SUBJECT: Z--PROVIDE DRAINAGE IMPROVEMENTS TO THE BUOY SLAB AT U.S. COAST GUARD BASE MAYPORT, FLORIDA SOL DTCG82-97-B-3WCA07 DUE 012397 POC Judy Stamper, (305) 278-6724. DESC: This project includes furnishing of all labor, supervision, materials and equipment necessary to demolish the existing raceway, provide new raceway, and drill new drain holes through the existing concrete pile cap. The estimated cost range is between $25,000.00 and $100,000.00 Bid guarantee and payment bonds are required. This solicitation is being issued pursuant to Small Business Competitiveness Demonstration Program. 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 (FAX #305-278-6704). CITE: (M-344 SN010070) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 325th Contracting Squadron, 501 Illinois Ave., Ste. 5, Tyndall AFB, FL 32403-5526 SUBJECT: Z--REPAIR OF 20 MFH UNITS SOL F08637 97B4001 DUE 012097 POC SSgt Frank Parker, Contract Specialist, (904) 283-8648, or Mr. Russell E. Roderick, Contracting Officer, (904) 283-2936. DESC: The scope of this project consists of furnishing all labor, materials, and equipment necessary to demolish and remove existing walls, doors, casework, etc. and mechanical, plumbing and electrical items in 20 military family housing units as indicated on drawing. Provide and install new walls, interior finishes, appliances, electrical fixtures, etc. The work shall also include new mechanical and electrical systems and tie into the existing systems. This work description is intended as general information only and is not intended to include or describe every feature or item of work. The SIC code for this project is 1521. The project magnitude is between $500,000.00 and $1,000,000.00. The performance period will be 330 days. This acquisition is unrestricted. Written or facsimile requests for solicitation package will be honored on a ``first come first served'' basis. Send facsimile requests to (904) 283-1033. To avoid delays in mailing solicitation, request that potential contractors provide the nine-digit ZIP codes on all requests. Tentative issue and opening dates are 20 December 96 and 20 January 1997, respectively. CITE: (M-344 SN010074) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 193rd Special Operations Wing (PA-ANG) LG/LGC, 79 Mustang Alley, Harrisburg International Airport, Middletown, PA 17057-5079 SUBJECT: Z--CHAIN LINK FENCE INSTALLATION AT UNIVERSITY PARK AIRPORT-STATE COLLEGE ANG BASE SOL DAHA36-97-B-3001 POC Contracting Officer Msgt Charles R. Bishop (717) 948-2360. DESC: Cancellation: Solicitation Number DAHA36-97-B-3001, the Installation of Government Furnished, aluminum chain link fence at the State College Air National Guard Base, University Park Airport, State College, Pennsylvania which was published in the Commerce Business Daily on Wednesday, November 6, 1996 has been canceled. This project will not be reannounced. CITE: (M-344 SN010098) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 90th Contracting Squadron, 7505 Marne Loop, F.E. Warren AFB, WY 82005 SUBJECT: Z--RENOVATION OF BASE CHAPEL SOL F48608-97-B0005 DUE 030397 POC Janet Dull, (307) 775-2635, Contract Specialist. DESC: The work consists of demolition of selected portions of the building, limited asbestos abatement, repairs, new restrooms meeting ADA requirements, office conversions and a limited amount of other new work including partitions, ceilings, flooring, finishes, millwork, windows, doors, heating/ventilation, plumbing, light fixtures, electrical systems and fire detection. The addition (annex) includes a fellowship hall and small kitchen complete with mechanical and electrical systems. Exterior work includes limited grading, sidewalks, sprinkler system, and landscaping. Performance period for Firm Fixed Price construction contract awarded as a result of this solicitation will be 240 calendar days. To receive a solicitation package, requests must be in writing. The issue date will be on or about 30 Jan 1997 with bid opening date 30 days after issuance. The magnitude of this project is between $500,000.00 and $1,000,000.00. For further information, contact Janet Dull, (307) 775-2635, 90th Contracting Squadron, 7505 Marne Loop, F.E. Warren AFB, WY 82005-2860. CITE: (M-344 SN010110) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Officer in Charge of Construction, Box 139, NAS, Jacksonville, FL 32212-0139 SUBJECT: Z--REPLACE WINDOWS AT BUILDING 101, NADEP, NAVAL AIR STATION, JACKSONVILLE, FL SOL Contract N62467-95-B-2523 DUE 012397 POC OICC Office. DESC: The work includes, at Building 101 (Naval Aviation Depot-Admin), removing 69 windows and one pair of double doors former door opening will be in-filled with two new windows and new wall section, to match the adjacent wall in finish and material. All finishes disturbed-floor, wall, ceiling etc. will be repaired or replaced to match the existing finishes adjacent. Included also is the abatement of lead-based paint and materials in and around the existing windows. The exterior walls (including flashing) in the area of the project will be finished painted to match existing. New steel window frames (interior and exterior) shall be finish painted to match existing. The contractor will be required to complete the work in 195 calendar days after Notice to Proceed.--Bid opening date listed in item 10 is approximate--Request bid documents by 23 December 1996--PLANS AND SPECIFICATIONS CAN NO LONGER BE PICKED UP AT THIS OFFICE. THERE WILL BE A $23.00 NON-REFUNDABLE CHARGE FOR ``EACH'' SET OF PLANS AND SPECIFICATIONS. NO TELEPHONE ORDERS FOR YOUR PLANS AND SPECIFICATIONS CAN BE ACCEPTED; HOWEVER, IF PROBLEMS ARISE CONCERNING YOUR REQUEST, CALL CAROLYN POLLOCK AT (904) 772-3446 OR 3447. TO ORDER, MAKE COMPANY CHECK OR MONEY ORDER PAYABLE TO: U.S. TREASURY AND SEND TO: DEFENSE AUTOMATED PRINTING SERVICE, ATTN: CAROLYN POLLOCK, P.O. BOX 3, NAVAL AIR STATION, JACKSONVILLE, FL 32212-0003. TO OBTAIN PLAN HOLDERS LIST FAX YOUR REQUEST ATTN: CAROLYN POLLOCK AT (904) 772-3892. PLAN HOLDERS LIST WILL BE MAILED. WE CANNOT FAX PLAN HOLDERS LIST. FOR INQUIRIES ABOUT BID OPENING DATE OR NUMBER OF AMENDMENTS CONTRACT CONTRACTS DIVISION AT (904) 772-5574. A ``9'' digit zip code must be included on all requests''--The proposed contract listed here is unrestricted--Estimated cost is between $100,000.00 and $250,000.00. CITE: (M-344 SN010119) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: OICC ROICC Norfolk Naval Shipyard, NAVFACENGCOM contracts, NAVSHIPYD Bldg 491, Portsmouth, VA 23709-5000 SUBJECT: Z--CONSTRUCT PROCESS TANKS AND PIPELINES, CRANEY ISLAND, FLEET AND INDUSTRIAL SUPPLY CENTER, PORTSMOUTH, VIRGINIA SOL N62470-96-6150 DUE 012897 POC Bid Packages, Sandra Johnson, (757) 396-5121; Contract Specialist, Laura L. Lathrop; Contracting Officer, Rosalind D. Rogers. DESC: The work includes the construction of two new pile supported welded steel above ground 1.5 million gallon tanks with sludge scraper mechanism; construction of two pile support 35,000 gallon above ground vertical storage tanks; repairs to one 1.5 million gallon storage tank to include bottom replacement of approximately 3600 feet of pipeline; and incidental related work. Estimated cost range: $1,000,000.00 to $5,000,000.00. LANTNAVFACENGCOM is committed to substantive participation of small disadvantaged (SDB) and women-owned enterprises in the performance of the work for this contract. If you are a large business and your bid will exceed $1,000,000.00, you will be required to submit a subcontracting plan. Plans and specifications will be available on or about 27 December 1997. A limited number of plans and specifications will be available on a first-come-first-served basis until the supply is exhausted. There is no charge for the first set of plans and specs (additional sets are $25.00 each); HOWEVER, EACH FIRM IS RESPONSIBLE FOR OBTAINING BID DATA. LOCAL FIRMS MAY PICK UP PACKAGES AT THE ISSUING OFFICE. OUT OF TOWN FIRMS MUST MAKE ALL ARRANGEMENTS FOR TYPE OF DELIVERY DESIRED AND NOTIFY ISSUING OFFICE. No plan holders lists will be faxed. All responsible sources may submit an offer which will be considered CITE: (M-344 SN010131) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: GSA, Business Service Center (5ADB), JCK Federal Building, 230 South Dearborn Street, Room 3714, Chicago, IL 60604-1696 SUBJECT: Z--KALMAZOO, MI, FEDERAL BUILDING AND U.S. COURTHOUSE, CHILLER REPLACEMENT SOL GS05P97GAC0026 DUE 020597 POC Belinda Arthur, (312) 886-6909. DESC: Chiller Replacement at the Federal Building and U.S. Courthouse, 410 W. Michigan Avenue, Kalamazoo, Michigan. Performance period is one hundred fifty three (153) calendar days from receipt of notice to proceed, with an estimated start date of 073097. Scope of work includes but is not limited to the following items of work: replacement of two (2) existing 60 ton chillers, operating controls, cooling coils, chilled water pumps, condenser pumps and main switchgear electrical panel. The estimated cost range for this project is between $500,000.00 and $1,000,000.00. Specifications will be available on or about January 6, 1997. Sealed bids will be open publicly on February 5, 1997, at 2:00 p.m. (Chicago time.). This proposed contract is being solicited on a total Small Business Set-Aside basis. Bids received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected. Standard Industrial Classification Code is 1711 with an average gross revenue of $7 million for the last three (3) years. Funds are not presently available for this project. To obtain a copy, please call Belinda Arthur, at (312) 886-6909, or write GSA Property Management Contracts Branch (5PMCM), 230 South Dearborn Street, Room 3324, M/S 33-3, Chicago, IL, 60604-1696. When calling, be prepared to state name, address and solicitation number. CITE: (M-344 SN010134) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: GSA, PBS, Property Development (5PCM), 230 South Dearborn Street, Room 3360, Chicago, IL 60604-1696 SUBJECT: Z--COURTROOM LIGHTING IMPROVEMENTS, FEDERAL BUILDING AND U.S. COURTHOUSE, 46 E. OHIO STREET, INDIANAPOLIS, INDIANA SOL GS05P97GBC0004 DUE 012297 POC Cecelia A. Morris, (312) 353-9780 or Kathleen Kapala, (312) 353-7560. DESC: Correction: The originally publicized CBD notice dated 12/03/96, has a proposal closing date of 01/22/97. All other information publicized in the original synopsis is correct. CITE: (M-344 SN010137) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: U.S. Department of the Interior, Bureau of Indian Affairs, Aberdeen Area Office, Branch of Roads/Contracting Section, Mail Code 307A, 115 4th Ave. SE., Aberdeen, SD 57401-4383 SUBJECT: Z--PINE RIDGE STREETS, SEAL AND CHIP PROJECT SOL RDSA00-1176 POC Mary Sumption, (605) 226-7645. DESC: This solicitation is hereby canceled in its entirety due to unreasonable bids. CITE: (M-344 SN010138) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 436 Contracting Squadron, 639 Atlantic Street, Dover AFB DE 19902-5639 SUBJECT: Z -- REPAIR TERMITE/WATER DAMAGE IN MILITARY FAMILY HOUSING UNITS SOL F07603-97-Q4032 DUE 012697 POC Pamela Alston, Purchasing Agent, 302-677-5028 DESC: The project consists essentially of, but is not limited to, repair of termite damage and other specified items at Dover Air Force Base, DE, 17 units. Work will be unoccupied facilities. Work consists of removal and replacement of all wood members and drywall sections damaged by termite infestation or termite investigation. Replace wood trim and electrical items as specified. Paint interior and refinish wood floors as required.The Standard Industrial Code (SIC) is 1521. Performance period is 120 ccalendar days. The magnitude of this project is between $25,000.00 and $100,000.00. All responsible sources may submit a quote which will be considered by this agency. When requesting solicitation, provide information as to whether your organization (together with its affiliates) is a large or small business. Furnish street address and 9-digit zip code with request. Telephone requests will not be honored. Written requests may be made by facsimile at 302-677-2907. See Note(s): 1. CITE: (I-344 SN010168) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 305 Contracting Squadron, 3563 Lancaster Ave, McGuire AFB, NJ 08641- 1712 SUBJECT: Z -- REPLACE APPROACH LIGHTING AT MCGUIRE AFB, NJ SOL F28609-97-B0009 DUE 012797 POC Judith A. Green, Contract Specialist, (609) 724-3422. DESC: Repair of Approach Lights, Runway 06, at McGuire AFB, New Jersey. WRITTEN REQUESTS ONLY - Fax requests accepted at 609-724-5931. Work to be performed includes, but is not limited to the following: removal and disposal of existing Threshold and Paved Overrun Area to include all inset and elevated lighting fixtures with associated wiring and equipment; removal and disposal of all existing frangible mounted and elevated (pole mounted structures) light fixtures with associated wiring and equipment, removal and disposal of all pole structures and associated support equipment; all existing direct buried series circuit wiring shall be abandoned in place. New work includes: Threshold and Paved Overrun Area - Inset light fixtures with bases, associated wiring, isolation transformers, etc., shall be installed per ALSF-2 requirements; Unpaved Approach Area - Frangible and LIR mounted approach centerline light fixtures shall be installed per ALSF-2 requirements. Sequenced flasher system lights shall be installed per ALSF-2/SSALR requirements; all lighting and control circuits shall be installed in ductbanks underground; constant current regulators and system control components shall be provided and installed in Building 1611. Performance period is 240 calendar days from receipt of Notice to Proceed. IFB will be issued on or about 27 December 1996. The proposed procurement herein is unrestricted. Standard Industrial Classification Code for this procurement is 1623. Any concern responding to this solicitation is classified as a small business if the averge annual receipts of the concern and its affiliates for the preceding three fiscal years do not exceed $17.0 million dollars. Proposed contract is between $1,000,000.00 and $5,000,000.00. CITE: (I-344 SN010169) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: SOUTHWESTNAVFACENGCOM (Code 0212), 1220 Pacific Highway, San Diego, CA 92132-5187 SUBJECT: Z -- PAINT VARIOUS STRUCTURES 94-2, DFSP OZOL, MARTINEZ, CALIFORNIA SOL N68711-94-B-1475 DUE 020397 POC For Plans and Specs info call 619-532-2082/Contract Specialist, Lucile Miranda/Contracting Officer, Maria Williams. DESC: PRESOLICITATION NOTICE - The work includes surface preparation and painting of existing steel tanks, pumps, piping, valves and fittings for petroleum storage and transfer; fire fighting tanks, piping, valves, fittings and equipment; exterior metal surfaces of sheds and buildings; metal pier hardware and equipment, metal towers, platforms, stairs and handrails, other equipment and structures including lighting poles, fire hydrants, boom assemblies, and incidental related work complete and ready for use.--The estimated cost is between $100,000 and $250,000. -- Firm Fixed Price Contract. -- Contract duration is approximately 120 calendar days. - -- This proposed contract will be unrestricted.--The Standard Industrial Code is 1721 and the annual size standard is $7.0 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 N68711-94-B-1475, 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 4 January 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-344 SN010170) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: SOUTHWESTNAVFACENGCOM (Code 0212), 1220 Pacific Highway, San Diego, CA 92132-5187 SUBJECT: Z -- PAINT VARIOUS STRUCTURES, 94-2, DFSP NORWALK, NORWALK, CALIFORNIA, 94-9, DFSP, SAN PEDRO, LOS ANGELES, CALIFORNIA SOL N68711-94-B-1474 DUE 020397 POC For Plans and Specs info call 619-532-2082/Contract Specialist, Lucile Miranda/Contracting Officer, Maria Williams. DESC: PRESOLICITATION NOTICE - The work includes surface preparation and painting of existing steel tanks, pumps, piping, valves and fittings for petroleum storage and transfer; fire fighting tanks, piping, valves, fittings and equipment; exterior metal, wood and stucco surfaces of sheds and buildings; metal towers, platforms, stairs and handrails, other equipment and structures including transformer vault, and incidental related work complete and ready for use.--The estimated cost is between $250,000 and $500,000. -- Firm Fixed Price Contract. -- Contract duration is approximately 180 calendar days. -- This proposed contract will be unrestricted.--The Standard Industrial Code is 1721 and the annual size standard is $7.0 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 N68711-94-B-1474, 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 4 January 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-344 SN010171) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Facilities Support Contracts, Public Works Division, Marine Corps Air Station, Beaufort, SUBJECT: Z -- INSTALLATION OF GOVERNMENT FURNISHED PRECISION APPROACH PATH INDICATOR (PAPI) SYSTEM, MARINE CORPS AIR STATION, BEAUFORT, SC SOL N62467-97-Q-4922 DUE 011497 POC Debbie Foss, Contracting Officer, (803) 522-7678, LCDR J.A. ANGELL,II Contracting Officer, (803) 522-7072. DESC: This Request For Quotation is to obtain installation of Government furnished Precision Approach Indicator (PAPI) System and power adapter cabinets for Runway 05-23. The contractor shall provide all labor, transportation, materials, supervision and equipment to fulfill the requirments of the contract. The work includes providing of underground conduit, conductors, concrete equipment pads and incidental related work at the Marine Corps Air Station, Beaufort, South Carolina, by means of a Firm-Fixed type contract. The proposed contract listed herein is issued as an unrestricted procurement. Therefore, replies to this notice are requested from all types of business. All responsible sources shall submit a request in writing for a Request for Quotation Package. Requests shall have company name, address, phone number and Request for Quotation Number. CITE: (I-344 SN010175) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Midwest Region, ATTN: Contracting Division, Bldg 3030, 300 AFCOMS Way, Kelly AFB, TX 78241-1632 SUBJECT: Z--REPAIR OF INTERIOR WALL SURFACES, PAINTING, WALLCOVERING AND REPLACEMENT OF RESTROOM VANITY COUNTERTOPS SOL DeCA06-97-T-0001 DUE 122096 POC Elaine Austin, Contract Specialist, or Contracting Officer, Mary Scogin, (210) 925-4107/5924. DESC: The contractor shall furnish and provide all labor, material, equipment, and transportation to repair and patch interior wall surfaces, remove old and replace with new wallcovering, chair rails, rubber stair treads, stringer and landing flooring on all stairs, paint all metal stair railing, remove and reinstall miscellaneous wall-mounted items, and replace restroom vanity countertops. A firm fixed price purchase order is contemplated. Award will be made on an all-or-none basis. This procurement is set aside for small business. All requests must be in writing; telefax will not be accepted. CITE: (M-344 SN010180) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Officer in Charge/Resident Officer in Charge of Construction, Stop 49, Peary Road, Naval Air Station, Patuxent River, Maryland 20670-5504 SUBJECT: Z--REPAIR FITNESS CENTER (DRILL HALL) BUILDING #458, NAVAL AIR WARFARE CENTER/AIRCRAFT DIVISION, NAVAL AIR STATION, PATUXENT RIVER, MARYLAND SOL N62477-95-R-3006 POC Contract Specialist, Mary Donovan, (301) 342-3854; Procurement Technician Anna Taylor (301) 342-3854. DESC: Correction: Postponed Indefinitely. CITE: (M-344 SN010184) [Commerce Business Daily: Posted December 09, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: ASCW-Office of Contracting, Bldg S-4, Sharpe Facility, P.O. Box 960001, Stockton, CA 95296-0800 SUBJECT: Z--REWIRE LIGHT FIXTURES SOL SP3200-97-Q-0021 DUE 011796 POC Sonya Baird, Contract Specialist, (209) 982-2426 DESC: Contractor to remove existing circuit breaker disconnects and remove conduit, wire, and junction boxes from existing high density discharge(HID)light fixtures to existing electrical panels. Provide and install new wire, conduit and junction boxes for lighting disconnects, all new conduit, wire, junction boxes, and related equipment in Warehouse 386 Sections 1 and 2 at Defense Distribution Region West, Sharpe Facility, Lathrop, CA. Period of Performance is 60 days after Notice to Proceed. Standard Industrial Code is 1731 for which the small business size standard is $7 million. Estimated Project Size is between $25,000 and $100,000. All responsible sources may submit a quotation which shall be considered. A written Request for Quotation will be issued. Anticipated award date is 27 Jan 97. Only written requests will be accepted and may be mailed to Contracting Division, ASCW-PAA, P. O. Box 960001, Stockton, CA 95296-0800 or faxed to (209) 982-2499. CITE: (W-344 SN010188) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: GSA, Property Management Contracts Branch (5PMC-W), 230 S. Dearborn Street, Room 3324, Chicago, IL 60604-1696 SUBJECT: Z--JEFFERSONVILLE, INDIANA, FEDERAL CENTER BUILDINGS 63 AND 64, STORM DRAIN REPLACEMENT SOL GS005P97GAC0031 DUE 020597 POC Robert Higgins, Contract Specialist, (312) 886-3981. DESC: Scope of work includes but iS not limited to providing all labor, materials, equipment and supervision required for demolition, earthwork, hot-mix asphalt paving, storm sewer piping and structures, and cast in place concrete. The completion time for this project is 190 calendar days from Notice to Proceed. Estimated cost is between $100,000.00 to $250,000.00. Specifications will be available on or about January 6, 1997. Proposals will be opened privately at the General Services Administration, Property Management Contracts Branch (5PMC-W), 230 S. Dearborn Street, Room 3324, Mail Stop 33-3, JCK Federal Building, Chicago, IL 60604-1696. Proposals are due on February 5, 1997 by 4:00 P.M. (Local Time) and should identify the project title, solicitation number, and proposal closing date on the outside of the envelope. The proposed contract is being solicited to all business concerns. The small business size standard for this project is $17 million and the Standard Industrial Classification Code is 1542. To request plans and specifications contact Robert Higgins at (312) 886-3981 or write GSA, Property Management Contracts Branch (5PMC-W), Attn: Robert Higgins, 230 S. Dearborn Street, Room 3324, Mail Stop 33-3, JCK Federal Building, Chicago, IL 60604-1696. When calling, be prepared to state name, address, and solicitation number. You may submit E-mail requests to PBSCHGO@GSA.GOV. You should include this in the body of the E-mail: 1. Robert Higgins; 2. GS05P97GAC0031; 3. Your mailing address. CITE: (M-344 SN010191) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: U.S. Department of State, Office of Foreign Buildings Operations, P.O. Box 12248, Rosslyn Station, Arlington, Virginia 22219 SUBJECT: Z -- Z--BASIC ORDERING AGREEMENTS FOR DESIGN/BUILD PROJECTS SOL S-FBOAD-97-R-0024 DUE 020797 POC Mark J. Toler (703) 875-6291 or facsimile 875-6292. DESC: The Department of State, Office of Foreign Buildings Operations, is seeking to qualify offerors for design-build services for building upgrades and additions including building systems upgrades and/or replacements, site improvements, security improvements, fire and life safety upgrades, energy conservation upgrades, replacement of HVAC systems, sprinkler system installations, and other similar projects. In addition to construction services, design services in the following technical areas will be required: Civil, Electrical, Mechanical, Structural Engineering, Architectural, Interior Planning and Design, Fire Protection, specialty areas such as communication and security systems, blast and ballistic protection, and design for seismic loading. All work will be performed in accordance with U.S. Government requirements, budget, Statements of Work which shall be representative of a conceptual level stage of development, and all applicable laws, codes and standards at the overseas project sites. Construction will be based on the selected Contractor's approved construction drawings (which shall utilize Computer Assisted Design and Drafting (CADD) with Auto Cadd deliverables in R12 files in DOS format) and specifications. Offerors must demonstrate that they have the capability to successfully finance up to three projects in the $1,000,000 to $5,000,000 range and possess the ability to provide full performance and payment bonds in a form acceptable to the U.S. Government. Offerors must demonstrate that the principal designer and principal constructor each has a minimum of five (5) years experience in design-build projects. The offerors must also provide information on financial institutions in which they maintain accounts: Name, address, telephone number, and point of contact. The offeror shall provide a letter of reference from each of the financial institution(s) confirming that their firm has sufficient net current assets and/or working capital to properly finance these projects. The Department anticipates award of up to six Basic Ordering Agreements under which each firm will compete for individual orders. One of the BOAs will be set aside for a small business. The small business size standard under Standard Industrial Classification (SIC) 1542, is not more than $17,000,000 average annual gross revenue for the previous three fiscal years. The remaining five BOAs may be awarded to large or small businesses. The maximum dollar limitation for each Task Order awarded pursuant to the terms of the agreements is $5,000,000. The period of performance for the BOAs will be one base year plus four option years. Performance period for task orders will be established upon issuance of each task order. A security clearance is not required at this time. Selection will be based on technical qualifications. Firms responding to this announcement on or before the closing date will be considered for selection using the following evaluation criteria: - -- 100 points maximum: a). Demonstrate that the principal designer and principal constructor each has experience, individually or collectively, in completing design-build projects of similar size and type outside the North American continent - 30 points max; b). List and demonstrate experience with a minimum of three successful design-build projects similar in size and type that have been completed within the past five (5) years, with at least one design-build project in the $1,000,000 to $5,000,000 category. Provide project name, location, type of contract, names of major subcontractors or joint venture partner used in the project and the value of each; and owner (contact name and telephone number). Although previous or ongoing performance on a similar U.S. Government contract is not a requirement, if such contracts have been performed, the offeror must have performed at a satisfactory level, as a minimum - 30 points max; c). Demonstrate firm's fully integrated design capability for the Architectural, Interior Planning and Design, Civil, Structural, Electrical, and Mechanical disciplines; the ability to meet schedule, cost, and technical performance requirements; and the successful utilization and completion of the metric system in design projects. Projects provided to demonstrate design capability should exhibit a quality of design similar to that required of office buildings, corporate headquarters, etc. - 20 points max; d). Describe the philosophy/methodology for construction quality and cost control and quality assurance your firm uses and would propose on projects of this type and also describe your firm's capability to produce either in-house or by outside consultant, automated network/scheduling plans and analysis - 10 points max; e). Provide information to show your firm's management for the past five (5) years. Provide the following information for the principal officers of your firm: Name, present position and dates of tenure, previous positions in the last five years, years of experience and in what capacity. Provide information for proposed Key Project Personnel (Project Manager, Quality Control Officer, Site Superintendent, etc.: Name, present position, previous positions in last five (5) years, years with firm, professional qualifications, professional U.S. registration for key design personnel, and construction experience and in what capacity. If subcontractors and/or joint venture partners, list the roles and responsibilities which you would usually assign to subcontractors and suppliers for a project of this size - 10 points max. Written responses to the qualification criteria listed above are required. Offerors are reminded to submit sufficient background documentation to verify their ability to meet each of these criteria. Design-Build firms which meet the requirements of this synopsis are invited to submit two copies of Standard Form 254, Architect/Engineer and Related Services questionnaire and two copies of Standard Form 255, Architect/Engineer and Related Services questionnaire for specific projects to support design qualifications. Note: Qualification determinations will be based only on the information provided by prospective offerors seeking qualification. Additional information need not be submitted except as specifically required to support information requested. In order to qualify, offerors must submit an original and two copies of the qualification package to: U.S. Post Office Address: U.S. Department of State, Office of Foreign Buildings Operations, A/FBO/AP/AD/DCB, SA-6, Room L-600, Attention: Mark J. Toler, P.O. Box 12248, Rosslyn Station, Arlington, Virginia 22219; Courier/Overnight Mail Address: U.S. Department of State, Office of Foreign Buildings Operations, A/FBO/AP/AD/DCB, Room L-600, Attention: Mark J. Toler, 1700 North Lynn Street, Arlington, Virginia 22209. Completed Qualification Packages must be received by close of business, February 7, 1997. CITE: (I-344 SN010205) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: NASA/Goddard Space Flight Center, Wallops Flight Facility, Code 218, Wallops Island, VA 23337 SUBJECT: Z -- RESTORATION OF WATER SYSTEM, PHASE III SOL RFO5-01383-614 DUE 020597 POC James L. Mitchell, Contracting Officer, 757-824-1067, james.l.mitchell.1@gsfc.nasa.gov. DESC: The Contractor shall provide all services and materials for the Restoration of Water System, Phase III. The work includes well abandonments, miscellaneous point repairs to the water distribution system, and the installation of new water mains. Bid opening date is February 5, 1997 at 2:00 p.m. Eastern. 1 Job. Deliveries to Wallops Island, VA. Services shall be completed within 270 days of date of notice to proceed. The estimated cost ranges between $500,000.00 and $1,000,000.00. Bid packages containing specifications are available at a nonrefundable cost of $75.00. Requests are to be forwarded to: NASA/GSFC, James L. Mitchell, Code 218, Wallops Flight Facility, Wallops island, VA 23337. Payment must be made in the form of a company or certified check or money order only which must accompany the request. No personal checks or cash will be accepted. Checks shall be made payable to the National Aeronautics and Space Administration. This procurement is being conducted under NASA's MidRange Procurement Procedures. All responsible sources may submit a bid which will be considered. This synopsis is also an intentto synopsize the pre-solicitation notice. No telephone requests accepted. Collect calls not accepted. Electronic versions of the documents will be provided on the World Wide Web at http://genesis.gsfc.nasa.gov/procure.htm, and by anonymous ftp to genesis.gsfc.nasa.gov/public/web/solicita. CITE: (I-344 SN010209) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property--Potential Sources Sought OFFADD: Officer in Charge of Construction, Coastal Systems Station, Dahlgren Division, 6703 West Highway 98, Suite 126, Panama City, Florida 32407-7001 SUBJECT: Z--ROOF REPAIRS TO BLDG. 381 SOL N62467-96-Q-2962 DUE 011597 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: Work includes removal and replacement of roof material on a wood structure, Bldg. 381, located in a non-magnetic area. Demolition work shall include removal and disposal of existing single ply roof material. New work shall include installation of specified roofing system and plywood areas as indicated. Bldg. 381 is a non-magnetic structure and all items applied to building shall be screened for magnetic composition as specified. Estimated cost range is between $25,000.00 and $100,000.00. Item 10, quote due 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-344 SN009994) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 10--Weapons OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 10--FEED, SLIDE TOOL. ** SOL SP0760-97-R-4504 DUE 012797 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Brenda G Owens, 614 -692-3707 DESC: PR-NO: YPC96303000640 NSN 1010-01-138-4798, CAGE 10001 Part No 3269542 feed slide tool. Steel material. I/A/W naval ordnance systems command drawing number 3269542. ** ** 2,606 -EA Del to Texarkana TX 75507 Del by 195 days after date of award. See NOTE: 1 & 9. Small business size standard is 500 employees. Solicitation not available until 15 days after published in the CBD. Written requests for drawings are to be submitted to Defense Supply Center Columbus, Attn: DSCC-VTRD, P.O. Box 3990, Columbus, OH 43216-5000, by FAX (614)692-2998 or Call (614)692-2344. Requests should include the IFB/RFP/RFQ number, opening/closing date, NSN, YPC/ZPC or NPC number; buyer's name and your complete name and address. Federal, military and commercial specifications cannot be provided by DSCC. Proposed procurement contains a 100% option for increased quantities. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be 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-343 SN009856) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 10--Weapons OFFADD: US Army Armament and Chemical Acquisition and Logistics Activity (ACALA) Attn: AMSTA-AC-PCC (WWL), Rock Island, IL 61299-7630 SUBJECT: 10 -- GRIP ASSEMBLY, CONTR SOL DAAE20-97T0084 DUE 013197 POC Contract Specialist: Nancy Oakes (309) 782-7168, PCO: Barry R. Hartleben (309) 782-7116 DESC: 1090-00-859-5972, Part Number 10887015. Control Assembly - Item is a multi-component electromechanical grip assembly consisting of molding and cast components, electrical harness assy, bearings, cams, shafts, trigger, etc. Requirements are 57 ay Grip Assembly, Contr. For use on the M728 CEV. FOB is destination. ANSI-ISO-ASQC Q9002 or equivalent inspection criteria required. Proposed contract is a 100% small business set-aside. All or part of this action is an unfunded FY95 requirement. The proposed contract will include a 100 percent option. Estimated issue date of this solicitation is 123196. 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-344 SN009927) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 10--Weapons OFFADD: Cmdr, MARCORSYSCOM, Code CTCman, Washington, DC 20390-0001 SUBJECT: 10 -- NON LETHAL WEAPONS SOL M67854-97-R-0005 DUE 122396 POC M. A. Norris, Contracting Officer, (703) 696-0919. DESC: The Marine Corps Systems Command (MCSC) proposes to procure the following Commercial Non-lethal Weapons for unruly crowd control: Riot Face Shield 200 ea (options for 2800), Full-Length Riot Shield 40 ea (options for 560), Expandable Riot Baton w/Holder Carry Case 200 ea (options for 2800), Riot Baton Training Suit 2 ea (options for 28), Training Riot Baton 200 ea (options for 2800), Portable Bullhorn 13 ea (options for 182), High-Intensity Xenon Searchlight 3 ea (options for 42), Disposable, Double, Restraining Wrist/Forearm/Ankle Cuff 200 ea (options for 2800), Buttcuffs 27 ea (options for 378), Caltrop 5,000 ea (options for 70,000), Inert Individual OC Canister 400 ea (options for 5,600), Inert Team OC Canister 120 ea (options for 1,680), Inert High Volume Output, High Capacity OC Canister 10 ea (options for 140), 25 RD 12 GA Shell Pouch 81 ea (options for 1,134), 40 MM Carrying Pouch 60 ea (options for 840), and String Ball Grenade/Flash Bag Pouch 200 ea (options for 2,800). Companies should submit their requests for the solicitation in writing along with one copy of their commercial descriptive literature for the above items. All responsible firms may submit an offer which MCSC will consider. CITE: (I-344 SN010143) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 10--Weapons OFFADD: US Army Armament and Chemical Acquistion and Logistics Activity (ACALA) Attn: AMSTA-AC-PCC (HTJ), Rock Island , IL 61299-7630 SUBJECT: 10 -- FIRING DEVICE, MANUAL (BLASTING MACHINE) SOL DAAE20-97B0020 DUE 013197 POC Contract Specialist: Jeff Devilder (309) 782-6329, Procuring Contracting Officer is: Robert C. Tedell (309) 782-3811 DESC: 1025-00-997-2431, Part Number 11599606. Requirements are 320 each Firing Device, Manual (Blasting Machine). For use on the M60 Tanks. FOB is Destination. This solicitation contains a 100% option. Proposed contract is a 100 percent small business set-aside. First Article Test is required. Estimated issue date of this solicitation is 123196. Failure to properly address requests for solicitations in accordance with this CBD notice will result in non-receipt of the solicitation package. Failure to properly address bids/offers in accordance with solicitation instructions may result in a late bid which cannot be considered. Written, fax or electronic requests for solicitation packages are accepted. No telephone requests will be honored. Requests for copies of this solicitation should include your commercial and government entity (CAGE) (if a CAGE code has been assigned to you) along with your name, address, datafax number, and solicitation number. The fax number for requests is (309)782-4728. Electronic requests may be accepted through the Automated Acquisition Information System (AAIS). All ACALA solicitations are available for viewing/downloading, in addition to procurement history, via the AAIS. The AAIS can be accessed electronically, 24 hours a day, using a modem set to dial (309)782-7648. Terminal emulation should be VT100, no parity, 8 data bits and 1 stop bit. Once connected, enter "aais" at the "LOGIN" prompt. At the "PASSWORD" prompt depress the "ENTER" key. If electronic means is not possible, procurement history will be provided telephonically at (309)782-8094 on a limited basis. CITE: (I-344 SN010166) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 10--Weapons--Potential Sources Sought OFFADD: US Army Armament and Chemical Acquisition and Logistics Activity (ACALA), ATTN: AMSTA-AC-PCC (WWI), Rock Island, IL 61299-7630 SUBJECT: 10 -- WEAPONS SOL DAAE20-97R0040 DUE 013197 POC Contract Specialist: Elizabeth Langdon, (309) 782-6807, PCO: Barry R. Hartleben, (309) 782-7116 DESC: Elimination of Radioalogical Light Source (ERLS) service, requiring testing at plant and site support. Repair, modification and verification of government furnished equipment. Providing full test data on all testing to the government. Contractor shall be Nuclear Regulatory Commission (NRC) licensed to remove and store the removed Tritium. All or part of this action is an unfunded FY97 requirement. This notice is also for subcontracting purposes. Estimated issue date of this solicitation is 123196. Failure to properly address requests for solicitations in accordance with this CBD notice will result in non-receipt of the solicitation package. Failure to properly address bids/offers in accordance with solicitation instructions may result in a late bid which cannot be considered. Written, fax or electronic requests for solicitation packages are accepted. No telephone requests will be honored. Requests for copies of this solicitation should include your commercial and government entity (CAGE) (if a CAGE code has been assigned to you) along with your name, address, datafax number, and solicitation number. The fax number for requests is (309)782-7428. 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-344 SN010167) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 12--Fire Control Equipment OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 12-SWIVEL JOINT,HYDRAU SOL N0010497QLB37 DUE 012797 POC Contact Point, Craig W Nye, 02132.6, (717)790-2173, Fax, (717)790-7335, Twx, Not-avail DESC: NSN 7H-1285-01-197-9938, SPEC NR TDP VER 015, Qty 15 EA, Deliver to Receiving Officer Fisk Norfolk Norfolk VA , Fleet And Industrial Supply Center Pearl Harbor HI, See Note 9 CITE: (I-344 SN009893) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 12--Fire Control Equipment OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd St. Louis, MO SUBJECT: 12 -- CELL, ASSEMBLY OPTICAL SOL DAAJ09-97-Q-0330 DUE 013197 POC Pamela Moran, Contracting Officer, Point of contact is Debbie Tillman, AMSAT-A-PLBE, (314) 263-0784. DESC: NSN: 1270-01-221-0338; P/N: 13074078-029; QTY: Minimum quantity: 14 each, Maximum quantity 34 each. A five year, firm fixed price indefinite-quantity contract is contemplated. All deliveries and subsequent deliveries will be FOB Origin. Applicable to the TADS/PNVS Program. This is a full and open competitive requirement. This proposed contract action is for supplies for which the Government does own specifications and drawings. The principal medium which the Government will use for technical data transmittal during this procurement is the 4.75 inch diameter compact disk with embedded reader software. Windows 3.1, or Windows NT operating environment and a CD Reader are required. Firms that recognize and can produce the required item described above are encouraged to identify themselves to the Contracting Officer, and provide supporting evidence which will permit their participation in the current or future solicitations. All responsible sources are encouraged to submit a proposal which shall be considered by the Agency. The First Article Test Report due by 316 days ARO, with delivery of 14 each by 706 days ARO. CITE: (I-344 SN009939) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 12--Fire Control Equipment OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd St. Louis, MO SUBJECT: 12 -- REMOTE FREQUENCY, DI SOL DAAJ09-97-Q-0310 DUE 011597 POC Pamela Moran, Contracting Officer, Point of contact is Debbie Tillman, AMSAT-A-PLBE, (314) 263-0784, Datafax (314) 263-9012. DESC: NSN: 1260-01-169-8775; P/N: 8500233-902; QTY: 30 Each, applicable to the OH-58 Program. FOB Origin with delivery 5 each by 97 Sep 12 to Gulfport, MS; delivery of 10 each by 99 Jan 02 to Texarkana, TX; delivery of 10 each by 99 Mar 03 to Stockton, CA; and delivery of 5 each by 99 Jan 02 to New Cumberland, PA. This procurement requires prequalification. Contractors who desire to be prequalified must submit qualification documentation in accordance with procedures contained in Section I of the solicitation. This proposed contract action is for supplies for which the Government does not own specifications and drawings. It is restricted to the following approved source: Honeywell, Inc., Albuquerque, NM. Firms that recognize and can produce the required item described above are encouraged to identify themselves to the Contracting Officer, and provide supporting evidence which will permit their participation in the current or future solicitations. All responsible sources are encouraged to submit a proposal which shall be considered by the Agency. This requirement is being procured under the authority of 10 U.S.C. 2304(c)(1). See Numbered Note(s): 22. CITE: (I-344 SN009951) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives OFFADD: General Service Administration general products commodity center Stock Contracting Division (7FXIS-G6) 819 Taylor Street, RM 6A24, Fort Worth, TX 76102-6114 SUBJECT: 13--INSULATION, HOT FOOD AND DRINK KIT SOL RFQ F-W-DP232-1 DUE 010697 POC Gay Kirkpatrick, contracting officer, 817-978-3672 DESC: Solicitation scheduled to issue on or about 12-23-96. 1 NSN. Notethis will now be procured using simplified acquisition procedures and will be distributed via standard form 18-REQUEST for quotation. Responses to this RFQ should be written. This procurement is for insulation, hot food and drink kit. Shall be rolls of Dow Co. " ethafoam 221" material, 3/8 inch thick, 48 inches wide and 200 feet Long. Quantity 250. unit of issue Ro. Fort Worth, TX 76115 destination. Simplified acquisition prodedures. All responsible sources may submit a quotation which, if timely received, shall be considered. *NOTE** the government will be distributing this requirement using the standard form 18 - request for quotation using simplified acquisition procedures. CITE: (I-344 SN009906) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 13-JAU-52/A INITIATOR CTG ACTUATED SOL N0010497RK022 DUE 013097 POC Contact Point, C. C. Rowe, 0242.5, (717)790-6463, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, M. E. Wise, 0242, (717)790-2753 DESC: NSN 1377-01-245-3925, Ref Nr 1699AS100, Qty 183 EA, Delivery FOB Origin-- Except as modified or amplified in RFP. This item contains class "C" explosives. DFAR clause 242.223-7001, Safety Precautions for Ammunition and explosives (dec 1991) applies. 100% option clause included, 210 days. All responsible sources may submit an offer which, if received in a timely manner, will be considered, See Note 9 CITE: (I-344 SN009966) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--PANEL, HEAT SHIELD I/A/W LOCKHEED MARTIN CORP DWG 4P31038 REV 'B' SOL SP0460-96-Q-XY27 DUE 013097 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. For copies of RFQ solicitations, contact the buyer. PO C: Larry christian/BU711/804-279-5581. contracting off icer: Melissa Miles/804-279-3318. DESC: PR-NO: YPG96158000315 NSN 1560-00-239-1523, panel, heat shield Lockheed Martin CAGE: 98897 I/A/W drawing 4P31038-101B Rev B 36 -EA Del to Kelly AFB TX 78241-5312 Del by 180 days ARO. Drawings, interim procurement descriptions and deviation lists may be examined or obtained from DSCR. Option to increase quantity: 100%. Duration of contract period: 1 year ABVM provisions may apply. This is a modification of a previous synopsis increasing this buy to a large purchase and changing solicitation number and closing date. CITE: (I-343 SN009796) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--BOLT ASSEMBLY, FLUID SOL SP0460-97-R-0404 DUE 013197 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. For copies of RFQ solicitations, contact the buyer, BA rbara Stansbury BV417 (804)279-3416 KO Kimberly Hansen (804)279-3624 FAX (804)279-4300 OR 6078 DESC: PR-NO: YPG96295000674 NSN 1560-01-172-9646, 210 -EA Del to Stockton CA 95296 Del by 09 Jul 97 (128 DARO( 210 -EA Del to New Cumberland PA 17070-5001 Del by 09 Jul 97 (128 DARO) mfr: McDonnell douglasdwg 74A230682 Rev "F" PN 74A230682-1005 specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. alternate offerors must provide a complete data package on the approved and alternate item. A 100% quantity option is included. Configuration control applies. CITE: (I-343 SN009799) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--COVERING, EXTERNAL SOL SP0460-97-R-0447 DUE 122796 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. Dolores O'Brien/BV510 804-279- 4567 FAX 804-279-6078. KO Kimberly W. Hansen/804-279-3642. DESC: PR-NO: FPG96317000524 NSN 1560-01-282-8740, covering, external Rockwell Intl Corp CAGE 43999 P/N L0022099-005. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government other than full and open comp. only one source 43999. 142 -SH Del to New Cumberland PA 17070-5001 Del by 180 days. 134 -SH Del to Stockton CA 95296 Del by 180 days. All responsible sources may submit offer which DGSC shall consider. CITE: (I-343 SN009801) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--PANEL ASSEMBLY SOL SP0460-97-Q-D864 DUE 012597 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement contact Barbara Walker /BT962/804-279-4003 contracting officer Steven Tuck/80 4-279-6143 DESC: PR-NO: YPG96339000287 NSN 1560-00-616-4616, panel assembly Sikorsky Aircraft Corp CAGE 78286 P/N 65302-12605-041 8 -EA Del to Jacksonville FL 32212-0097 Del 60 DARO see NOTE 22, intended source: Sikorsky Aircraft Corp. Other than full and open and unrestricted. Solicitation will be made in writing and orally. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the govenrment. All responsible sources may submit offer which DGSC shall consider. CITE: (I-343 SN009810) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--FITTING ASSEMBLY SOL SP0460-97-Q-D878 DUE 012897 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement contact M. langford/BT 992/804-279-6645 contracting officer Alexander Stuart/ 804-279-3504 DESC: PR-NO: FPG96318000291 NSN 1560-01-038-4955, fitting assembly Boeing Co the CAGE 81205 P/N 5-85676-6 13 -EA Del to Anniston AL 36201 Del 60 DARO see NOTE 22, intended source: Boeing helicopter. Unrestricted. Solicitation will be made in writing and orally. QPL - FAR 52.209-1 OR 52.209-2 - see NOTE 23. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. All responsible sources may submit offer which DGSC shall consider. CITE: (I-343 SN009823) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--QUADRANT SOL SP0460-97-Q-B568 DUE 011697 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, for copy of RFQ/solic itation contact buyer/ LT Jim Martin/BV418/804-279-494 9/FAX 804-279-6078 or X4300/contracting officer/Kim HA nsen/804-279-3624 DESC: PR-NO: FPG96325000327 NSN 1560-01-142-3695, quadrant, Northrop Grumman, CAGE 76823, P/N 2-73459-11 reve & eco 91C0050. sources: milling precision tool, CAGE 16535, L&S machine, CAGE 34536. First article test required - 2 each. origin inspection required. 137 -EA Del to Kelly AFB TX 78241-5312 Del by 300DARO. NOTE 23. more than one source. total small business NOTE 1. specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. All responsible sources may submit offer which DGSC shall consider. CITE: (I-343 SN009824) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--FRAME, AIR CONDITION SOL SP0460-97-Q-C409 DUE 013097 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, for copies of RFQ Sol icitations, contact the buyer. POC: Larry christian/BU 711/804-279-5581. contracting officer: Melissa Miles/8 04-279-3318. DESC: PR-NO: FPG96327000308 NSN 1560-00-164-7350, Allied Signal Inc. CAGE: 70210 P/N 927143-1 Tech data package availability: 3 -EA Del to New Cumberland PA 17070-5001 Del by 90 DARO. Specs, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. ABVM provisions may apply. All responsible sources may submit offer which DGSC shall consider. CITE: (I-343 SN009825) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd St. Louis, MO SUBJECT: 15 -- BRACKET ASSY, STOW SOL DAAJ09-97-Q-0374 DUE 011597 POC Pamela Moran, Contracting Officer, Point of contact is Debbie Tillman, AMSAT-A-PLBE, (314) 263-0784, Datafax (314) 263-9012. DESC: NSN: 1560-01-209-6557; P/N: 7-318000063-601; QTY: 52 Each, applicable to the AH-64 Aircraft. FOB Origin with delivery of 27 each by 97 Jul 13 to Texarkana, 25 each by 98 Oct 18 to Stockton, CA. This procurement requires prequalification. Contractors who desire to be prequalified must submit qualification documentation in accordance with procedures contained in Section I of the solicitation. This proposed contract action is for supplies for which the Government does not own specifications and drawings. It is restricted to the following approved source: McDonnell Douglas Helicopter Systems, Mesa, AZ. Firms that recognize and can produce the required item described above are encouraged to identify themselves to the Contracting Officer, and provide supporting evidence which will permit their participation in the current or future solicitations. All responsible sources are encouraged to submit a proposal which shall be considered by the Agency. This requirement is being procured under the authority of 10 U.S.C. 2304(c)(1). See Numbered Note(s): 22. CITE: (I-344 SN009929) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 16--SHAFT ASSEMBLY, FLEX SOL SP0460-97-R-0437 DUE 013197 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. For copies of RFQ solicitations, contact the buyer, LT Jim Martin, BV418 PH (804)279-4949. KO Kimberly hanse N, PH (804)279-3624. FAX (804)279-6078/4300. DESC: PR-NO: FPG96219000386 NSN 1680-01-309-8945, 189 -EA Del to New Cumberland PA 17070-5001 Del by 31 Jul 97.(150 DARO) 152 -EA Del to Stockton CA 95296 Del by 31 Jul 97 (150 DARO) mfr: Allied Signal Inc. CAGE 06848 P/N 441452 source control item IAW Pratt & Whitney CAGE 77445 Dwg 4059849 Rev D. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the GOVT. Alternate offerors must submit a complete Tech data package on the approved and alt item. All responsible sources may submit offer which DGSC shall consider. CITE: (I-343 SN009800) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 16--VALVE, MAIN CONNECTOR SOL SP0460-97-Q-B490 DUE 012197 POC Contact: for copies of RFQ solicitations contact the buyer. Carl Hudson BV610/804-279-6071/ FAX 804-279-6078. KO Kimberly Hansen 804 279-3642. DESC: PR-NO: YPG96233000413 NSN 1680-01-073-2189, valve, main connector Abex/NWL Aerospace, CAGE 93835 P/N 3833062. Specifications plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Unrestricted. other than full and open comp. more than one source, intended sources, Abex/NWL Aerospace OEM lb mfgr, control distributors Inc dealer, hersh packing & rubber Co technical data availability 26 -EA Del to McClellan AFB CA 95652-1621 Del by 150 days. All responsible sources may submit offer which DGSC shall consider. CITE: (I-343 SN009804) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 16--BELT, AIRCRAFT SAFETY SOL SP0460-97-Q-B492 DUE 012197 POC Contact: for copies of RFQ solicitations contact the buyer. Carl Hudson BV610/804-279-6071, FAX 804-279-6078. KO Kimberly W. Hansen 804279-3624. DESC: PR-NO: YPG96205000326 NSN 1680-01-192-4948, belt, aircraft safety Pacific Scientific Co CAGE; 45402 P/N 110184801 specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. The final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitation. OT other than full and open comp. More than one source intended sources 0HM72, 77292,21914, 91750, 3T761, 65273 and OEM 45402. solicitation will be made in writing. 116 -EA Del to Stockton CA 95296 Del by 90 days. 91 - EA Del to New Cumberland PA 17070-5001 Del by 90 days. All responsible sources may submit offer which DGSC shall consider. CITE: (I-343 SN009830) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 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--BLADE, EROSION STRIP. SOL SP0770-97-R-5323 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) Karen bane, X1373. DESC: PR-NO: NPC96268000413 NSN 1615-01-063-9390, CAGE 1BJ28 Part No A02R1708-901 CAGE 77272 Part No A02R1708-1 blade, erosion strip. Boeing helicopters CAGE 77272, part number A02R1708-1. 208 -EA Del to Norfolk VA 23512-0001 Del by 17 Dec 96 or deliver within 220 days after award. 200 - EA Del to San Diego CA 92136-0000 Del by 17 Dec 96 or deliver within 220 days after award. ***AMEND 0001 is issued to delete (1BJ28) electronics metal finishing P/N A02R1708-901 as an approved source. NPC96298001031 is added to solicitation to increase qty to 503 EA. opening date is extended to 10 Feb 97 at 1:00 PM. any questions, Call K. bane at 614-692-1373. All responsible sources may submit offer which DCSC shall consider. CITE: (I-343 SN009851) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 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--HANGER, DRIVESHAFT. SOL SP0740-97-Q-0528 DUE 020697 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) Lisa Engle (614)692 -1326 DESC: PR-NO: RPC96292000883 NSN 1615-00-765-2416, CAGE 97499 Part No 204-040-617-005 CAGE 97499 Part No 204-040-617-5 hanger, driveshaft. Bell (97499) P/N 204-040-617-5. 91 -EA Del to New Cumberland PA 17070-5001 Del by 17 Nov 96. 88 -EA Del to Lathrop CA 95330 Del by 17 Nov 96. 74 -EA Del to Texarkana TX 75507 Del by 17 Nov 96. 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 governm ent 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: (97499) Bell Helicopter Textron 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 combinat ion 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 the final award decision will be based upon a combinat ion of price and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-343 SN009853) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 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, RESERVOIR END ITEM APPLICATION: S-3 AIRCRAFT. SOL SP0740-97-Q-0522 DUE 012797 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) John Lidonnice (614 ) 692-4711 DESC: PR-NO: YPC96304000931 NSN 1650-00-371-0457, CAGE 33068 Part No 3820078-1 shaft assembly, reservoir. I/A/W ozone Industries part number 38200787-1. 14 -EA Del to New Cumberland PA 17070-5001 Del 60 days after award 6 -EA Del to San Diego CA 92136-0000 Del 60 days after award small business size standard is 1000 employees. Solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not available. 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-343 SN009857) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 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--SLIP RING ASSEMBLY. SOL SP0740-97-Q-0549 DUE 011797 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Richard St. Clair ( 614)692-4744 DESC: PR-NO: YPC96311000841 NSN 1615-00-078-3360, CAGE 98089 Part No KI15820-1 slip ring assy. Electro-tec Corp (98089) P/N KI15820-1 124 - EA Del to Cherry Point NC 28533-5001 Del by 08 Feb 97. 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 governm ent does not possess complete, unrestrictive techincal 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: 98089 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 combinat ion of price and past performance, as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-343 SN009860) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 16--PISTON, CYLINDER. SOL SP0740-97-Q-0554 DUE 011797 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Richard St. Clair ( 614)692-4744 DESC: PR-NO: YPC96297000801 NSN 1630-00-780-5819, CAGE 99643 Part No 12501 piston, cylinder. I/A/W Sterer engineering & Mfg Co, P/N: 12501. 329 -EA Del to Cherry Point NC 28533-5001 Del by 19 Jan 97. 94 -EA Del to San Diego CA 92136-0000 Del by 19 Jan 97. 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 governm ent 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: 99643 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 combina tion of price and past performance, as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-343 SN009868) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16-SLEEVE-SPINDLE ASSE SOL N0038397QN051 DUE 011597 POC Contact Point, Dorothy Henderson, 0233.06, (215)697-2814, Fax, (215)697-3161, Twx, Not-avail DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 7R-1615-01-209-3096-LU, Ref Nr 65122-11300-084, Qty 2 EA, Delivery FOB Origin-----, Drawings not available., See Note 22 CITE: (I-344 SN009880) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16-BIFILAR ASSEMBLY SOL N0038397QN052 DUE 011597 POC Contact Point, Joseph W Williams, 0233.09, (215)697-4385, Fax, (215)697-3161, Twx, Not-avail DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 7R-1615-01-221-2610-VH, Ref Nr 70107-28400-043, Qty 7 EA, Delivery FOB Origin----- NO DRAWINGS, See Note 22 CITE: (I-344 SN009881) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16-COVER ASSEMBLY,MAIN SOL N0038397QN056 DUE 011597 POC Contact Point, Francis X Mcglinn, 0233.04, (215)697-3453, Fax, (215)697-3161, Twx, Not-avail DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 7R-1615-01-125-7089-LU, SPEC NR TDP VER 001, Ref Nr 65391-11662-042, Qty 12 EA, Delivery FOB Origin--Drawings are not available for this procurement. ---, See Note 22 CITE: (I-344 SN009882) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd St Louis, MO 63120-1798 SUBJECT: 16 -- CONTROL STICK SOL DAAJ09-97-Q-0341 DUE 013097 POC L. Anderson-Samuel, Procurement Technician, 314-263-0789, fax 314-263- 9012, Pamela Moran, Contracting Officer, 314-263-0782. DESC: NSN: 1680-01-241-7522, P/N: 7-311514001-9, Qty: 17 each applicable to the AH-64 Aircraft. FOB origin with delivery of 5 each to Stockton, CA, 4 each to Red River Army Depot and 8 each to New Cumberlan Army Depot by 97 Jun 30. This procurement requires prequalification. Contractors who desire to be prequalified must submit qualification documentation. This proposed contract action is for supplies for which the Government does not own specifications and drawings, however, it is restricted to the only approved source McDonnell Douglas Helicopter, 5000 E. McDowell Road, Mesa, AZ 95205-9797. Firms that recognize and can produced the required item described above are encouraged to identify themselves to the Contracting Officer, and provide supporting evidence which will permit their participation in the current or future solicitations. All responsible sources are encouraged to submit a proposal which shall be considered by the agency. See Numbered Note(s): 22. CITE: (I-344 SN009933) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd, St Louis, MO 63120-1798 SUBJECT: 16 -- SWASHPLATE SOL DAAJ09-97-Q-0340 DUE 013097 POC L. Anderson-Samuel, Procurement Technician, 314-263-0789, fax 314-263- 9012, Pamela Moran, Contracting Officer, 314-263-0782. DESC: NSN: 1615-01-312-9353, P/N: 7-311527039-9, Qty: 9 each applicable to the AH-64 aircraft. FOB origin with delivery of total quantity to Red River Army Depot by 97 Aug 30. This procurement requires prequalification. Contractors who desire to be prequalified must submit qualification documentation. This proposed contract action is for supplies for which the Government does not own specifications and drawings, however, it is restricted to the only approved source McDonnell Douglas Helicopter, 5000 E. McDowell Road, Mesa, AZ 75205-9797. Firms that recognize and can produce the required item described above are encouraged to identify themselves to the Contracting Officer and provide supporting evidence which will permit their participation in the current and future solicitations. All responsible sources are encouraged to submit a proposal which shall be considered by the Agency. See Numbered Note(s): 22. CITE: (I-344 SN009934) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS 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 -- F/A-18 ADVANCED TACTICAL AIRBORNE RECONNAISSANCE SYSTEM (ATARS) KIT SOL N00019-95-G-0006 DUE 120996 POC Contact, James M. Gerber, Phone (703)604-6100 DESC: The Naval Air Systems Command intends to issue a delivery under Basic Ordering Agreement (BOA) N00019-95-G-0006 for Advanced Tactical Airborne Reconnaissance System (ATARS) retro-fit kits and non-recurring engineering for the F/A-18 Tactical Aircraft. Under this delivery order, the Navy plans to procure four (4) Advanced Tactical Reconnaissance System (ATARS) suites, logistics support, and support equipment. NAVAIR intends to negotiate this delivey order with McDonnell Douglas Aerospace, the designer, developer, and sole manufacturer of the F/A-18 aircraft, and as such, the only firm possessing the technical knowledge, expertise, and familiarity with the design and specifications of the F/A-18 aircraft required to successfully produce and deliver the ATARS units. This synopsis is for informational purposes only. See note No. 22 - NAVAIR Synopsis No. 20178-96. CITE: (I-344 SN009936) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: U.S. Army Aviation & Troop Command, 4300 Goodfellow Blvd.,AMSAT-A- PLBA, St. Louis, MO SUBJECT: 16 -- SHAFT ASSEMBLY, FAN SOL DAAJ09-97-Q-0203 DUE 013197 POC Carla Bean, Contract Specialist, 314-263-0802, Daniel J. Fuller, Contracting Officer, 314-263-2555, Fax Number 314-263-9012. DESC: NSN: 1615-01-158-9517, P/N: 70361-03009-047, 125 Each, applicable to the UH-60 Aircraft. F.O.B. Origin with deliveries to Texarkana, TX and New Cumberland, PA. This part requires engineering source approval by the design control activity in order to maintain the quality of the part. This procurement is currently sole source to the Original Equipment Manufacturer. Therefore, AMSAT-A-PLBA does not issue bid sets, specifications or drawings. Firms that recognize and can produce the required item(s) described above are encouraged to identify themselves to the Contracting Officer and provide supporting evidence to the Contracting Officer which will permit their participation in the current or future solicitation. Approved source is Sikorsky Aircraft. All responsible sources may submit an offer which will be considered. This requirement is currently unfunded. Award will be witheld pending receipt of sufficient funds. Authority and Justification is FAR 6.302-1. Intended source is listed above. See notes 22,23, and 26 CITE: (I-344 SN009953) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories--Potential Sources Sought OFFADD: OC-ALC/CR, ATTN: QR Monitor, 3001 Staff Dr., Ste. 2AH81A, Tinker AFB, OK 73145-3302 SUBJECT: 16--AIRCRAFT COMPONENTS AND ACCESSORIES POC Paul K. McDaniel, Team Leader (405) 736-2104. DESC: In accordance with FAR 9.2 and Public Law 98.525 this synopsis constitutes notice that the Air Force has established Qualification Requirements (QR's) for the following items. This means that a company must go through a source approval process proving capability to manufacture aerospace items which are the same or very similar in fit, form, function and manufacturing processes as the items identified below. This notice does not mean that the Air Force is contemplating the purchase of these items in the near future nor does it mean that any drawings or specifications are available. (It should be noted that in most cases the Air Force does not have data releaseable to the public.) Should your company seek additional information on any item, please contact a competition specialist at (405) 736-2104. The original equipment manufacturer (OEM) is listed after each item. NSN: 1680-01-008-1568AW, P/N: 65-20679-14, NOUN: ACTUATOR, OEM: BOEING. CITE: (M-344 SN010130) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling Equipment OFFADD: NASA Dryden Flight Research Center, Acquisition Management Office, Mail Stop: D-1044/A, P.O. Box 273, Edwards, CA 93523-0273 SUBJECT: 17--PEGASUS LAUNCH SERVICES FOR THE HYPER-X SOL RFP4-97003-LLB POC POC: Linda L. Bonham, Contracting Officer, Phone (805) 258-3344, Fax (805) 258-2904, Email Linda_Bonham@qmgate.dfrc.nasa.gov DESC: NASA/DFRC plans to issue a Request for Proposal (RFP) for modifications to and launch services of the Pegasus air-launched Space Launch Vehicle to support the Hyper-X Research Vehicle Flight Test series. The Hyper-X flight vehicle is a small, autonomous research vehicle powered by an experimental air-breathing, dual mode scramjet module. The vehicle must be rocket boosted to test conditions from Mach 5 to Mach 10 at about 100,000 feet by air launch from a NASA Dryden B-52 aircraft in a horizontal launch mode at a nominal drop altitude of 40,000 feet and 0.8 Mach number. Booster requirements include adequate performance margin to accelerate an approximately 3,000 pound payload, which includes the research vehicle and interstage adapter, to between Mach 5 and 10 at a dynamic pressure of 1,000 pounds/square foot. It must be air launchable in a horizontal drop mode within an acceptable B-52 flight envelope and be able to sustain such cold soak conditions at altitude. The research vehicle-booster stack configuration must be inherently aerodynamically stable at launch and through the boost phase, have sufficient control authority to be controllable through a pull-up and pushover maneuver to aim flight conditions, and able to eject the research vehicle for test at the end test conditions. NASA/DFRC intends to purchase the items from Orbital Sciences Corporation/Launch Systems Group. As the developer and operator of the Pegasus Space Launch Vehicle and sole owner of proprietary Pegasus design, OSC is the only known source with the production and operational information required for this program. The Government does not intend to acquire a commercial item using FAR Part 12. See Numbered Note 26. RFP will be released on or about 15 days after publication of this synopsis on the NAIS. Firm date for receipt of proposals will be stated in the RFP. All responsible sources may submit an proposal which shall be considered by the agency. See Number Note 22. Any referenced numbered notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nnotes.htm LINKURL: http://www.dfrc.nasa.gov/Procure LINKDESC: CITE: (D-344 SN010087) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 18--Space Vehicles OFFADD: NASA Goddard Space Flight Center, Greenbelt Road, Code 214.5, Greenbelt, MD 20771 SUBJECT: 18 -- FOLLOW-ON SMALL EXPENDABLE LAUNCH VEHICLE SERVICES REQUEST FOR PROPOSAL ANTICIPATED RELEASE SCHEDULE SOL RFP5-XXXXX-551 POC Mary Stevens, Contracting Officer/214.5, Phone 301-286-0422, Facsimile 301-286-0324, E-Mail Mary.V.Stevens.1@gsfc.nasa.gov. DESC: NASA GSFC is currently evaluating industry comments on the follow-on Small Expendable Launch Vehicle Services draft request for proposals. We currently anticipate that the final Request for Proposals (RFP) will be released in the first quarter of calendar year 1997. CITE: (I-344 SN010210) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 20--Ships and Marine Equipment OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 20-SHAFT INTERMEDIATE SOL N0010497RDB63 DUE 012797 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 DESC: NSN 2S-2010-01-262-6489-P2, SPEC NR TDP VER 002, Qty 2 EA, Delivery FOB Origin--Mfgd. to DWG 243-5385459 pieces 6, 7, 8, 9, 10, 11, and 13. First Article Testing required. All responsible sources may submit a proposal which shall be considered by this agency. All solicitation requests should include CAGE code., See Note 9 CITE: (I-344 SN009894) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 22--Railway Equipment OFFADD: Panama Canal Commission, Logistical Support Division, Inventory Management Branch, Unit 2300, APO, AA 34011-2300 SUBJECT: 22-TOWING LOCOMOTIVE PARTS, TRACTION UNIT. SOL IAP-768,030-314 DUE 012297 POC ALBERTO A. SOLANO, ACTG. MAT. MANAGER, (507) 272-4601, EUGENIO HUERTA, Contracting Officer, (507) 272-4601 DESC: Gears for driving unit. Gear #11, in accordance with drawing VF-1301-88-1586 and PCC specification 580-361 dated 4/14/94. When requesting solicitation state name, address, and solicitation number. Request will be accepted by Facsimile at 011-507-272-7588 or telex 3034 PCCAMRM PG. All responsible sources may timely submit an offer which shall be considered by the Commission. Basis of award may be made on "BEST VALUE" factors such as delivery time, quality of product, experience, past performance and responsibility shall be considered to ensure that the purchase is advantageous to PCC. CITE: (I-344 SN010220) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 28--ROTOR, TURBINE, NONAIRCRAFT GAS SOL SP0480-97-R-0074 DUE 122396 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. Buyer: Fred Anderson/PLBL579/804-5405. KO: Stephen M. Mason/279-3724. DESC: PR-NO: YPG96227000225 NSN 2835-01-310-0117, rotor, turbine, nonaircraft gas the open/closing date for solicitation SP0480-97-R-0074 has been changed from 10 Dec 96 to 23 Dec 96. Everything Else remains the same. CITE: (I-343 SN009798) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 28--HOUSING ASSEMBLY, AC SOL SP0480-97-R-0461 DUE 012397 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. Buyer: Alice Collier/PLBL570/804-279-4556. KO: stephe N M. Mason/279-3724. DESC: PR-NO: YPG96200000413 NSN 2835-00-854-0970, housing assembly, AC Allied Signal Inc (CAGE 99193) P/N 379831 the procurement agency has data adequate for evaluation purposes, but limited rights apply. The offeror need provide only its data for evaluation. 100 -EA Del to New Cumberland PA 17070-5001 Del 120 days. Unrestricted. Other than full & open (sole source). Option to Inc qty 100%. Critical application item. 100% quantity option included in solicitation. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the Gov't. All responsible sources may submit offer which DGSC shall consider. CITE: (I-343 SN009829) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 29--FILTER ELEMENT, FLUID. SOL SP0770-97-Q-MF34 DUE 011297 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) Ernest Jackson/614692-3411 DESC: PR-NO: RPC96170000413 NSN 2910-01-084-7247, filter element, fluid. I/A/W US Army Dwg 12257235. 600 -EA Del to (Call contracting office) Del by 31 Jul 97. Written request for drawings are to be submitted to Defense Supply Center Columbus, Attn: dsccvtrd, P.O. Box 3990, Columbus, OH 43216-5000, by FAX (614) 692-2998 or Call (614) 692-2344 requests should include the IFB/RFP/RFQ number, opening/closing, NSN, YPC/ZPC/ or NPC number; buyer's name and your complete name and address. Federal, military and commercial specifications cannot be provided by DSCC Automated Best Value Model (ABVM) applies. while price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past perfo rmance, as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-343 SN009852) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 29--PUMP, FUEL, METERING AND DISTRIBUTING SOL SP0770-97-Q-MF36 DUE 020497 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) Ernest Jackson/614692-3411 DESC: PR-NO: YPC96304001012 NSN 2910-00-228-2799, CAGE 84760 Part No DCMFC629-2LQ pump, fuel. Stanadyne P/N DCMFC629-2LQ. 33 -EA Del to Lathrop CA 95330 Del by 31 Mar 97. 55 -EA Del to New Cumberland PA 17070-5001 Del by 31 Mar 97. Solicitation not available until 15 days after published in the CBD. specifications, plans or drawings are not available. This is an unrestricted acquisition with a 10% preference for SDB concerns. This acquisition is for supplies for which the GOVT does not possess complete, unrestrictive Tech data therefore, the GOVT intends to solicit and contract with only approved sources under the authority of 10 U.S.C. 2304 (C)(1). Approved sources are: 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-343 SN009858) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 29--RADIATOR, ENGINE COOLANT. EXCEPT RUBBER VIBRATION DAMPNERS SHALL BE SUBSTITUTED FOR CORE SOL SP0770-97-Q-MF19 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) Ernest Jackson/614/ 692-3411 DESC: PR-NO: YPC96311000947 NSN 2930-00-201-4961, CAGE 30003 Part No 328AS153-1 CAGE 41197 Part No r-8231b radiator, engine COOLANT.I/A/W Navy Dwg 328AS153 21 -EA Del to New Cumberland PA 17070-5001 Del by 28 Mar 97. Solicitation not available until 15 days after published in the CBD. This is an unrestricted acquisition with a 10% preference for SDB concerns. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-343 SN009861) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 29--COIL, IGNITION. SOL SP0770-97-Q-ME39 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) Ernest Jackson/614692-3411 DESC: PR-NO: YPC96268000448 NSN 2920-01-102-0709, CAGE 82254 Part No 34058 CAGE 92878 Part No 1-HP2-4718 coil, ignition. Curtis dyna-fog LTD P/N 34058, hunter Mfg Co P/N 1-HP2-4718 847 -EA Del to Lathrop CA 95330 Del by 01 May 97. Solicitation not available until 15 days after published in the cbd.specifications, plans or drawings are not available. this is an unrestricted acquisition with a 10% preference for SDB concerns. This acquisition is for supplies for which the GOVT does not possess complete, unrestrictive technical data; therefore, the GOVT intends to solicit and contract with only approved sources under the authority of 10 U.S.C. 2304(C)(1) approved sources are: 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 solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-343 SN009865) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 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 B-1B AIRCRAFT. SOL SP0770-97-Q-MD42 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) Ernest Jackson/614692-3411 DESC: PR-NO: YPC96081000863 NSN 3020-01-194-9735, CAGE 99193 Part No 3860348-2 gear cluster. Per Allied Signal Engines part number 3860348-2. 15 -EA Del to Lathrop CA 95330 Del by 01 Oct 97. 7 -EA Del to Kelly AFB TX 78241-5312 Del by 01 Oct 97. Solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not available. This is an unrestricted acquisition with a 10% preference for SDB concerns.this acquisition is for supplies for which the GOVT does not possess complete, unrestrictive technical data, therefore, the GOVT intends to solicit and contract with only approved sources under the authority of 10 U.S.C. 2304 (C)(1). Approved sources arel it is anticipated that award will be made via a delivery order to an existing basic ordering agreement. All responsible sources may submit offer which DCSC shall consider. CITE: (I-343 SN009854) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 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, SPUR SOL SP0750-97-Q-0395 DUE 012797 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer, Robert Garman, (614)692-1329. DESC: PR-NO: YPC96313001005 NSN 3040-01-073-8040, CAGE 19207 Part No 12286071 CAGE 33546 Part No 3-080-041-35 CAGE 9N165 Part No 3-080-041-35 CAGE 91547 Part No 3-080-041-04 gearshaft, Spur. IAW Textron Lycoming Inc P/N 3-080-041-04. renar Industries P/N 3-080-041-23. vi-star gear Co P/N 3-080-041-23. technical data at DCSC not for manufacture. 78 -EA Del to New Cumberland PA 17070-5001 Del by 90 days after date of award. 43 -EA Del to Lathrop CA 95330 Del by 90 days after date of award. Solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not available. This is an unrestricted acquisition with a 10% preference for SDB concerns. 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 decisio will be based upon a combination of price and past performance as described in this solicitation. Automated Best Value Model (ABVM) and Delivery Evaluation Factor (DEF) apply. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, and past performance as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-343 SN009862) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 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--CONNECTING LINK, RIGID ON BELL HELICOPTER MODEL UH-1N. SOL SP0740-97-Q-0526 DUE 020697 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) Lisa Engle (614)692 -1326 DESC: PR-NO: YPC96291000988 NSN 3040-00-393-4102, CAGE 97499 Part No 212-076-151-001 CAGE 97499 Part No 212-076-151-1 connecting link, rigid. per Bell Helicopter part number 212-076-151-1. 49 -EA Del to Lathrop CA 95330 Del by 09 Dec 97. 13 -EA Del to San Diego CA 92136-0000 Del by 09 Dec 97. 13 -EA Del to Cherry Point NC 28533-5001 Del by 09 Dec 97. 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 governmen T 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: (97499) Bell Helicopter Textron 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 combina tion 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 solicita all responsible sources may submit offer which DCSC shall consider. CITE: (I-343 SN009866) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 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, RING-OUTPUT. SOL SP0740-97-Q-0523 DUE 012797 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) John Lidonnice (614 ) 692-4711 DESC: PR-NO: YPC96296000622 NSN 3020-00-499-9489, CAGE 00462 Part No 42217F86 gear, ring-output. I/A/W Lucas Western Inc, Electro Systems Division, P/N: 42217E86. 65 -EA Del to San Diego CA 92136-0000 Del 180 days after award solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not available. This acquisition is for supplies for which the government does not possess complete, unrestrictive technical data; therefore, the government intends to solicit and contract with only approved sources under the authority of 10 U.S.C. 2304(C)(1).APPROVED sources are: Lucas Western Inc. (00462)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-343 SN009867) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 30--GEAR, SPUR. SOL SP0740-97-Q-0519 DUE 020697 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) Lisa Engle (614)692 -1326 DESC: PR-NO: YPC96297000926 NSN 3020-01-052-0490, CAGE 97499 Part No 209-040-034-5 gear, Spur per Bell Helicopter Textron Inc., part number 209-040-034-5. no technical data available at DCSC for this solicitation. 5 -EA Del to Richmond VA 23297-5900 Del by 30 Jun 97. 5 -EA Del to McClellan AFB CA 95652-1621 Del by 30 Jun 97. 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 governm ent 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 source is: (97499) Bell Helicopter Textron. 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 combinat ion 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 solicita tion. All responsible sources may submit offer which DCSC shall consider. CITE: (I-343 SN009869) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 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--COUPLING, SHAFT, FLEXIBLE. SOL SP0760-97-Q-0218 DUE 012797 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) John K white, 614-6 92-1584 DESC: PR-NO: YPC96318000604 NSN 3010-01-415-9540, CAGE 54497 Part No 1223D1275 coupling. Martin Marietta. P/N 1223D1275. 3 -EA Del to McClellan AFB CA 95652-1621 Del by 300 days after date of award. Small business size standard is 500 employees. Solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not available. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. This request will be issued via a written RFQ. The estimated award date is 30 Jan 97. All responsible sources may submit offer which DCSC shall consider. CITE: (I-343 SN009870) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 30-PAWL SOL N0010497QLB36 DUE 012797 POC Contact Point, Craig W Nye, 02132.6, (717)790-2173, Fax, (717)790-7335, Twx, Not-avail DESC: NSN 7H-3040-01-372-6248, SPEC NR TDP VER 010, Qty 5 EA, Deliver to Receiving Officer Fisk Norfolk Norfolk VA , Fleet And Industrial Supply Center Pearl Harbor HI, See Note 9 CITE: (I-344 SN009895) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 31--BEARING, ROLLER, CYLINDRICAL ALLISON ENGINE CO INC (63005) SOL SP0500-97-R-A004 DUE 012797 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Darrell Moresi/HAB20/215-697-923 6 buyer: Steve Ewing/HAB20/215-697-9236 DESC: PR-NO: FPI96323001782 NSN 3110-00-399-0117, @ITEM namebearing, roller, cylindrical @OVERALL WIDTH0.8611 inches minimum and @0.8661 inches maximum @BORE DIAMETER2.3609 inches minimum and @2.3616 inches maximum @OVERALL outside DIAMETER4.3301 inches minimum a ND @4.3307 inches maximum @RETAINER fabrication methodmachined @MATERIALSTEEL corrosion resisting overall 200 -EA Del to Kelly AFB TX 78241-5444 Del by 25 Feb 97. See NOTES 9, 22, RFP due date: 97JAN27 incremental bidding: primary qty: 200 1ST alt qty: 300 2ND alt qty: 400 delivery schedule: 270 days offers will be evaluated with a 10% preference for small disadvantaged business concerns. This contract action is for supplies for which the government does not possess complete, unrestrictive technical data; therefore the government intends to solicit and contract with only approved sources under the authority of 10 U.S.C. 2304(C)(1). Approved sources are: GM Corp/Delco marine, SKF Industries, MRC Bearings. While price will be a significant factor in the evaluation of offers, the final contract award price will be based upon a combination of price and delivery as described in section M of this solicitation. Drawings/specs are not required. CITE: (I-343 SN009846) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 34--Metalworking Machinery OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 34-CUTTER,MILLING END SOL N0010497QLB33 DUE 012797 POC Contact Point, Craig W Nye, 02132.6, (717)790-2173, Fax, (717)790-7335, Twx, Not-avail DESC: NSN 1H-3455-01-347-4643-ED, SPEC NR TDP VER 001, Qty 3 EA, Deliver to Oic Storage Camp Pendleton CA, See Note 9 CITE: (I-344 SN009896) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 34--Metalworking Machinery OFFADD: Contracting Officer (Code 520), Naval Construction Battalion Center, CBC 5200 CBC 2nd Street, Gulfport, MS 39501-5001 SUBJECT: 34--BAND SAW, HORIZONTAL SOL N62604-97-Q-7503 DUE 123096 POC Charlene Kreeger, (601) 871-2281. DESC: This is a brand name or equal combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information provided in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number N62604-97-Q-7503 is issued as a Request for Quotation (RFQ). This solicitation is 100% set aside for small business in accordance with FAR Subpart 13.105(a). The standard classification code is 3541, small business size standard is 500 employees. A firm-fixed price purchase order will be issued under the Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-42 and Defense Acquisition Circular 91-10. Contract Line Item 0001 is for one (1) each Horizontal band saw, nominal capacity 16" x 20", nominal blade 15'6"L x 1-1/4"W x .042"H, with hydraulically controlled blade tension. Speed range infinitely variable, nominal 55-400 blade feet per minute. Motor minimum 7-1/2 HP, 1800 RPM, totally enclosed, 230/460V/3PH/60HZ, with magnetic motor starter and overload/low-voltage protection, push button controller at operator's console, all controls mounted in NEMA 12 compartment. Saw must conform to J.I.C. Standard for General Purpose Machine Tools (EGP-1-1967 (H1-1973)) and National Electrical Code NFPA No. 79. Electrical control cabinet shall be U.L. labeled. Start up kit to include hydraulic oil, cutting oil, and minimum twelve (12) band saw blades. Manuals to include two sets of parts list, operating and maintenance instructions, installation instructions, complete electric and hydraulic information and diagrams. Armstrong-Blum ``Marvel'' Model 15APC or equal. Delivery terms shall be FOB Destination with delivery to be made to Receiving Officer Bldg. #105, NAVSUB SUP Facility, Groton, CT 06349. Delivery shall be made within 90 days after award of purchase order. Inspection and acceptance shall be made at destination. If other than brand name identified is offered, then the offeror shall indicate the manufacturer, brand, model/part number and a description in sufficient detail to show that the product offered meets the brand name specified. Note: The offeror shall furnish as part of its offer all descriptive literature and technical data sheets necessary for the purchasing activity to determine whether the products offered meet the salient characteristics/requirements of the solicitation. Failure to provide this information will cause your bid to be rejected. The following clauses and provisions are incorporated and will remain in full force in any resultant contract: FAR 52.212-1, Instructions to Offerors-Commercial Items, is incorporated by reference and applies to this acquisition and is amended to read, submit signed and dated offers to Contracting Officer (Code 520), 5200 CBC 2nd Street, Gulfport, MS 39501-5001, at or before 2:00 p.m. CST, 30DEC96. Companies wishing to respond to this solicitation should provide this office with the following: A price quote, submitted on your company letterhead or your standard company quotation forms, for the requested item showing solicitation number, unit price, extended price, FOB, prompt payment terms, correct address, and remit to address if different. OFFERS MUST BE SIGNED. The Government reserves the right to make award on the initial offer received, without discussions. Each offer shall include a completed copy of the provisions at FAR 52.212-3 and DFARS 252.212-7000, Offeror Representations and Certifications--Commercial Items, their Dun & Bradstreet Code, and their Commercial and Government Entity (CAGE) Code. Those companies not in possession of the provisions in full text may contact this office and a copy will be faxed to you. The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items (AUG 1996) is incorporated by reference and applies to this acquisition. The clauses at FAR 52.212-5 and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.219-14, 52.222-26, 52.222-35, 52.222-36, 52.222-37 and DFARS 252.225-7001. This acquisition is rated under Defense Priorities and Allocations System (DPAS) with a program identification symbol of C9E. The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale. Acceptance of the warranty does not waive the Government's rights with regard to the other terms and conditions of the contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the warranty. The warranty period shall begin upon final acceptance of the items listed in the schedule. All questions concerning this RFQ must be submitted in writing, no telephonic responses will be processed. Questions should be faxed to Charlene Kreeger, FAX 601-871-3212/2691 by December 20, 1996. Quotes are due on December 30, 1996, 2:00 p.m. CST, to Contracting Officer (Code 520), 5200 CBC 2nd Street, Gulfport, MS 39501-5001, Facsimile quotations acceptable, FAX 601-871-3212/2691. No oral offers will be accepted. All responsible sources may submit an offer which shall be considered. See Numbered Note(s) 1. CITE: (M-344 SN010095) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 35--Service and Trade Equipment OFFADD: Purchase Services Branch, Attn: Code 535.3, Portsmouth Naval Shipyard, Portsmouth, NH 03801-2590 SUBJECT: 35 -- PNEUMATIC GRINDERS SOL N00102-97-Q-1061 DUE 012597 POC Carla Gordon (207) 438-1772 at Portsmouth Naval Shipyard, Portsmouth, NH 03801 DESC: Item 0001 Pneumatic offset grinder, Buckeye Model BHL-3521 or equal, qty 150 ea. Item 0002 Pneumatic grinder, Dotco Model 1252580-010H or equal, qty 50 ea. Deliveries to Portsmouth Naval Shipyard, Portsmouth, NH 03801-2590, 30 days after receipt of order. All responsible sources may submit a bid, proposal or quotation which shall be considered by the agency. CITE: (I-344 SN010002) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 37--Agricultural Machinery and Equipment OFFADD: Panama Canal Commission, Logistical Support Division, UNIT 2300, APO, AA 34011-2300 SUBJECT: 37-ULTRA LOW VOLUME SPRAYER SOL PAC-89909-QN-29 DUE 010397 POC CAMILO A. VALDES JR., CONTRACT SPECIALIST, (507) 272-4658, G. M. ANDERSON, CONTRACTING OFFICER, (507) 272-4658 DESC: ULTRA LOW VOLUME SPRAYER, LECO PRODUCTS, MODEL M1600/LP OR EQUAL. QUANTITY: 3 EA. DELIVERY 30 DAYS FOB JEFFERSON LA. OR 60 DAYS CIF AT BALBOA, REP. OF PANAMA AFTER RECEIPT OF NOTICE OF AWARD. WHEN REQUESTING THE SOLICITATION, STATE NAME, ADDRESS, AND SOLICITATION NUMBER. REQUESTS WILL BE ACCEPTED BY FACSIMILE AT 011-507-272-7661/1512 OR TELEX 3034 PCCAMRM-PG. ALL RESPONSIBLE SOURCES MAY SUBMIT A QUOTATION WHICH IF TIMELY RECEIVED, SHALL BE CONSIDERED BY THE COMMISSION. BASIS OF AWARD MAY BE MADE ON "BEST VALUE" RATHER THAN THE LOWEST PRICE. IN DETERMINING "BEST VALUE" FACTORS SUCH AS DELIVERY TIME, QUALITY OF PRODUCT, EXPERIENCE, PAST PERFORMANCE AND RESPONSIBILITY SHALL BE CONSIDERED TO ENSURE THAT THE PURCHASE IS ADVANTAGEOUS TO PCC. CITE: (I-344 SN010057) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 38--Construction, Mining, Excavating, and Highway Maintenance Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 38--BOX, FLAKING. SOL SP0770-97-Q-MD29 DUE 122396 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer: Annette Shelton (614) 692-2757. DESC: PR-NO: YPC96255000987 NSN 3835-00-786-5201, CAGE 81336 Part No HLSPD1ANDHLSPD2AND13200E5940 box, flaking. I/A/W U.S. Army mobility equipment command, engineer research and development laboratories drawing 13200E5940. 12 -EA Del to Fort Lee VA 23801 Del 120 days ADO. 13 -EA Del to Fort Lee VA 23801 Del 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 nmber, opening/closing NSN, YPC/ZPC or NPC number; buyer's name and your complete name and address. federal, military and commercial specifications cannot be provided by DSCC. Automated Best Value Model (ABVM) applies. while price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Delivery Evaluation Factor (DEF) applies. while price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-343 SN009864) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 39--Materials Handling Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 39--TRESTLE, HOIST, PORTABLE. 5 TON CAP, 20 FT SPAN, 14 FT CLEAR SPAN. ADJUSTABLE FROM 12FT TO 19 FT SOL SP0770-97-Q-MG94 DUE 020697 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer: Marcia Mitchell (614) 692-7356. DESC: PR-NO: YPC96310002902 NSN 3950-01-235-9085, CAGE 08136 Part No 5T19-20 trestle, hoist, portable. 5 ton capacity, 20 Ft span. adjustable from 12 Ft to 19 Ft O/A height. Per Wallace Corp 08136 P/N 5T19-20. 4 -EA Del to Ft Sill OK 73503 Del 60 days ADO. Small business size standard is 500 employees. solicitation not available until 15 days after published in the CBD. it is suggested that small business firms or others intrested in subcontracting opportunities make direct contact with firm (S) listed. this acquisition is for supplies for which the government does not possess complete, unrestrictive technical data; therefore, the government intends to solicit and contract with only approved sources under the authority of U.S.C. 2304 (C)(1). approved sources are: Wallace B E product (08136). 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. "See NOTES 1, 22." all responsible sources may submit offer which DCSC shall consider. CITE: (I-343 SN009859) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 40--Rope, Cable, Chain, and Fittings OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 40--CHAIN, STUD, LINK FLASH BUTT WELDED SOL SP0500-96-Q-GA84 DUE 012797 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Leon Krachyna/VAB27/(215)697-258 6 buyer: arlecia Parker/PVVAB27/(215)697-2329 DESC: PR-NO: YPI96066000667 NSN 4010-00-149-5609, 5 -so Del to (Call contracting office) Del by 29 Mar 96. RFQ due date: 97JAN27 specs: MIL-C-24633AA size/dimen: chain, stud, link flash butt welded 1-3/8 inch chain size. Primary qty: 5 deliveries to CONUS (excluding Alaska). Delivery schedule: 205 days. Offers will be evaluated with a 10% preference for small disadvantaged business concerns. This contract action is for supplies for which the government does not possess complete, unrestrictive technical data; therefore the government intends to solicit and contract with only approved sources under the authority of 10 U.S.C. 2304(C)(1). Approved sources are: baldt INC.(83644), and Lister chain(0FXJ9). This purchase is for a national defense item and therefore restricted to U.S. sources. While price will be significant factor in the evaluation of offers, the final contract award price will be based upon a combination of price and delivery as described in section M of this solicitation. To obtain a copy of this solicitation please send FAX request to (215)697-6333. Dwrgs are not required. CITE: (I-343 SN009847) [Commerce Business Daily: Posted December 09, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 41--Refrigeration, Air Conditioning and Air Circulating Equipment OFFADD: Purchase Services Branch, Attn: Code 535.3, Portsmouth Naval Shipyard, Portsmouth Naval Shipyard, Portsmouth, NH 03801-2590 SUBJECT: 41--LOW PRESSURE BLOWER ASSEMBLY SOL N00102-97-R-1552 DUE 030597 POC Susan Morse, Contract Specialist, 207-438-2956 DESC: Low Pressure Blower Compressor Assembly, manufactured in accordance with Dresser Dwgs F-7679, F-7680, 870-931-043, 870-944-043 and 872-034-043. Negotiations to be conducted with Dresser Industries, Roots Division, Connersville, IN. See Note 22. CITE: (W-344 SN010112) [Commerce Business Daily: Posted December 09, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 41--Refrigeration, Air Conditioning and Air Circulating Equipment OFFADD: Purchase Services Branch, Attn: Code 535.3, Portsmouth Naval Shipyard, Portsmouth Naval Shipyard, Portsmouth, NH 03801-2590 SUBJECT: 41-LOW PRESSURE BLOWER REFURBISHMENT SOL N00102-97-R-1553 DUE 031297 POC Susan Morse, Contract Specialist, 207-438-2956 DESC: Refurbishment of Ballast Blowing and Ventilation Compressors and Motors, including disassembly, cleaning, inspection. Negotiations to be conducted with Dresser Industries, Roots Division, Connersville, IN. See Note 22. CITE: (W-344 SN010187) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 42--Fire Fighting, Rescue and Safety Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 42-LIFE RAFT, INFLATABLE SOL N0038397R0026 DUE 012797 POC Contact Point, S. Parker, 0222.03, (215)697-3374, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Brian Byrnes, 0222, (215)697-6534 DESC: NSN 1R-4220-01-074-3408-LX, Ref Nr (30003) 62A82H2-101, Qty 400 EA, Deliver to Defense Distribution Depot (sb3106) Norfolk VA , Contract 100 Percent Small Business Set Aside - --This is a 3 year requirements solicitation. CITE: (I-344 SN009883) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 42--Fire Fighting, Rescue and Safety Equipment OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 42-RESCUE AND SALVAGIN SOL N0010497QCA90 DUE 012497 POC Contact Point, Eric W Kreider, 02111.7, (717)790-2864, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, Jodene R Watkins, 02111, (717)790-4253 DESC: NSN 3H-4240-01-279-8598, SPEC NR TDP VER 003, Qty 5 EA, Delivery FOB Origin, Class Set Aside--This solicitation contains a 100% option quantity that will be evaluated prior to the award of the order. For email bid requests, please send to "Eric_Kreider@icpmech.navy.mil"., See Note 9 CITE: (I-344 SN009967) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 42--Fire Fighting, Rescue and Safety Equipment--Potential Sources Sought OFFADD: Naval Air Warfare Center Training Systems Division, Code 27113, 12350 Research Parkway, Orlando, FL 32826-3224 SUBJECT: 42 -- REPLACEMENT OF HALON FIRE SUPPRESSION SYSTEMS IN DV 2F101 FLIGHT SIMULATORS DUE 011797 POC Kirsten Goodreau, 407-380-4986. Contracting Officer, Tony Cibos, 407-380-8172 DESC: Information is sought on: (1) sources capable of satisfying NAWCTSD's requirement to replacement of Halon Fire Suppression Systems in eight Trailerized Device 2F101 Flight Simulators and (2) if commercial items or nondevelopmental items are available that meet NAWCTSD's needs or could be modified to meet NAWCTSD's needs. No solicitation is available at this time. Information on this effort will be posted to www.ntsc.navy.mil under What's New: Request for Proposals as it becomes available. This task is for the replacement of Halon Fire Suppression Systems in eight Trailerized Device 2F101 Flight Simulators in order to comply with Environmental Regulations and to improve the reliability/maintainability of the Trailerized Flight Simulators. The prospective contractor shall remove the existing Halon Fire Suppression Systems and replace with an Underwriter's Laboratory (UL) approved system in all eight trailers. The prospective contractor shall also provide commercial documentation and as-built documentation for the new Fire Suppression System. This task shall be completed within 180 days of contract award. Currently, seven of the eight Flight Simulators are located at NAS Meridian, MS. The eighth Flight Simulator is located at NAS Pensacola, FL, but may be relocated to NAS Meridian, MS prior to performance of this task. The inside area of the trailers which must be protected has approximate dimensions of 45 feet length, 12 feet width, and 11 feet height. NAWCTSD is seeking those sources which have the experience and required capabilities to qualify them for a possible award. Those firms possessing such experience and capabilities are requested to submit the following information in original and one copy to the Contracting Officer at the address indicated above not later than 17 January 1997. No facsimile or electronic mail copies of information please. In addition to the information required by CDB Note 25, organizations are requested to submit complete documentation discussing the following. (1) All respondents must state whether their company is a large, small, small disadvantaged, or woman owned business. The applicable SIC is 2899. The maximum number of employees for a company to be considered small is 500. If the company is a small, small and disadvantaged or certified 8(a), or woman owned business, respondents must indicate their intent to pursue this requirement as either a prime contractor or a subcontractor. (2) All respondents must identify experience in removal of existing halon fire suppression systems and replacement with hardware which is Underwriter's Laboratory (UL) approved. (3) All respondents must identify if their firm can provide commercial or nondevelopmental items that meet NAWCTSD's needs or if they could provide commercial or nondevelopmental items which could be modified to meet NAWCTSD's needs. Cost or pricing data is NOT required nor desired with this submission. Responses which incorporate general capability-type literature but fail to specifically address the experience and capability requirements as defined above will be judged to be unresponsive. Information received will be considered solely for the purpose of whether to conduct a competitive procurement. The information provided should pertain to this synopsis only. Any information received as a result of this notice will NOT be provided to other contractors. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The Government reserves the right without further consideration to render a determination for a set-aside based solely on the information received. Organizations judged to have the required competence will be issued a copy of the resulting request for proposal. Address correspondence to Ms. Kirsten Goodreau. The Government will NOT pay for any information received in response to this announcement nor will the Government compensate any respondent for any costs incurred in the development of information provided to the Government. CITE: (I-344 SN010117) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 43--Pumps and Compressors OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 43--IMPELLER, PUMP, CENTRIFUGAL. COMPOSITE MATERIAL THROUGH OUT. SOL SP0760-97-Q-0219 DUE 012797 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Harris Canada, 614692-2935 DESC: PR-NO: YPC96240000609 NSN 4320-01-425-1899, CAGE 63857 Part No 0657D1897S901A CAGE 63857 Part No 0657D18970963S901A 20 -EA Del to San Diego CA 92136-0000 Del by 155 days after date of award. Small business size standard is 500 employees. Solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not available. 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: Warren Pumps Inc. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. This request is issued via a written RFQ. The estimated award date is 27 Feb 97. All responsible sources may submit offer which DCSC shall consider. CITE: (I-343 SN009863) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 45--Plumbing, Heating and Sanitation Equipment OFFADD: Federal Correctional Institution, Englewood, 9595 W. Quincy Ave., Littleton, CO 80123 SUBJECT: 45--SHOWER CABINETS SOL 102-97-012 DUE 010897 DESC: Provide two (2) wheel chair shower cabinet 39" x 39" x 82", complete with grab bars and transfer seat. Pressure balance mixing valve with integral stops/complete. Twelve (12) right handed showers 36" x 36" x 82". Ten (10) each left handed showers 36" x 36" x 82". FAX request for solicitation to 303-763-2545. Include name and address of company, as well as the solicitation number. No telephone inquiries please. CITE: (M-344 SN010071) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 47-TUBE ASSEMBLY,FUEL SOL N0038397RM037 DUE 011597 POC Contact Point, Carl Chatterton, 0232.01, (215)697-4384, Fax, (215)697-3161, Twx, Not-avail DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 1R-4710-01-184-9675-TN, Ref Nr AE82654R, Qty 145 EA, Delivery FOB Origin--THERE ARE NO DRAWINGS OR OTHER DATA AVAILABLE FOR THIS SOLICITATION. ---, See Note 22 CITE: (I-344 SN009884) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd St. Louis, MO SUBJECT: 47 -- TUBE ASSEMBLY, METAL SOL DAAJ09-97-Q-0362 DUE 013197 POC Pamela Moran, Contracting Officer, Point of contact is Debbie Tillman, AMSAT-A-PLBE, (314) 263-0784, Datafax (314) 263-9012. DESC: NSN: 4710-01-174-7289; P/N: 7-311620511; QTY: 94 Each, applicable to the AH-64 Aircraft. FOB Destination with delivery of 70 each to New Cumberland, PA by 97 Mar 01 and delivery of 24 each to Stockton, CA by 97 Mar 01. This a full and open competitive requirement. This proposed contract action is for supplies for which the Government does own specifications and drawings. Firms that recognize and can produce the required item described above are encouraged to identify themselves to the Contracting Officer and provide supporting evidence which will permit their participation in the current and future solicitations. All responsible sources are encouraged to submit a proposal which shall be considered by the Agency. CITE: (I-344 SN009925) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 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, LINEAR, DIRECTIONAL CONTROL SOL SP0740-97-Q-0524 DUE 011797 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Lisa Engle (614)692 -1326 DESC: PR-NO: YPC96225003528 NSN 4820-00-516-2454, CAGE 96124 Part No 703300 CAGE 97499 Part No 212-062-616-1 valve, linear, directional control HR Textron Inc part number 703300. 24 -EA Del to San Diego CA 92136-0000 Del by 03 Jun 96. PR-NO: YPC96267001857 18 -EA Del to San Diego CA 92136-0000 Del by 03 Jun 96. 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 governmen T does not possess complete, unrestrictive technical data; therfore, 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: 97499 Bell Helicopter Textron 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 combinatio N 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 solicit ation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-343 SN009855) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 48-SERVOVALVE,HYDRAULI SOL N0038397RM109 DUE 011597 POC Contact Point, Eileen R Wadlinger, 0232.17, (215)697-4206, Fax, (215)697-3161, Twx, Not-avail DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 1R-4810-01-139-7350-TN, Ref Nr 1211207-350, Qty 34 EA, Delivery FOB Origin----- No drawings available., See Note 22 CITE: (I-344 SN009885) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 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-PARTS KIT,BALL VALV SOL N0010497QFB16 DUE 021097 POC Contact Point, Karen A Hower, 0243.18, (717)790-4066, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, David E Snyder, 0243.11, (717)790-2367 DESC: NSN 7H-4820-01-111-8535-Q3, SPEC NR TDP VER 002, Qty 33 KT, Deliver to Receiving Officer Portsmouth NH , Receiving Officer Bremerton WA , Class Set Aside-- This is a Level 1/SUBSAFE/Q3 item which will be acquired from approved sources only. Contracts will be awarded to offerors whose inspection system conforms to MIL-I-45208A as certified by a joint DCAS/NAVICP survey team. Information about the MIL-I-45208A requirement may be obtained from NAVICP Mechanicsburg, Code 8452, P.O. Box 2020, Mechanicsburg, PA 17055. All requests for copies of this soliciation must include a copy of DD Form 2345., See Notes 1,8,9 CITE: (I-344 SN009897) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: US Army Armament and Chemical Acquisition and Logistics Activity (ACALA) Attn: AMSTA-AC-PCC (WWA), Rock Island, IL 61299-7630 SUBJECT: 48 -- VALVE BLOCKING SOL DAAE20-97R0030 DUE 013197 POC Contract Specialist: Diane Wiener (309) 782-6675, PCO: Allan W. Hutson (309) 782-3220 DESC: 4810-01-078-2419, Part Number 12012202. Valve Blocking Repair. Requirements are 200 ea Valve Blocking. For use on the M109 SPH. FOB is Origin. The sole source contractor for this proposed contract action is: Bahr Machine Company, 21818 Lassen Street A, Chatsworth, CA 91311. Published for subcontracting purposes only. Offers from concerns other than the above are not solicited. The proposed contract will include a 100 percent option. Estimated issue date of this solicitation is 123196. 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, 22. CITE: (I-344 SN009928) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Panama Canal Commission, Logistical Support Division, Inventory Management Branch, Unit 2300, APO Miami, AA 34011-2300 SUBJECT: 48-VALVE PARTS, CYLINDRICAL, SOL IAP-767,970-05 DUE 012297 POC Alberto A. Solano, Actg. Mat. Manager 1, (507) 272-4601, Eugenio Huerta, Material Manager #1, (507) 272-4601 DESC: Nuts for valve stem upper section, 7-7/8" diameter X 12" long, bronze alloy C-86100, per drawing 5029-90 and PCC sepecification 500-316 dated 4/24/90. When requesting solicitation state Name, Address, and Solicitation Number. Request will be accepted by Facsimile at 011-507-272-7588, or Telex 3034 PCCAMRM PG. All responsible sources may timely submit an offer which shall be considered by the Commission. Basis of award may be made on "BEST VALUE" factors such as delivery time, quality of product, experience, past performance and responsibility shall be considered to ensure that the purchase is advantageous to PCC. CITE: (I-344 SN010215) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Panama Canal Commission, Logistical Support Division, Inventory Management Branch, Unit 2300, APO, AA 34011-2300 SUBJECT: 48-VALVE PARTS, CYLINDRICAL SOL IAP-768,020-05 DUE 012297 POC Alberto A Solano, Actg. Mat. Manager, (507) 272-4601, Edward H. Womble, Contracting Officer, (507) 272-4620 DESC: Ring, cylinder, manganese bronze alloy UNC-86100, 85" O.D. X 3-3/8" high, per drawing 5029-40, detail H. When requesting solicitations state Name, Address, Fax, and Solicitation Number. Requests will be accepted by Facsimile at 011-507-272-7588 or Telex 3034 PCAMRM PG. All reponsible sources may submit a quotation which, if timely received, shall be considered by the Commission. Award will be based on price and delivery. CITE: (I-344 SN010216) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Panama Canal Commission, Logistical Support Division, Inventory Management Branch, Unit 2300, APO Miami, AA 34011-2300 SUBJECT: 48-VALVE PARTS, CYLINDRICAL SOL IAP-768,040-05 DUE 012297 POC ALBERTO A. SOLANO, ACTG. MAT. MANAGER, (507) 272-4601, EDWARD H. WOMBLE, CONTRACTING OFFICER, (507) 272-4620 DESC: Base, body, cylinder, large pedestal and small pedestal. Material: manganese bronze alloy C-86100. In accordance with Panama Canal Commisison drawings and specifications. When requesting solicitation state Name, Address, and Solicitation Number. Request will be accepted by Facsimile at 011-507-272-7588, or Telex 3034 PCCAMRM PG. All responsible sources may timely submit an offer which shall be considered by the Commission. Basis of award may be made on "BEST VALUE" factors such as delivery time, quality of product, experience, past performance and responsibility shall be considered to ensure that the purchase is advantageous to PCC. CITE: (I-344 SN010221) [Commerce Business Daily: Posted December 09, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 49--Maintenance and Repair Shop Equipment OFFADD: 16th Contracting Squadron, 350 Tully Street, PO Box 9190, Hurlburt Field, FL 32544-9190 SUBJECT: 49--MOBILE MAINTENANCE UTILITY BOX SOL F0862097T1226 DUE 010697 POC Charles E. Bayless, Contract Specialist, 904-884-3268; Scott Ilg, Contract Officer, 904-884-1258 DESC: The Air Force intends to issue a request for quotation to acquire competitively one Mobile Maintenance Utility Box to be installed on a Government-owned 1 ton truck for Hurlburt Field FL. The body will have a height of no greater than 96 inches to include the chassis. The body must include compartments to hold a welder/generator, hoses and reels for a torch set and air compressor, and mounts for an oxygen/acetylene tank. The body type will be a Reading Spacemaster SPM54-108GA or equal. Also to be included are a Miller 225D welder/generator or equal with sliding tray, engine driven air compressor, two 30 gallon reserve air tanks, cutting torch set and air hose. The successful offeror will be required to provide a turn-key operation, to include pick up of government owned vehicle, installation of requested items and return to Hurlburt Field FL. The method of procurement will be commercial item format under simplified acquisition procedures in accordance with FAR part 12. SIC Code 3429. Only written or faxed requests to the following number will be accepted: FAX (904) 884-5372, 16 CONS/ LGCS (Lt. Bayless), P.O. Box 9190, Hurlburt Field, Fl 32544-9190. No telephone requests will be honored. Requests for copies of the solicitation should include your Commercial and Government Entity (CAGE) code, if known, your tax ID number, and your DUNS Number. Firms responding should indicate whether they are or are not a small or small disadvantaged business as defined in FAR 52.219. Solicitation issue date is anticipated to be 16 December 1996. Award date is anticipated to be 6 January 1997. See Numbered Note 1. CITE: (W-344 SN009903) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 49--Maintenance and Repair Shop Equipment OFFADD: DOD/Support Services Contract Section, USCG Aircraft Repair & Supply Center, Elizabeth City, NC 27909-5001 SUBJECT: 49-MAINTENANCE AND REPAIR SHOP EQUIPMENT SOL DTCG38-97-Q-S00003 DUE 122796 POC Contact Sherri Herring, (919) 335-6491 DESC: This is a combined synopsis/request for quotation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only request for quotation; proposals are being requested and a written request for quotation/solicitation will not be issued. The request for quotation incorporates provisions and clauses in effect through Federal Acquisition Circular 90-41. This is a restricted requirement set-aside for a small business. The Standard Industrial Classification Code is 3829. The small business size is 500 employees. This order is to procure the following under Brand Name or Equal in accordance with TAR 1252.210-70. All specifications and literature is to be provided with proposal: Clin 1: Rotortuner-5 System, P/N 5410, microprocessor controlled, portable rotor track, balance, and vibration analysis system designed for use in first, second, and third line aircraft maintenance operations, on the ground or in the air during routine flights. Qty 1 each. Items are to be delivered to USCG ARSC, Receiving Section, Bldg. 63, Elizabeth City, NC 27909-5001. Final acceptance shall be at destination.?Closing date and time for receipt of offers is 27 December 1996, 3:00pm, Eastern Standard Time. Facsimile Offers are acceptable and may be forwarded via Fax Number (919)335-6496. FAR provision, 52.212-2 does not apply in that award will be made to the offeror who submits the lowest price meeting the USCG's requirements. Offerors are instructed to include a completed copy of FAR provision 52.212-3 "Offeror Representations and Certifications -- Commercial Items: with their bid. If a copy of this certification is needed, it may be requested by calling the contact number identified above. Offers may be submitted on company letterhead stationery indicating the nomenclature, part number, unit price and extended price for the items offered; plus the FOB point, and any discount offered for prompt payment, and the business size standard and any minority classification. The offer must be signed by a company representative authorized to commit the company. The following FAR provisions and clauses apply to this request for quotation and are incorporated by reference. FAR 52.212-1 Instructions To Offerors -- Commercial Items (Oct 1995) FAR 52.212-2 Evaluation -- Commercial Items (Oct 1995) FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Jun 1996) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 1995) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commerical Items. (Aug 1996) FAR 52.222-26, Equal Opportunity (Apr 1984) FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (Apr 1984) FAR 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 disadvantage business enterprises to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information and applicable forms concerning the STLP please call the OSDBU at (800) 532-1169. CITE: (I-344 SN010056) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 49--Maintenance and Repair Shop Equipment OFFADD: Panama Canal Commission, Logistical Support Division, UNIT 2300, APO, AA 34011-2300 SUBJECT: 49-JET WASHERS SOL PAC-82017-LM-29 DUE 010397 POC JOSE R. ECHART, CONTRACT SPECIALIST, (507) 272-4658, GARY M. ANDERSON, CONTRACTING OFFICER, (507) 272-4658 DESC: QUANTITY: ONE (1 EACH), JET WASHER, BETTER ENGINEERING MODEL 200-P, 30" TURNTABLE DIAMETER 36" WORK HEIGHT, 200V, 1/3 PHASE, 12 KW HEAT,95 GALLON TANK, 5 HP PUMP; ONE (1 EACH), JET WASHER, BETTER ENGINEERING MODEL F-5000LX-P, WITH "PURIFIER" SYSTEM. MANUFACTURER BY BETTER ENGINEERING MFG. BALTIMORE, MD 21236-4964. DELIVERY: 30 DAYS FOB NEW ORLEANS, OR 60 DAYS CIF/ FOB DREGDING DIVISION, BALBOA, REPUBLIC OF PANAMA AFTER RECEIPT OF NOTICE OF AWARD. WHEN REQUESTING SOLICITATION, STATE NAME, ADDRESS AND SOLICITATION NUMBER. REQUEST WILL BE ACCEPTED BY FACSIMILE AT 507-272-7661 OR 1512. ALL RESPONSIBLE SOURCES SUBMIT AN OFFER WHICH SHALL BE CONSIDERED BY THE COMMISSION. BASIS OF AWARD MAY BE MADE ON "BEST VALUE" RATHER THAN THE LOWEST PRICE IN DETERMINING " BEST VALUE" FACTORS SUCH AS DELIVERY TIME, QUALITY OF PRODUCT, EXPERIENCE, PAST PERFORMANCE AND RESPONSABILITY SHALL BE CONSIDERED TO ENSURE THAT THE PURCHASE IS ADVANTAGEOUS TO PCC. CITE: (I-344 SN010219) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 51--Hand Tools OFFADD: GSA FSS TACC TAD II (6FESI-B4) 1500 E. Bannister Rd Kansas City, Mo 64131 SUBJECT: 51--SOCKETS SOL 6FES-B4-970144-S DUE 032597 POC Joyce M. swope (816)823-1714 DESC: The pre-invitation notice (pin) will be issued for three NSN's; 5120-00-165-4098 (wrench set, socket); 5120-00-227-7382(wrench, socket (nut driver)), 5120-00-440-8008(wrench set, socket) on or about 12/17/96. The contract period will be 7/1/97 to 6/30/99 with three, 1-YEAR options. This willnot be set aside for small business. See NOTE #9. Contract will be requirementfp with EPA adjustments. To request pre-invitation notice, please send FAX to 816) 926-3678. CITE: (I-344 SN009904) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 52--Measuring Tools OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 52--PROTRACTOR, UTILITY SOL SP0451-97-R-0497 DUE 012797 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. For copies of RFQ solicitations, contact the buyer. Co ntact Ellen Steinmetz/804-279-3275; C.O. Lynn mccormic K DESC: PR-NO: YPG96332000482 NSN 5220-01-251-2120, protractor, utility; kell-strom tool Co., CAGE 75245, P/N KS5549; specs, plans or Dwgs relating to the procurement described are not available & cannot be furnished by the Gov't; option to increase qty - 100%; the final contract award decision may be based upon a combination of price, past performance & other evaluation factors as described in the solicitation.; other than full & open competition - see NOTE 22. 561 -EA Del to Mechanicsburg PA 17055-0789 Del by 70 days 561 -EA Del to Stockton CA 95296 Del by 70 days all responsible sources may submit offer which DGSC shall consider. CITE: (I-343 SN009836) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 53-STUD,SHOULDERED SOL 962710028 DUE 012797 POC Contact Point, Eileen R Wadlinger, 0232.17, (215)697-4206, Fax, (215)697-3161, Twx, Not-avail DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 1R-5307-01-136-0755-TN, SPEC NR TDP VER 002, Ref Nr 4055T15P01, Qty 12786 EA, Delivery FOB Origin, Approx Due Date O/A Jan 27 97----- No drawins available., See Note 23 CITE: (I-344 SN009886) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: General Services Administration general products commodity centerstock contracting Division (7FXIS-P7) 819 Taylor Street, RM6A24 Ft. Worth, TX 76102-6114 SUBJECT: 53--ABRASIVE CLOTH (SILICON CARBIDE) SOL 7FXI-P7-96-5331-S DUE 020597 POC Patricia Smith, contracting officer, 817-978-3637 DESC: Solicitation scheduled to issue on or about 1-5-97. 6 NSN's. Shall be in accordance with ASTM F887, ANSI A10.14, commercial item description A-A-1977, dated June 12, 1984, and CID A-A-1994 dated November 11, 1982. Contract period 05-01-97 or date of award, whichever is later, through 04-30-99. All responsible sources may submit an offer which will be considered. CITE: (I-344 SN009905) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd St. Louis, MO SUBJECT: 53 -- SHIM SOL DAAJ09-97-Q-0367 DUE 013197 POC Pamela Moran, Contracting Officer, Point of contact is Debbie Tillman, AMSAT-A-PLBE, (314) 263-0784, Datafax (314) 263-9012. DESC: NSN: 5365-01-169-8944; P/N: 13074548; QTY: 24 Each, applicable to the TADS/PNVS Program. FOB Destination with delivery of 18 each to New Cumberland, PA by 180 days ARO and delivery of 6 each to Texarkana, TX by 180 days ARO. This is a full and open competitive requirement. This proposed contract action is for supplies for which the Government does own specifications and drawings. The principal medium which the Government will use for technical data transmittal during this procurement is the 4.75 inch diameter compact disk with embedded reader software. Windows 3.1, or Windows NT operating environment and a CD reader are required. Firms that recognize and can produce the required item described above are encouraged to identify themselves to the Contracting Officer and provide supporting evidence which will permit their participation in the current and future solicitations. All responsible sources are encouraged to submit a proposal which shall be considered by the Agency. The First Article Test Report by 210 days ARO, with delivery of 24 each 480 days ARO. CITE: (I-344 SN009938) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 55--Lumber, Millwork, Plywood and Veneer OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 55--LUMBER, SOFTWOOD, DIMENSION; IN ACCORDANCE WITH FED. SPEC. MM-L-751, "LUMBER, SOFTWOOD". ALL SOL SP0500-97-Q-C084 DUE 011397 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Jeff Kochanowicz/WAA08/215-697-5 517 buyer: Lisa vivino/WAA26/215-697-5590 DESC: PR-NO: YPI96290000694 NSN 5510-00-220-6194, lumber, softwood; I/A/W MM-L-751. Grade: STD/NO.2 - size: 2 "X 4" 50,000 -BF Del to Pusan Korea KS Del by 25 Nov 96. RFQ due date: 97JAN13 specs: I/A/W NR MM-L-751H primary qty: 90000 delivery schedule: 14 days size standard: 500 NOTE 1 applies. This solicitation also contains YPI96290000696 & YPI96290000706. To obtain a copy of this solicitation please send FAX request to 215-697-6333 or X2978 or X1462. CITE: (I-343 SN009841) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 55--Lumber, Millwork, Plywood and Veneer OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET NW - Material Mgt Branch, WASHINGTON, DC 20534-0001 SUBJECT: 55--PLYWOOD; HEMLOCK, WALNUT, AND BIRCH SOL 1PI-B-1931-97 DUE 120396 POC Contract Specialist, MACALUSO, PETER, 202/508-3958 DESC: Those sources requesting a copy of this solicitation must resubmit their request in writing. Faxed requests will be accepted (202 347-9416). You may contact Peter Macaluso for additional information. CITE: (I-344 SN010034) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 55--Lumber, Millwork, Plywood and Veneer OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET NW - Material Mgt Branch, WASHINGTON, DC 20534-0001 SUBJECT: 55--PLYWOOD; LUAN SOL 1PI-B-1932-97 DUE 120397 POC Contract Specialist, MACALUSO, PETER, 202/508-3958 DESC: Those sources requesting a copy of this solicitation must resubmit their request in writing. Faxed requests will be accepted (202 347-9416). You may contact Peter Macaluso for additional information. CITE: (I-344 SN010035) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 55--Lumber, Millwork, Plywood and Veneer OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET NW - Material Mgt Branch, WASHINGTON, DC 20534-0001 SUBJECT: 55--RED OAK SOL 1PI-B-1945-97 DUE 020697 POC Contract Specialist, MACALUSO, PETER, 202/508-3958 DESC: Deliveries shall be made within 30 days after the receipt of an order to: UNICOR FPI, Leavenworth United States Penitentiary, 1300 Metropolitan Ave., Leavenworth, KS. The contract's duration will be one year with an allowance for quarterly economic pice adjustments. The quantities are estimates in units of "board feet" following the description. All items are Red Oak and must meet the National Hardwood Lumber Association's rules for #1 common. Item 1: 8/4, 1 common, rough, kiln (K)-dried to 8%, 12,000 Item 2: 4/4, 1 common, rough, K-dried to 7%, plain-sawn, 56,000; Item 3: 5/4, 1 common, rough, K-dried to 7%, plain-sawn, 16,000; Item 4: 4/4, FAS, rough, K-dried to 8%, plain-sawn, 84,000; Item 5: 5/4, FAS, rough, K-dried to 8%, plain-sawn, 24,000; Item 6: 6/4, FAS, rough, K-dried to 7%, plain-sawn, 100,000; Item 7: 84/, FAS, rough, K-dried to 7%, plain-sawn, 25,000; Item 8: 6/4, 1 common, rough, K-dried to 8%, 20,00. All responsible sources may submit a bid. Written or faxed requests only (202 347-9416). Please indicate business size. CITE: (I-344 SN010037) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 56--Construction and Building Materials OFFADD: Bureau of Indian Affairs, Billings Area Office, Branch of Contracting, Room 4429, 316 North 26th Street, Billings, Montana 59101 SUBJECT: 56--CRUSHED AGGREGATE SOL C50-97-2838 DUE 011697 POC Lowell James Azure, Contract Specialist, (406) 274-7941. DESC: The Government proposes to purchase 70,000 tons of 1-1/2" minus crushed aggregate base Grade D; for use on roads projects on the Rocky Boy's Indian Reservation, located in the North Central part of Montana. Requests for solicitation packages must be in writing. Telephone calls will not be honored. Fax requests will be honored. Fax number is (406) 247-7908. Solicitation packages will be issued until supply is exhausted. This procurement is set-aside for 51% Indian-owned firms. CITE: (M-344 SN010105) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 56--Construction and Building Materials OFFADD: BLM, BC-670B, Bldg 50, Denver Federal Center, P.O. Box 25047, Denver, CO, 80225-0047 SUBJECT: 56 -- FENCE MATERIAL, BATTLE MTN. DISTRICT SOL 1422-N670-Q97-0019 DUE 013097 POC Rex Thomsen, Contracting Officer, (303) 236-9443. DESC: Synopsis was issued on 12/6/96. The following information was omitted: Item 1, Steel Fence Posts shall be a length of 5 1/2 feet. Item 5, Wire Fence Stays shall be a length of 30 inches. CITE: (I-344 SN010160) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 58-DROGUE,ANTENNA SOL N0038397QF013 DUE 011597 POC Contact Point, David Necowitz, 0234.08, (215)697-3821, Fax, (215)697-3161, Twx, Not-avail DESC: NSN 7R-5821-01-238-5621-RZ, Ref Nr 639-8630-001, Qty 24 EA, Delivery FOB Origin--This is a sole source procurement with Rockwell International. Drawings for this requirement are not available at the Naval Inventory Control Point., See Note 22 CITE: (I-344 SN009887) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Western Area Power Administration, 114 Parkshore Drive, Folsom, CA 95630 SUBJECT: 58 -- UPGRADE OF THE GRAPHICS MASTER SYSTEM FOR MICROWAVE COMMUNICATION MONITORING AND CONTROL USING BADGER REMOTE TERMINAL UNITS (RTU'S) SACRAMENTO COUNTY, CALIFORNIA SOL N/A POC Sharon Bates, Contract Specialist, (916) 353-4469 Sharon Bates, Contracting Officer, (916) 353-4469. DESC: Description: Western intends to negotiate, on a sole source basis, with Badger Technology, Inc. for the following proprietary software for upgrade of the Graphics Master System for microwave communication monitoring and control using Badger RTU's: Badger Technology Graphics Master - Hi-Performance Model Trade-In Software Version 3.X, Back-up Tape Drive, software Support Contract (1 year), Operation Training at Customer Location (4 days). Vendors able to meet this requirement are invited to identify their interest and ability by submitting a proposal to include technical data, pricing, and any other information which shows a bona fide ability to meet this requirement within 15 days of this publication. If no affirmative responses are received within this time to determine that a comparable source more advantageous to the Government is available, negotiations will take place with Badger Technology, Inc. Synopsis is published for information purposes only. Solicitation documents are not available. No telephone inquiries will be accepted. This acquisition is set-aside for small business. SIC code is 7371. Information hours: 8:00 to 4:30pm (PST) Monday - Friday. CITE: (I-344 SN009915) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: DOI, Fish and Wildlife Service, Branch of Construction Contracting, PO Box 25207, DFC, Denver, CO 80225-0207 SUBJECT: 58--SONY DIGITAL BETACAM EQUIPMENT SOL 1448-98695-97-B002 DUE 123096 POC POC: Pat Serra, Procurement Assistant/Sandra L. Schlesier, Contracting Officer, 303/275/2347 DESC: THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; BIDS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. SOLICITATION NO. 1448-98695-97-B002 IS ISSUED AS AN INVITATION FOR BIDS (IFB) AND WILL BE AWARDED AS A CONTRACT USING THE SEALED BIDDING PROCEDURES. SIC Code 3663. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-42. The solicitation line items are as follows: Item 1, DVW-700WSPAC2, Digital Betacam Camcorder, Qty 1 each; Item 2, A20X8BDEVM, Fujinon Lens, Qty 1 each; Item 3, PCK-226B, Fujinon Zoom Demand Rear Lens Control, Qty 1 each; Item 4, BC-L100, Lithium-Ion Battery Charger, Qty 1 each; Item 5, BP-L60, 60 W/H Lithium-Ion Battery, Qty 3 each; Item 6, BP-L90, 90 W/H Lithium-Ion Battery, Qty 3 each; Item 7, IRFILTER D600, Infrared Cut Filter for DVW-700, Qty 1 each; Item 8, VFH-550, 5" Outdoor Viewfinder Hood for BVF-55, Qty 1 each; Item 9, BSC-1PACK, Setup Cards for DSP Camcorders w/Case, Qty 1 each; Item 10, ECM-672PAC1, Shotgun Microphone Package, Qty 1 each; Item 11, DVW-A500, Digital Betacam Editing Recorder, Qty 2 each; Item 12, BKDS-505, Analog Composite Input Card, Qty 2 each; Item 13, RMM-11OUS, Rack Mount Kit, Qty 2 each. F.O.B. Point: Destination--Inside Delivery at U.S. Fish and Wildlife Service, National Education and Training Center, Route 1, Box 166, Shepherdstown, WV 25443. Delivery Required: Within 90 days after contract award. Inspection and acceptance will be at destination. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items, and FAR Provision 52.212-2, Evaluation of Commercial Items, are applicable to this acquisition. The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items, and the clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, apply to this acquisition. Evaluation of Commercial Items: The Government will award to the responsible bidder offering the lowest price. NOTE: Bidders responding to this solicitation must submit unit and extended price for all requested items, prompt payment terms, and a completed copy of the provision at FAR 52.212-3, Offer Representations and Certifications--Commercial Items, with their bids. Pursuant to FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, the following FAR clauses are hereby incorporated by reference: 52.203-6, Alt. I, Restrictions on Subcontractor Sales to the Government; 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity; 52.21-8, Utilization of Small, Small Disadvantaged and Women-Owned Small Business Concerns; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; and 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels. The Contracting Officer will furnish full text for the above listed clauses upon request. Bids shall be in writing and accompanied by completed representations and certifications, or they will be rejected. Bid opening will take place at the U.S. Fish and Wildlife Service, Branch of Construction Contracting, 755 Parfet Street, Suite 200, Lakewood, Colorado 80215, at 2:00 p.m. on December 30, 1996. This acquisition is unrestricted. All responsible sources may submit an offer for consideration. CITE: (I-344 SN010214) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment--Potential Sources Sought OFFADD: GSA, FTS (9KE), 450 Golden Gate Ave., 5th Fl., San Francisco, CA 94102-3434 SUBJECT: 58--PORTABLE UNINTERRUPTABLE POWER SUPPLY POC Jo Ann Lew, Contracting Officer, (415) 522-4550. DESC: GSA intends to award a 5-yr., IDIQ contract to TTK Associates (a SDBC), P.O. Box 6220, Moraga, CA 94570, for the purchase of approx. 10,000 portable uninterruptable universal power supply systems for use worldwide with current and future models of STU-III sets, w/option for technically-enhanced models and ancillary equipment. TTK is the only known source. Interested parties who can meet this reqmt. should submit tech. info. and pricelists to the contracting officer by Dec. 20, 1996. See Note 22. CITE: (M-344 SN009975) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 59--SPLICE, CONDUCTOR SOL SP0450-97-Q-N183 DUE 013197 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JDPA Richmond VA 23297-5312 AC (804)279-4278. For copies of RFQ solicitations, contact the buyer. Jo Y Jones/AT132 DESC: PR-NO: YPG96267000462 NSN 5940-01-093-0292, 18,000 -EA Del to Stockton CA 95296 6,620 -EA Del to Mechanicsburg PA 17055-0789 solicitation consist of two prs: YPG96267000462 and YPG96303000391. manufacturer: Raychem Corp. Part number: D-141-0108. specifications, plans, or drawings relating to the procurement described are not available and cannot be furnished by the government. delivery schedule: 100 days ARO. The final contract award decisiion may be based upon a combination of price of price, past performance and other evaluation factors as described in the solicitation. issue date: 12/31/96 close: 01/31/96 all responsible sources may submit offer which DGSC shall consider. CITE: (I-343 SN009805) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 59-RADOME SOL N0038397QB023 DUE 011697 POC Contact Point, Kathryn M Andrews, 0231.01, (215)697-5980, Fax, (215)697-3161, Twx, Not-avail DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 7R-5985-01-320-7011-FE, SPEC NR TDP VER 001, Ref Nr 1128WP40011-1, Qty 26 EA, Delivery FOB Origin-----It is anticipated that an award will be made to Grumman Aerospace Corp. under BOA N00383-94-G-M114. No data, specifically drawings, are available., See Note 22 CITE: (I-344 SN009888) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd St. Louis, MO SUBJECT: 59 -- CIRCUIT CARD ASSEMBLY SOL DAAJ09-97-Q-0319 DUE 011597 POC Pamela Moran, Contracting Officer, Point of contact is Debbie Tillman, AMSAT-A-PLBE, (314) 263-0784. DESC: NSN: 5999-01-169-7396; P/N: 13078430; QTY: 52 Each, applicable to the TADS/PNVS Program. FOB Destination with delivery of 26 each 300 days ARO to Orlando, FL and delivery of 26 each 330 days ARO to Orlando, FL. This procurement requires prequalification. Contractors who desire to be prequalified must submit qualification documentation. This proposed contract action is for supplies for which the Government does not own specifications and drawings. It is restricted to the following approved sources, Interstate Electronics Corporation, Anaheim, CA and Lockheed Martin Corporation, Orlando, FL. Firms that recognize and can produce the required item described above are encouraged to identify themselves to the Contracting Officer and provide supporting evidence which will permit their participation in the current or future solicitations. All responsible sources are encouraged to submit a proposal which shall be considered by the Agency. The First Article Test Report is due by 258 days ARO, with delivery of 26 each 588 days ARO and 26 each subsequent month. CITE: (I-344 SN009930) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Contracts Directorate, P. O. Drawer 43019, MCLB, Albany, GA 31704- 3019 SUBJECT: 59 -- ELECTRON TUBE (TWT) SOL M67004-97-Q-3006 DUE 012997 POC Donna L. Webber, Contract Specialist, Code 893, (912)439-6773 Contracting Officer, Sandra E. Walker, Code 893, (912)439-6773. DESC: NSN 5960-01-027-6954, Qty 10 each, FMS requirement. Destination will be furnished upon request. Specifications or drawings adequate for manufacturing are not available; therefore, offerors will be required to identify the data/revisions utilized to submit a quotation. Quotations for this requirement may be submitted by any responsible source. All quotations received will be considered prior to award. Request must specify quotation number, name and mailing address. Request for solicitation must be in writing, Attn: Carol McConnell, Code 890-2 CITE: (I-344 SN009931) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd St. Louis, MO SUBJECT: 59 -- CIRCUIT, CARD ASSEMB; CIRCUIT CARD ASSEMB SOL DAAJ09-97-Q-0415 DUE 013197 POC Pamela Moran, Contracting Officer, Point of contact is Debbie Tillman, AMSAT-A-PLBE, (314) 263-0784, Datafax (314) 263-9012. DESC: NSN: 5998-01-329-2552; P/N: 8515279-902; QTY: 15 Each and NSN: 5998-01-414-2762; P/N: 8521516-901; QTY: 15 Each, applicable to the OH-58 Program. FOB Origin with delivery of 15 each by 180 days ARO to New Cumberland, PA and delivery of 15 each by 180 days ARO to New Cumberland, PA. This procurement requires prequalification. Contractors who desire to be prequalified must submit qualification documentation. This proposed contract action is for supplies for which the Government does not own specifications and drawings. It is restricted to the following approved source, Honeywell, Inc., Albuquerque, NM. Firms that recognize and can produce the required item described above are encouraged to identify themselves to the Contracting Officer, and provide supporting evidence which will permit their participation in the current or future solicitations. All responsible sources are encouraged to submit a proposal which shall be considered by the Agency. See Numbered Note(s): 22. CITE: (I-344 SN009940) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd, St. Louis, Mo SUBJECT: 59 -- ELECTRON TUBE, YOKE SOL DAAJ09-97-Q-0416 DUE 013197 POC Pamela Moran, Contracting Officer, Point of contact is Debbie Tillman, AMSAT-A-PLBE, (314) 263-0784, Datafax (314) 263-9012. DESC: NSN: 5960-01-171-6161; P/N: 8001672-901; QTY: 37 Each, applicable to the OH-58 Program. FOB Origin with delivery of 28 each by 180 days ARO to Texarkana, TX and delivery of 9 each by 180 days ARO to New Cumberland, PA. This procurement requires prequalification. Contractors who desire to be prequalified must submit qualification documentation. This proposed contract action is for supplies for which the Government does not own specifications and drawings. It is restricted to the following approved source, Honeywell, Inc., Albuquerque, NM. Firms that recognize and can produce the required item described above are encouraged to identify themselves to the Contracting Officer, and provide supporting evidence which will permit their participation in the current or future solicitations. All responsible sources are encouraged to submit a proposal which shall be considered by the Agency. See Numbered Note(s): 22. CITE: (I-344 SN009941) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd St. Louis, MO SUBJECT: 59 -- CIRCUIT CARD ASSEMB SOL DAAJ09-97-Q-0417 DUE 013197 POC Pamela Moran, Contracting Officer, Point of contact is Debbie Tillman, AMSAT-A-PLBE, (314) 263-0784; Datafax (314) 263-9012. DESC: NSN: 5998-01-410-6924; P/N: 8513076-906; QTY: 27 each, applicable to the OH-58 Program. FOB Origin with delivery of 20 each by 180 days ARO to Texarkana, TX and delivery of 7 each by 180 days ARO to New Cumberland, PA. This procurement requires prequalification. Contractors who desire to be prequalified must submit qualification documentation. This proposed contract action is for supplies for which the Government does not own specifications and drawings. It is restricted to the following approved source, Honeywell, Inc. Albuquerque, NM. Firms that recognize and can produce the required item described above are encouraged to identify themselves to the Contracting Officer, and provide supporting evidence which will permit their participation in the current or future solicitations. All responsible sources are encouraged to submit a proposal which shall be considered by the Agency. See Numbered Note(s): 22. CITE: (I-344 SN009942) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd St. Louis, MO SUBJECT: 59 -- CIRCUIT CARD ASSEMB SOL DAAJ09-97-Q-0418 DUE 013197 POC Pamela Moran, Contracting Officer, Point of contact is Debbie Tillman, AMSAT-A-PLBE, (314) 263-0784; Datafax (314) 263-9012. DESC: NSN: 5998-01-414-2764; P/N: 8520656-901; QTY: 25 Each, applicable to the OH-58 Program. FOB Origin with delivery of 20 each 180 days ARO to Texarkana, TX and delivery of 5 each by 180 days ARO to New Cumberland, PA. This procurement requires prequalification. Contractors who desire to be prequalified must submit qualification documentation. This proposed contract action is for supplies for which the Government does not own specifications and drawings. It is restricted to the following approved source, Honeywell, Inc. Albuquerque, NM. Firms that recognize and can produce the required item described above are encouraged to identify themselves to the Contracting Officer, and provide supporting evidence which will permit their participation in the current or future solicitations. All responsible sources are encouraged to submit a proposal which shall be considered by the Agency. See Numbered Note(s): 22. CITE: (I-344 SN009943) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd St. Louis, MO SUBJECT: 59 -- CIRCUIT CARD ASSEMB SOL DAAJ09-97-Q-0419 DUE 013197 POC Pamela Moran, Contracting Officer, Point of contact is Debbie Tillman, AMSAT-A-PLBE (314) 263-0784, Datafax (314) 263-9012. DESC: NSN: 5998-01-414-5785; P/N: 8520662-902; QTY: 15 Each, applicable to the OH-58 Program. FOB Origin with delivery of 15 each by 180 days ARO to Texarkana, TX. This procurement requires prequalification. Contractors who desire to be prequalified must submit qualification documentation. This proposed contract action is for supplies for which the Government does not own specifications and drawings. It is restricted to the following approved source, Honeywell, Inc., Albuquerque, NM. Firms that recognize and can produce the required item described above are encouraged to identify themselves to the Contracting Officer, and provide supporting evidence which will permit their participation in the current or future solicitations. All responsible sources are encouraged to submit a proposal which shall be considered by the Agency. See Numbered Note(s): 21. CITE: (I-344 SN009944) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd St. Louis, MO SUBJECT: 59 -- CIRCUIT CARD ASSEMB SOL DAAJ09-97-Q-0422 DUE 013197 POC Pamela Moran, Contracting Officer, Point of contact is Debbie Tillman, AMSAT-A-PLBE, (314) 263-0784; Datafax (314) 263-9012. DESC: NSN: 5998-01-414-2759; P/N: 8520659-902; QTY: 20 Each, applicable to the OH-58 Program. FOB Origin with delivery of 20 each by 180 days ARO to Texarkana, TX. This procurement requires prequalification. Contractors who desire to be prequalified must submit qualificaton documentation. This proposed contract action is for supplies for which the Government does not own specifications and drawings. It is restricted to the following approved source, Honeywell, Inc., Albuquerque, NM. Firms that recognize and can produce the required item described above are encouraged to identify themselves to the Contracting Officer and provide supporting evidence which will permit their participation in the current or future solicitations. All responsible sources are encouraged to submit a proposal which shall be considered by the Agency. See Numbered Note(s): 22. CITE: (I-344 SN009945) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd St. Louis, MO SUBJECT: 59 -- CIRCUIT CARD ASSEMB SOL DAAJ09-97-Q-0423 DUE 013197 POC Pamela Moran, Contracting Officer, Point of contact is Debbie Tillman, AMSAT-A-PLBE, (314) 263-0784, Datafax (314) 263-9012. DESC: NSN: 5998-01-414-2760; P/N: 8521513-902; QTY: 20 Each, applicable to the OH-58 Program. FOB Origin with delivery of 20 each 180 days ARO to Texarkana, TX. This procurement requires prequalification. Contractors who desire to be prequalified must submit qualification documentation. This proposed contract action is for supplies for which the Government does not own specifications and drawings. It is restricted to the following approved source, Honeywell, Inc., Albuquerque, NM. Firms that recognize and can produce the required item described above are encouraged to identify themselves to the Contracting Officer, and provide supporting evidence which will permit their participation in the current or future solicitations. All responsible sources are encouraged to submit a proposal which shall be considered by the Agency. See Numbered Note(s): 22. CITE: (I-344 SN009946) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd St. Louis, MO SUBJECT: 59 -- CIRCUIT CARD ASSEMB SOL DAAJ09-97-Q-0424 DUE 013197 POC Pamela Moran, Contracting Officer, Point of contact is Debbie Tillman, AMSAT-A-PLBE, (314) 263-0784, Datafax (314) 263-9012. DESC: NSN: 5998-01-414-2761; P/N: 8515287-904; QTY: 15 Each, applicable to the OH-58 Program. FOB Origin with delivery of 15 each 180 days ARO to New Cumberland, PA. This procurement requires prequalificaton. Contractors who desire to be prequalified must submit qualification documentation. This proposed contract action is for supplies for which the Government does not own specifications and drawings. However, it is restricted to the following approved source, Honeywell, Inc., Albuquerque, NM. Firms that recognize and can produce the required item described above are encouraged to identify themselves to the Contracting Officer, and provide supporting evidence which will permit their participation in the current or future solicitations. All responsible sources are encouraged to submit a proposal which shall be considered by the Agency. See Numbered Note(s): 22. CITE: (I-344 SN009947) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd St. Louis, MO SUBJECT: 59 -- CIRCUIT CARD ASSEMB SOL DAAJ09-97-Q-0425 DUE 013197 POC Pamela Moran, Contracting Officer, Point of contact is Debbie Tillman, AMSAT-A-PLBE, (314) 263-0784, Datafax (314) 263-9012. DESC: NSN: 5999-01-165-6560; P/N: 8001735-902; QTY: 18 each, applicable to the OH-58 Program. FOB Origin with delivery of 6 each 180 days ARO to Texarkana, TX and 12 each 180 days ARO to New Cumberland, PA. This procurement requires prequalification. Contractors who desire to be prequalified must submit qualification documentation. This proposed contract action is for supplies for which the Government does not own specifications and drawings. It is restricted to the following approved source, Honeywell, Inc., Albuquerque, NM. Firms that recognize and can produce the required item described above are encouraged to identify themselves to the Contracting Officer, and provide supporting evidence which will permit their participation in the current and future solicitations. All responsible sources are encouraged to submit a proposal which shall be considered by the Agency. See Numbered Note(s): 22. CITE: (I-344 SN009948) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 60--Fiber Optics Materials and Components, Assemblies, and Accessories OFFADD: Cmdr, MARCORSYSCOM, 2033 Barnett Ave., Ste 315, Code CTQ2KR, Quantico, VA 22134-5010 SUBJECT: 60 -- FIBER OPTIC CABLE CONNECTOR REPAIR KITS SOL M67854-97-R-2018 POC Ms. Kristine Rinaldo, Contract Specialist (703)784-5822 Ext 224. DESC: The Marine Corps Systems Command intends to award a sole source contract for eleven (11) Fiber Optic Cable Connector Repair Kits to KitCo Inc., 5269 Cleveland Street, Virginia Beach, VA 23462. These repair kits are for maintenance and repair of the Packard-Hughes fiber optic cable connectors used on the Tactical Air Operations Module (TAOM) fiber optic cables. KitCo Inc., is licensed by Packard-Hughes to produce repair kits for their fiber optics connector and has access to the Packard-Hughes proprietary documentation to manufacture these special parts. No RFP is available for competitive bidding. See Numbered Note 22. CITE: (I-344 SN010149) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--BATTERY, STORAGE NICKEL-CADMIUM, SEALED CELLS SOL SP0430-97-R-0333 DUE 021897 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. Contact: Brenda Coleman/ZY180/ 804-279-3227. DESC: PR-NO: ARG96291045001 NSN 6140-01-086-3440, Battery storage. The opening/closing date has been changed to 18 Feb 97. Max. contract qty 1,000. CITE: (I-343 SN009793) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--STARTER, MOTOR SOL SP0430-97-R-0389 DUE 020397 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. For copies of RFQ solicitations, contact the buyer: AM Y Richards/ZZ880/804-279-4283. Judith H. Hawthorne/804 -279-4905. DESC: PR-NO: YPG96317001314 NSN 6110-01-319-0251: starter, motor. Eaton Corp. CAGE 27192. P/N 6962ED3264A. DSCR does not currently have an approved technical data package available for this NSN. Please do not submit request to DSCR-VABA. 10 -EA Del to Norfolk VA 23511-3392 Del by 133 days. Other than full and open comp. Incremental quantities - max: 16. Min: 10. Option to Inc qty: N. Option to ext term of contract: N. Unrestricted: Y. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Solicitation will be made: in writing: Y. Orally: Y. All responsible sources may submit offer which DGSC shall consider. CITE: (I-343 SN009807) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--DISTRIBUTION BOX SOL SP0430-97-R-0446 DUE 020397 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, or for copies RFQ Sol icitations, contact the buyer: Amy Richards/ZZ880/804279-4283. Judith H. Hawthorne/804-279-4905. DESC: PR-NO: YPG96323001274 NSN 6110-01-180-1843: distribution box. McDonnell Douglas Corp. McDonnell Douglas Aerospace. CAGE 76301. P/N 68A810023-1021. DSCR does not currently have an approved technical data package available for this NSN. Please do not submit request to DSCR-VABA. Critical item application. Origin inspection re quired. Critical application item. 24 -EA Del to Kelly AFB TX 78241-5312 Del by 300 days. Other than full and open comp. See NOTE 23. Incremental quantities - max: 27. Min: 24. Option to Inc qty: N. Option to ext term of contract: N. Unrestricted: N. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. All responsible sources may submit offer which DGSC shall consider. CITE: (I-343 SN009808) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--CABLE ASSEMBLY, SPECIAL PURPOSE, ELECTRICAL SOL SP0451-96-Q-VA99 DUE 011797 POC Contact: for copies of RFQ under simplified acquisition pro cedures (sap) (available at least 15 days from announc ement) contact buyer viawritten request Attn: dscr-jbp C, Richmond VA 23297-5358, Kathy Wilgus/BG390/contract specialist or phone 8042795857 or FAX 6095MR. J. R. W EST/contracting officer/8042795857. DESC: PR-NO: YPG96036001589 NSN 6150-01-300-2140, Lockheed Martin, CAGE 04939, P/N 717751019-009. see NOTE 22. specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. 13 -EA to Mechanicsburg, PA 17055; delivery 240 days ARO award will be made against BOA. All responsible sources may submit offer which DGSC shall consider. CITE: (I-343 SN009827) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--REGULATOR, VOLTAGE SOL SP0430-97-Q-P327 DUE 012997 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, or for copies of RFQ solicitations, contact the buyer: Amy Richards/ZZ880/8 04-279-4283. Judith H. Hawthorne/804-279-4905. DESC: PR-NO: YPG96129000912 NSN 6110-01-363-0492: regulator, voltage. Libby Corp. CAGE 36024. P/N 88-21063. Identify to: MIL-STD-130H, dated 01 Dec 93. Identification marking of U.S. military property use of ozone depleting substances: MIL-P-116 does not require use of ozone depleting substances. Technical data package availability: DSCR does not currently have an approved technical data package available for this NSN. Please do not submit request to DSCR-VABA. 60 -EA Del to Mechanicsburg PA 17055-0789 Del by 74 days. Other than full and open comp. See NOTE 23. Total quantity shipped: 60. Option OT Inc qty: Y. Option to ext term of contract: N. Unrestricted: Y. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Solicitation will be made: in writing: Y. Orally: Y. All responsible sources may submit offer which DGSC shall consider. CITE: (I-343 SN009828) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--CABLE ASSEMBLY, SPECIAL PURPOSE, ELECTRICAL SOL SP0451-97-Q-H537 DUE 011797 POC Contact: for copies of RFQ under sap (available at least 15 days from announcement) contact buyer via written req uest Attn: DSCR-JBPC, Richmond VA 23297-5358/kathy wilg US/BG390/or phone 8042795857 orfax 8042796095. Mr. J. R. West/contracting officer/8042795857. DESC: PR-NO: YPG96325000568 NSN 6150-01-018-9193, source control item. see clause L59D (52.217-9G23) restriction of alternate offers for source controlled items. Labarge Inc, CAGE 16275, P/N 7-1148, Celltron Corp, CAGE 62765, P/N 11743103, Glenair Inc, CAGE 18863, P/N ABC51134, Midcon cables Co, CAGE 51880, P/N M6-1102 or yucca valley Industries, CAGE 59103, P/N 11743013. Full and open competition exists. critical application item. origin inspection required. 67 -EA to Anniston AL 36201; delivery 90 days ARO. 35 -EA to Richmond VA 23297; delivery 90 days ARO. The final contract award decision may be based upon a combination factors as described in the RFQ. Anticipated date of award - 01/31/97. All responsible sources may submit offer which DGSC shall consider. CITE: (I-343 SN009831) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--CABLE ASSEMBLY, SPEC SOL SP0451-97-Q-H536 DUE 011797 POC Contact: for copies of RFQ under sap (available at least 15 days from announcement) contact buyer via written req uest Attn: DSCR-JBPC, Richmond VA 23297-5358, Kathy WI lgus/BG390/ or phone 8042795857 orfax 802796095. Mr. J R. West/contracting officer/8042795857. DESC: PR-NO: YPG96326000647 NSN 6150-01-314-2891, United Technologies Corp, Sikorsky Aircraft Div, CAGE 78286, P/N 70552-10900-101. see NOTES 9 and 22. source control item. source: Atlas Aero Corp, CAGE 09526, P/N AA4026-1. see clause L59D, 52.217-9G23, restrictions of alternate offers on source controlled items. Critical application item. 22 -EA to mechanisburg PA 17055; delivery 90 days ARO. Anticipated date of award - 01/31/97. The final contract award decision may be based upon a combination factors as described in the RFQ. All responsible sources may submit offer which DGSC shall consider. CITE: (I-343 SN009833) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--CABLE ASSEMBLY, SPECIAL PURPOSE, ELECTRICAL SOL SP0451-97-R-0498 DUE 012797 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. For copies of RFQ solicitations, contact the buyer. Co ntact Ellen Steinmetz/804-279-3275; C.O. - Lynn mccorm ick DESC: PR-NO: YPG96330001583 NSN 6150-00-458-3519, cable assembly, special purpose, electrical; Boeing helicopters, Div. of the Boeing Co. , CAGE 77272, P/N 25-60433-2; specs, plans or Dwgs relating to the procurement described are not available & cannot be furnished by the Gov't; option to increase qty - 100%; the final contract award decision may be based upon a combination of price, past performance & other evaluation factors as described in the solicitation; other than full & open competition; see NOTE 22. 8 -EA Del to Mechanicsburg PA 17055-0789 Del by 212 days. All responsible sources may submit offer which DGSC shall consider. CITE: (I-343 SN009834) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--CABLE ASSEMBLY, SPECIAL PURPOSE, ELECTRICAL SOL SP0451-97-Q-H535 DUE 011797 POC Contact: for copies of RFQ under sap (available at least 15 days from announcement) contact buyer via written req uest Attn: DSCR-JBPC, Richmond VA 23297-5358/kathy Wil gus/BG390/ phone 8042795857 or FAX8042796095. Mr. J. R West/contracting officer/8042795857. DESC: PR-NO: YPG96331000440 NSN 6150-01-072-9991, General Dynamics Land Systems Div CAGE 01417, P/N 12287265. source: cherokee nations Ind, CAGE 2R431, P/N 12287265. see NOTES 9 and 22. Critical application item. 543 -EA to Mechanicsburg PA 17055-0789; delivery 90 DARO 284 - EA to Tracy CA 95376-5000; delivery 90 days ARO. The final contract award decision may be based upon a combination of evaluation factors as described in the RFQ. Anticipated date of award - 01/31/97. All responsible sources may submit offer which DGSC shall consider. CITE: (I-343 SN009835) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd St. Louis, MO SUBJECT: 61 -- POWER SUPPLY ASSEMB SOL DAAJ09-97-Q-0426 DUE 013197 POC Pamela Moran, Contracting Officer, Point of contact is Debbie Tillman, AMSAT-A-PLBE, (314) 263-0784, Datafax (314) 263-9012. DESC: NSN: 6130-01-415-2870; P/N: 8521512-902; QTY: 13 Each, applicable to the OH-58 Program. FOB Origin with delivery of 13 each 180 days ARO to Texarkana, TX. This procurement requires prequalification. Contractors who desire to be prequalified must submit qualification documentation. This proposed contract action is for supplies for which the Government does not own specifications and drawings. It is restricted to the following approved source, Honeywell, Inc., Albuquerque, NM. Firms that recognize and can produce the required item described above are encouraged to identify themselves to the Contracting Officer, and provide supporting evidence which will permit their participation in the current or future solicitations. All responsible sources are encouraged to submit a proposal which shall be considered by the Agency. See Numbered Note(s): 22. CITE: (I-344 SN009949) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd St. Louis, MO SUBJECT: 61 -- POWER SUPPLY SOL DAAJ09-97-Q-0427 DUE 013197 POC Pamela Moran, Contracting Officer, Point of contact is Debbie Tillman, AMSAT-A-PLBE, (314) 263-0784, Datafax (314) 263-9012. DESC: NSN: 6130-01-165-6413; P/N: 8001674-901; QTY: 31 Each, applicable to the OH-58 Program. FOB Origin with delivery of 31 each 180 days ARO to Texarkana, TX. This procurement requires prequalification. Contractors who desire to be prequalified must submit qualification documentation. This proposed contract action is for supplies for which the Government does not own specifications and drawings. It is restricted to the following approved source, Honeywell, Inc., Albuquerque, NM. Firms that recognize and can produce the required item described above are encouraged to identify themselves to the Contracting Officer, and provide supporting evidence which will permit their participation in the current or future solicitations. All responsible sources are encouraged to submit a proposal which shall be considered by the Agency. See Numbered Note(s): 22. CITE: (I-344 SN009950) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 62--Lighting Fixtures and Lamps OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280 SUBJECT: 62 -- PANEL, INDICATING SOL DAAH01-97-R-A046 DUE 020297 POC AMSMI-AC-CDCB, Patricia Orr Contract Specialist, 205-876-5261 AMSMI-AC-CDCB, Jerelene Vickers Contracting Officer, 205-842-7630. DESC: Synopsis No. 5385-96 (MA) NSN 6220-01-275-7239, Army P/N 13234259. 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 3, known quantity of 8, and a maximum quantity of 11. In addition, this requirement also includes options for four additional years ranges of 2 - 7. 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 Raytheon Co., Electronics System Division, 350 Lowell Street, Andovere, MA 01810. All responsible sources may submit a bid, proposal, or quotation which shall be considered by this agency. Request solicitation package from address above, ATTN: AMSMI-AC-MOD, FAX 205 876-9633. The most recent representative unit price and quantity relative to this acquisition is NSN 6220-01-275-7239, Awd Date 073186, Qty 5, Unit Price $15,801.1540. 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 qualification for future buys in accordance with MICOM Pamphlet 702-1 available through Internet. See Numbered Note(s): 22. CITE: (I-344 SN010141) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 63--Alarm and Signal, and Security Detection Systems OFFADD: CO, Attn Contracts Section, MCTSSA, POB 555171, Camp Pendleton, CA. 92055-5171 SUBJECT: 63 -- PROXIMITY SECURITY DOOR CARD READERS SOL M67854-97-R-5070 DUE 012497 POC Contact Contract Specialist, Sandra Ingram or Contracting Officer, Pamela K Ochala at 619-725-2147. DESC: Provide and install Proximity Security Door Card Readers. 18 EA. Remove six (6) current in-place Rusco Card Readers, model # CR503 and one (1) MAC 542 computer box. Provide software that allows security personnel to control, monitor, and restrict access into various secured areas of MCTSSA. Delivery and installation shall be, F.O.B. Destination, to MCTSSA, Supply Officer, Camp Pendleton, CA 92055-5171, not later than ten (10) working days after award of contract. Solicitation number M67854-97-R-5070 shall be issued as a Request for Proposals (RFP). Solicitation packages shall be issued on or about 23 December 1996. All responsible sources may submit a proposal which shall be considered by the agency. Telephone request WILL NOT be honored. Submit request for solicitation, in writing, to Commanding Officer, ATTN: Contracting Officer, MCTSSA, P.O. Box 555171, Camp Pendleton, CA 92055-5171. RFP closing date is thirty (30) days after issuance. CITE: (I-344 SN010145) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies OFFADD: National Institutes of Health; Office of Purchasing and Contracts, OPM/OD; 6006 Executive Blvd., Suite 311, Rockville, MD 20892-7058 SUBJECT: 65 -- MEDICAL, DENTAL, VETERINARY EQUIPMENT AND SUPPLIES SOL 263-97-Q-(M9)-0061 DUE 122496 POC CONTACT POINT: Purchasing Agent, John Best via fax 301-496-3707. DESC: The National Institutes of Health intends to issue a purchase order for Gloves, Examination, Latex, Hypoallergenic, Powder-Free. Gloves SHALL BE SAFESKIN BRAND!; in sizes Extra-Small, Small, Medium, Large and Extra-Large. No substitutes shall be accepted. Any substitutions of products is at the liability of the Contractor. Request for Bids will be accepted from Small Business only! All requests for quotes must be received by close of business 12/24/96. CITE: (I-344 SN009955) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies OFFADD: Contracting Officer, Code 074, Naval Hospital, Boone Road, Bremerton, WA 98312-1898 SUBJECT: 65--POWDER FREE LATEX GLOVES SOL N68095-97-Q-0143 DUE 122096 POC Judy Gitchell, (360) 478-9307/Contracting Officer, Patricia A. Troutner, (360) 478-9530. DESC: The Naval Hospital, Bremerton is establishing a Standing order for Powder Free Latex Gloves. Items to be delivered on the 15th and 30th of each month, commencing on 30 Dec 96 or 15 Jan 97 thru 30 Sep 97. Quantities to be as follows: SZ SMALL--115 BX PER SHIPMENT; SZ MEDIUM--140 BX PER SHIPMENT; SZ LARGE--120 BX PER SHIPMENT. Brand name (Safe-skin) or equal. All responsible sources may submit an offer which will be considered. Facsimile submissions of offers to: 360-478-9355 are acceptable. CITE: (M-344 SN010139) [Commerce Business Daily: Posted December 09, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies OFFADD: USDA, Agriculture Research Services, Roman L Hruska US Meat Animal Research Center, Bldg. 1, Clay Center, Nebraska 68933 SUBJECT: 65--VET VACCINES SOL 6538-2-97 DUE 010897 POC Carol Gill,Purchasing Agent, 402/762-4144 DESC: Vet vaccines are required at the U.S. Meat Animal Research Center, Clay Center, NE. CITE: (W-344 SN010222) [Commerce Business Daily: Posted December 06, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Commander, U.S. Army Engineer Waterways Experiment Station, Corps of Engineers, 3909 Halls Ferry Road, Vicksburg, MS 39180 SUBJECT: 66--MEASUREMENT AND THERMAL EVALUATION TEST DATA MGMT SYSTEM SOL DACW39-97-Q-0015 DUE 122396 POC Mallorie O. Irwin, Purchasing Agent, (601)634-4116 DESC: The USAE Waterways Experiment Station (WES) proposes to award a purchase order to Digital Site Systems, Pittsburg, PA under authority 10 U.S.C.2304(c)(1) for the purpose of a temperature, maturity, and heat of hydration measurement and computerized thermal evaluation/test data management system for concrete. The system must be commercially available. The system must include integrated, computerized test equipment for determination of concrete adiabatic temperature rise, maturity, and heat of hydration; and include seamless integration to networked software for temperature rise and heat of hydration analysis, simulation analysis for in-place temperature, maturity, and strength through heat transfer and maturity modeling, and an integrated database with data management for concrete mixture design, and test data management and evaluation capabilities. The test equipment must include heat of hydration calorimetry for cement paste/mortar/concrete cylindrical samples sizes of 2"x4", 6"x12", and 9"or 12"x16" through precision measurement of temperature and thermal energy loss recorded by compatible, high-precision, 16-bit data loggers. The data loggers shall have dynamic full-scale range with 1 micro-volt resolution, programmable for interface to the calorimeters, or to other temperature and maturity measurements. The battery-operated units must be capable of stand-alone operation, provide user-defined data scan intervals, and be enclosed in weather-resistant housings. The units must also include a portable module for programming and monitoring as an alternative to using a PC with compatible software. The software must be compatible with Windows 3.1, 95 and NT; operable on Novell or NT networks; and include an SQL database engine with ODBC or native drivers for Oracle or other major database products. The relational database must be structured to handle a variety of tests, unlimited number of concrete mixtures and ingredients, mixture economics, and a range of other database variables. The system must allow various views of the database including hierarchical, user-defined, and data logger tests; simultaneous, multiple views of the database with object-oriented graphing, overlays, and drag and drop capabilities. Retrieved data must be relationally linked to user-selected test batches and specific calorimeters with measured calibration factors. Data entry of adiabatic temperature data from other test sources along with provision for computation of non-linear specific heat is required. Automatic analysis of heat of hydration data must include provision for non-linear specific hea of concrete and consideration of thermal capacity of the calorimeter with cumulative and rates of adiabatic heat and temperature rise data displayed graphically and saved as spreadsheet files. Basic data management must include laboratory and field data entry forms for plastic properties and hardened properties for cylinders, cubes, prisms, and beams. The software must include a laboratory test scheduler to provide data entry forms for the day of test, provide automatic compilation of measured data, and generate automatic test reports. Te software must include mixture design functions to generate concrete mixture proportions using reference mixtures through user selection or via database search using matching criteria. It must provide dynamic reference mixture designation through drag and drop menus, a catalog of mixture designs, and a mixture design submittal engine allowing mixture adjustment via user-specified criteria. Required delivery time is 60 days after receipt of award. In the event no other sources are found, the U.S. Government intends to award a contract to Digital Site Systems. Solicitation documents are not available. Any inquiries should be received within 15 days from the date of publication of this notice. LINK http://www.wes.army.mil/contract.htm LINKDESC: EMAIL irwin@ex1.wes.army.mil EMAILDESC: CITE: (W-341 SN009764) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 66--TRANSDUCER, MOTIONAL PICKUP SOL SP0440-96-R-2007 DUE 010997 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. For copies of RFQ solicitations, contact: Florine B. B ell/AX500/804-279-3692. contracting officer: Kreylon V Crewe/804-279-4105. DESC: PR-NO: YPG96081000914 NSN 6695-01-184-7253, transducer, motional pick solicitation SP0440-96-R-2007 is hereby cancelled in its entirety. CITE: (I-343 SN009794) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 66--ACCELEROMETER, LATERAL SOL SP0440-97-R-0490 DUE 012797 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. For copies of RFQ solicitations, contact: Karen mckinn ey/AY804/804-279-4780, contracting officer: Stephen C. Smith, Capt., USAF/804-279-5008 DESC: PR-NO: YPG96127003135 NSN 6610-01-186-6535, accelerometer, lateral, solicitation SP0440-97-Q-U055 is hereby cancelled it its entirety and replaced with solicitation SP0440-97-R-0490 issue date is 27 Dec 96, closing date 27 Jan 97. Option to increase qty 100%. Delivery schedule 200 days ARO, FOB origin. CITE: (I-343 SN009795) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 66--TRANSMITTER, LIQUID QUANTITY SOL SP0440-97-R-0175 DUE 012797 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. For copies of RFQ solicitations, contact: Billye phill IPS/AX409/804-279-3372. contracting officer: Kreylon V Crewe/804-279-4105. DESC: PR-NO: YPG96165000888 NSN 6680-01-267-7402, Parker-Hannifin Corp. , gull Electronic Systems Div., CAGE 26055, P/N 027-047-003. Grumman Aerospace Corp., CAGE 26512, P/N 128SCP230-5. CICA: O/A length 23.450 inches nominal float arm length 20.940 inches nominal 78 -EA Del to Mechanicsburg PA 17055-0789 Del by 180 DARO. Option to increase quantity 100% unrestricted other than full and open comp (10 U.S.C. 2304(C)(1)) (FAR 6.302-). CITE: (I-343 SN009797) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 66--COMPARATOR KIT SOL SP0440-97-R-0268 DUE 012797 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. For copies of RFQ solicitations, contact: Billye phill IPS/AX409/804-279-3372. contracting officer: Kreylon V Crewe/804-279-4105. DESC: PR-NO: YPG96225000972 NSN 6680-00-869-4101, part number: Foxboro company, CAGE 09306, P/N 124244. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Cica-descriptive data unavailable. Action started Comp Code F 83335 78 -KT Del to Norfolk VA 23511-3392 Del by 180 DARO. 122 -KT Del to Tracy CA 95376-5000 Del by 180 darol option to increase quantity - %100 unrestricted other than full and open comp (10 U.S.C. 2304(C)(1)) (FAR 6.302-1) all responsible sources may submit offer which DGSC shall consider. CITE: (I-343 SN009802) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 66--GAGE, PRESSURE, DIAL INDICATING SOL SP0440-96-Q-HY80 DUE 011397 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3372. For copies of RFQ solicitations, contact: Billye phill IPS/AX409/804-279-3372. contracting officer: Kreylon V Crewe/804-279-4105. DESC: PR-NO: YPG96225000979 NSN 6685-01-161-8612, part number: United Technologies Corp., CAGE 78286, P/N 70103-28902-101. Pacific Scientific Co., CAGE 05167, P/N 19998908. 85 -EA Del to Tracy CA 95376-5000 Del by 60 DARO. 95 -EA Del to Mechanicsburg PA 17055-0789 Del by 60 DARO. See NOTES 9, 22, unrestricted other than full and open comp (10 U.S.C. 2304(C)(1)) (FAR 6.302-1) solicitations between $25,000 - $100,000 solicitation will be made: in writing or orally all responsible sources may submit offer which DGSC shall consider. CITE: (I-343 SN009803) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 66--COMPENSATOR, LIQUID QUANTITY GAGE SOL SP0400-96-T-H293 DUE 011397 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3372. For copies of RFQ solicitations, contact: Billye phill IPS/AX409/804-279-3372. contracting officer: Kreylon V Crewe/804-279-4105. DESC: PR-NO: YPG96269000019 NSN 6680-00-869-9810, part number: Simmonds Precision Products Inc., CAGE 89305, P/N B1115-2860. Parkerhannifin Corp, gull Electronic Systems Div., CAGE 89305, P/N 050-002-0001. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Length/8.600 IN., dia/2.250 IN. 64 -EA Del to Tracy CA 95376-5000 Del by 60 DARO. 63 -EA Del to Mechanicsburg PA 17055-0789 Del by 60 DARO. Unrestricted other than full and open comp (10 U.S.C. 2304(C)(1)) (FAR 6.302-1) solicitations between $25,000 - $100,000 silicitation will be made: in writing or orally. All responsible sources may submit offer which DGSC shall consider. CITE: (I-343 SN009806) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 66--SHAFT, ASSEMBLY SOL SP0440-97-R-0488 DUE 012797 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. For copies of RFQ solicitations, contact: Karen mckinn ey/AY804/804-279-4780, contracting officer: Stephen C. Smith, Capt., USAF/804-279-5008. DESC: PR-NO: YPG96324000590 NSN 6615-00-388-9230, shaft, assembly, Kearfott Guidance and Navigation Corp., CAGE 88818, Dwg 676405, Rev P, P/N 676405, Barden Corp., CAGE 70854 618 -EA Del to Tinker AFB OK 73145-9013 Del by 180 days. Unrestricted. Option to increase qty 100%. Drawings, interim procurement descriptions and deviation lists may be examined or obtained from DSCR. All responsible sources may submit offer which DGSC shall consider. CITE: (I-343 SN009809) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 66--TRANSMITTER, LIQUID SOL SP0440-97-R-0269 DUE 012797 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. For copies of RFQ solicitations, contact: Billye phill IPS/AX409/804-279-3372. contracting officer: Kreylon V Crewe/804-279-3364. DESC: PR-NO: NPG96278003395 NSN 6680-00-000-0189, part number: Parker-Hannifin Corp, gull Electronic Systems Div., P/N 026-013-016. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. 40 -EA Del to Richmond VA 23297-5900 Del by 180 DARO. 30 -EA Del to Tracy CA 95376-5000 Del by 180 DARO. Option to increase quantity - 100% unrestricted other than full and open comp (10 U.S.C 2304(C)(1)) (FAR 6.302-1) all responsible sources may submit offer which DGSC shall consider. CITE: (I-343 SN009826) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 66--SHAFT AND BEARING SOL SP0440-97-R-0489 DUE 012797 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. For copies of RFQ solicitations, contact: Karen mckinn ey/AY804/804-279-4780, contracting officer: Stephen C. Smith, Capt., USAF/804-279-5008. DESC: PR-NO: YPG96325000823 NSN 6615-01-275-5261, shaft and bearing, Ametek Aerospace Products Inc., a Div of Ametek Inc., CAGE 97424, P/N 9893919G005 CICA: no descriptive data available NHA sealed gimbal assembly P/N 3932K4G710 76 -EA Del to Norfolk VA 23511-3392 Del by 180 days. 155 -EA Del to San Diego CA 92132-5044 Del by 180 days. Unrestricted. Option to increase qty 100%. See NOTE 12. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the Gov't. All responsible sources may submit offer which DGSC shall consider. CITE: (I-343 SN009832) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 66--GAGE, DIFFERENTIAL, DIAL INDICATING SOL SP0440-97-Q-T467 DUE 011097 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-4458. For copies of RFQ solicitations, contact: D. Lena Mile S/AX504/804-279-4458. contracting officer: Kreylon V. Crewe/804-279-4105. DESC: PR-NO: YPG96332000747 NSN 6685-01-362-4272, part number Orange research Inc., 1210PG-1A-2.5L-0/20. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. CICA: 0 to 20 PSI, 2-1/2 in dia dial, 0.250 in npt dia connector. Tech data package availability: 250 -EA Del to Mechanicsburg PA 17055-0789 Del by 120 DARO. 50 -EA Del to Tracy CA 95376-5000 Del by 120 DARO. Duration of contract period: firm fixed price unrestricted Automated Best Value Model: the final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitation. Other than full and open comp (10 U.S.C. 2304(C)(1)) (FAR 6.302-1) see NOTE 22 intended source(S): Orange research solicitations between $25,000 - $100,000 solicitation will be made: in writing anticipated award date is: 01/11/97 all responsible sources may submit offer which DGSC shall consider. CITE: (I-343 SN009837) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 66--ADAPTER KIT, RADIO FREQUENCY SOL SP0920-97-Q-A086 DUE 010697 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96317000845 NSN 6625-00-006-6454, adapter kit, radio freque CAGE 52335 Part No AK-874-A CAGE 82316 Part No 0874-9099 no additional descriptive data available. 3 -EA Del to Mechanicsburg PA 17055-0789 Del by 05 May 97. Other than full and open competition: part numbered item. Products offered clause applies. PR quantity: 3 EA destinations: Mechanicsburg, PA 17055-0789 delivery schedule: 3 each within 60 days set-aside type: unrestricted (sole source/single source) (no preference) size standard: 500 all responsible sources may submit offer which DESC shall consider. CITE: (I-343 SN009840) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 66-ACTUATOR ELECTRO SOL N0038397Y3010 DUE 011097 POC Contact Point, Debra B Brinn, 0225.10, (215)697-4383, Fax, (215)697-3161, Twx, Not-avail DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 7R-6615-00-800-2544, Ref Nr 15647-1A, Qty 22 EA, Delivery FOB Origin--THIS IS A REPAIR REQUIREMENT. DUE TO THE ANAVAILABILITY OF DATA THIS REQUIREMENT WILL BE RESTRICTED TO ALLIED SIGNAL INC. (55972).---, See Note 22 CITE: (I-344 SN009889) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd St. Louis, MO SUBJECT: 66 -- PRISM, OPTICAL INSTR SOL DAAJ09-97-Q-0335 DUE 011597 POC Pamela Moran, Contracting Officer, Point of contact is Debbie Tillman, AMSAT-A-PLBE, (314) 263-0784, Datafax (314) 263-9012. DESC: NSN: 6650-01-184-9238; P/N: 13079150; QTY: Minimum quantity: 31 each, Maximum quantity: 63 each. A five year, firm fixed price indefinite-quantity contract is contemplated. First year delivery will be FOB Destination and subsequent deliveries will be FOB Origin. All offerors must meet prequalification requirements. In accordance with the Army policy pertaining to such parts, this procurement is limited to only those sources who have been approved in accordance with ATCOM source approval procedures. Firms are encouraged to seek approval in order to compete for this or future solicitations by submitting documentation in accordance with the Competition Advocate's Shopping List procedures. Any potential offeror who can provide documentation that they have manufactured this part and/or completed testing on this part should identify themselves immediately to the Contracting Officer. Qualified source is McDonnell Douglas Helicopter Systems, 5000 E. McDowell Road, Mesa, AZ 85215-9797. The above source is approved for this item. See Numbered Note(s): 22. CITE: (I-344 SN009937) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: U.S. Army Aviation & Troop Command, 4300 Goodfellow Blvd.,AMSAT-A- PLBA, St. Louis, MO SUBJECT: 66 -- INDICATOR, FAULT LOC SOL DAAJ09-97-R-0110 DUE 013197 POC Carla Bean, Contract Specialist, 314-263-0802, Daniel J. Fuller, Contracting Officer, 314-263-2555, Fax Number 314-263-9012. DESC: NSN: 6625-01-228-1652, P/N: 70550-01108-105, minimum 100 and maximum 300 each, applicable to the UH-60 Aircraft. F.O.B. Orgin with deliveries to Texarkana, TX, New Cumberland, PA, and Stockton, CA. This part must be acquired from a manufacturing source(s) specified on a source control or selected drawing as defined by the current DOD-STD-100. Firms that recognize and can produce the required item(s) described above are encourageed to identify themselves to the Contracting Officer and provide supporting evidence to the Contracting Officer which will permit their participation in the current or future solicitation. Approved sources are Sikorsky Aircraft and Litton Systems. All responsible sources may submit an offer which will be considered. This requirement is currently unfunded. Award will be witheld pending receipt of sufficient funds. Authority and Justification is FAR 6.302-1. Intended sources are listed above. See notes 22 and 26 CITE: (I-344 SN009952) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Supply Department, U.S. Naval Academy, 181 Wainwright Road, Annapolis, MD 21402-5007 SUBJECT: 66--LABORATORY EQUIPMENT SOL N00161-97-Q-0028 DUE 122796 POC Kathleen McCloskey (410) 293-3520/FAX (410) 293-5293. DESC: The United States Naval Academy has a requirement for a Simplified Acquisition. I. This is a combined synopsis/solicitation for commercial items prepared in accordance with the Format in FAR Subpart 12.6, supplemented with additional information included in this notice. This announcement constitutes the only solicitation; written quotations are being requested and a written solicitation will not be issued. II. This solicitation number N00161-97-Q-0028 is issued as a request for quotation (RFQ). All references to ``offers'' are understood to be ``quotation''. III. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 42. IV. FAR 52.219-6, Notice of Total Small Business Set-Aside is hereby incorporated. The standard Industrial classification code is 38 and the small business size standard is 500. V. A list of contract line item numbers and item, quantities and units of measure is: Clin 0001 Hewlett Packard Model 33120A Function/Arbitrary Waveform Generator, quantity 17 each. Clin 0002 Hewlett Packard Model HP34401A Digital Multimeter, quantity 17 each. VII. F.O.B. Destination: Receiving Officer, Hangar Building 234, U.S. Naval Station, Annapolis, MD 21402-5070. VIII. FAR 52.212-1, Instructions to Offers-Commercial Item, is incorporated by reference and applies to this acquisition. IX. Evaluation: The Government will award a purchase order resulting from this solicitation/request for quotation to the responsible offeror whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations; (i) technical capability of the item/service offered to meet the Government requirements and (ii) price. Technical is approximately equal to price in terms of evaluation. X. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offerors Representations and Certifications Commercial Items, and DFAR 252.212-7000, Offeror Representations and Certifications-Commercial Items, with its written quotation. XI. FAR 52.212-4, ``Contract Terms and Conditions-Commercial Item'' is incorporated by reference and applies to this acquisition and resulting purchase order. The following terms and conditions are added as an addendum to this clause: Type of Purchase Order. The resulting purchase order will be a firm-fixed price purchase order. XII. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items is incorporated by reference, however only the following provision within the clause apply to this acquisition: 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity, 52.219-8 Utilization of Small, Small Disadvantaged and Women Owned Small Business Concerns, 52.219-14 Limitation on Subcontracting, 52.222-26 Equal Opportunity, 52,222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36 Affirmative Action for Handicapped Workers, 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisition of Commercial Items, is incorporated by reference, however, under paragraph b only the clauses listed here apply: 252.225-7001, Buy American and Balance of Payment Program, 252.225-7012, Reference for Certain Domestic Metal, 252.247-7024, Notification of Transportation of Supply by Sec. XVI. Written quotations are due on 27 December 1996, 3:30 p.m. at Supply Department, Contracts Branch, U.S. Naval Academy, 181 Wainwright Road, Annapolis, MD 21402-5007. Written quotations must contain the information required by FAR 52.212-3, DFAR 252.212-7000 and FAR 52.212-1. XVII. The individual to be contacted for information regarding this solicitation is Kathleen McCloskey on (410) 293-3520. FAX quotations will be accepted on fax number (410) 293-5293. CITE: (M-344 SN010078) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Contracting Officer, NDANG/LGC, 1400 28th Ave., N., Fargo, ND 58102-1051 SUBJECT: 66--TOXIC VAPOR ANALYZER SOL DAHA32-97-T2029 DUE 123196 POC Dwight A. Murphy, SMS, Contracting Officer, (701) 241-7332. DESC: Toxic Vapor Analyzer, analyzer to provide continuous direct readout and logging of total organic and inorganic vapor concentrations for screening and surveying purposes. Foxboro Part Number: TVA1000B-A-A2BFAZ or equal. Item Requirements: Analyzer must be capable of detecting organic compounds with both photoionization and flame ionization technology. Analyzer must meet the following safety requirements: Factory mutual CI DI Groups, A, B, C, and D, and CENELEC Eex ib d IIC T4. Response Range: 0 - 50,000 ppm. System must be portable. Power requirements: Rechargeable Ni-Cad battery operation is desired. Unit must have a data logging capability to record measurement events. Digital readout is desired. 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-344 SN010120) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Naval Research Laboratory, 4555 Overlook Ave. S.W. WASHINGTON,D.C. 20375 SUBJECT: 66 -- CCD ARRAY DETECTOR SOL N00173-97-Q-0014 POC Darlene Copp, Purchasing Agent, (202) 767-2374 Fax (202) 404-8158. DESC: Naval Research Laboratory intends to award sole source to Instruments S A for the purchase of a 2000 x 800 pixel (1.2") back illuminated CCD chip with 15 x 15um pixels which shall include UV/VIS AR coating 30.0 x 12.2mm CCD-2000 controller and 16 MB memory in host computer for full image. Award will be made on sole source basis because a single computer software program will run both detector and an existing DILOR spectrometer which Instruments S A currently supports. See Numbered Note(s): 22. CITE: (I-344 SN010178) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment--Potential Sources Sought OFFADD: Naval Air Warfare Center Training Systems Division, Code 27113, Research Parkway, Orlando, FL 32826-3224 SUBJECT: 66 -- DEVICE 2F129 FLIGHT DIRECTOR OVERHAUL/UPGRADE DUE 011797 POC Kirsten Goodreau, 407-380-4986. Contracting Officer, Tony Cibos, 407-380-8172 DESC: Information is sought on: (1) sources capable of satisfying NAWCTSD's requirement to overhaul and upgrade Device 2F129 flight director indicator instruments and (2) if commercial items or nondevelopmental items are available that meet NAWCTSD's needs or could be modified to meet NAWCTSD's needs. No solicitation is available at this time. Information on this effort will be posted to www.ntsc.navy.mil under What's New: Request for Proposals as it becomes available. Device 2F129 (T-44A operational flight trainer) flight director indicator instruments require overhaul and upgrade. These complex instruments provide aircraft attitude, heading, radio deviation, steering commands, and altitude information to the T-44A pilot and copilot. Warning flags deploy to cover appropriate displays to indicate possible subsystem malfunctions. The Government lacks technical documentation describing engineering details of flight director upgrade and overhaul. It is believed that AMI Instruments, Inc. possess the only such documentation available. For this reason, a sole source award to AMI Instruments, Inc. is contemplated. MANUFACTURER: Original units: Gould Inc., Simulation Systems Division, P/N HS070D5232-1. Upgraded units: AMI Instruments, Inc., P/N 9003148-01. QUANTITY: Twelve flight director indicator instruments will be overhauled and upgraded. DESTINATION INFORMATION: All instruments are located at NAS Corpus Christi in Corpus Christi, Texas, and will be returned to this location upon completion of the effort. CONTRACT PERIOD DURATION/DELIVERY SCHEDULE: The effort must be completed within fifteen months total. The units will be submitted for overhaul and upgrade in groups of two, and each group must be received, tested, and placed in operation prior to submittal of the next group since all but two units are in service on flight simulators. NAWCTSD is seeking those sources which have the experience and required capabilities to qualify them for a possible award. Those firms possessing such experience and capabilities are requested to submit the following information in original and one copy to the Contracting Officer at the address indicated above not later than 17 January 1997. No facsimile or electronic mail copies of information please. In addition to the information required by CDB Note 25, organizations are requested to submit complete documentation discussing the following. (1) All respondents must state whether their company is a large, small, small disadvantaged, or woman owned business. The applicable SIC is 3812. The maximum number of employees for a company to be considered small is 750. If the company is a small, small and disadvantaged or certified 8(a), or woman owned business, respondents must indicate their intent to pursue this requirement as either a prime contractor or a subcontractor. (2) All respondents must identify experience in flight director upgrade and overhaul in operational flight trainers and how they will obtain technical documentation for this effort. (3) All respondents must identify if their firm can provide commercial or nondevelopmental items that meet NAWCTSD's needs or if they could provide commercial or nondevelopmental items which could be modified to meet NAWCTSD's needs. Cost or pricing data is NOT required nor desired with this submission. Responses which incorporate general capability-type literature but fail to specifically address the experience and capability requirements as defined above will be judged to be unresponsive. Information received will be considered solely for the purpose of whether to conduct a competitive procurement. The information provided should pertain to this synopsis only. Any information received as a result of this notice will NOT be provided to other contractors. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The Government reserves the right without further consideration to render a determination of a set-aside based solely on the information received. Organizations judged to have the required competence will be issued a copy of the resulting request for proposal. Address correspondence to Ms. Kirsten Goodreau. The Government will NOT pay for any information received in response to this announcement nor will the Government compensate any respondent for any costs incurred in the development of information provided to the Government. CITE: (I-344 SN010116) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 67--Photographic Equipment OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 67-FILTER ELEMENT,FLUI SOL N0010497QLB38 DUE 012797 POC Contact Point, Craig W Nye, 02132.6, (717)790-2173, Fax, (717)790-7335, Twx, Not-avail DESC: NSN 1H-6760-01-248-3179, SPEC NR TDP VER 009, Qty 186 EA, Deliveries To Various Destination, Contract 100 Percent Small Business Set Aside, See Note 9 CITE: (I-344 SN009898) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 69--Training Aids and Devices OFFADD: Naval Air Warfare Center Training Systems Division, 12350 Research Parkway, Orlando, FL 32826-3224 SUBJECT: 69 -- DEVICE 20B5, PERRY CLASS PIERSIDE COMBAT SYSTEM TEAM TRAINER, CORT AND SPS-49(V)5 UPGRADES POC Contact Darlene Hostetter, Contracting Officer, 407-380-4092 DESC: A requirement exists to provide the CORT (Coherent Receiver-Transmitter) and SPS-49(V)5 upgrades to Device 20B5 to provide additional training capabilities to the Afloat Training Organization. The Government intends to negotiate this procurement on a sole source basis with AAI Corporation, P.O. Box 126, Hunt Valley, MD 21030-0126. This upgrade will require modification to the Device 20B5 carry-on units hardware, firmware and software to simulate accurately the enhanced capabilities of the shipboard equipment. The original equipment manufacturer of the 20B5 is AAI Corp., and the Government does not possess all the source code and manufacturing drawings required for this procurement. Interested sources are invited to identify their interest and capabilities in providing this effort. They however must furnish specific written background data which clearly shows their ability to fulfill these requirements, including the source(s) from which they would obtain the required code and drawings. All responses must be received by 30 Dec 96. CITE: (I-344 SN009910) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 11, 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-CRG-0058 DUE 122096 POC CONTACT CELESTE GORMAN BY FAX (816)823-3322 DESC: Maintenance for a Thinking Machine, hardware and software. Sol.6 TSA-97-CRG-0058. (a ) Six months of hardware and software maintenance, software update services and phone support for Thinking Machines Corp. CM5 Supercomputer system with one additional option year of support. (b) Continuous maintenance and update service support, software and utilities, for 2nd generation CM5 computer system. (c). Support requirements include; technical staff training, cooperative hardware maintenance, telephone software hot-line support and software upgrades. The solicitation will issue proximately December 20, 1996. All solicitation request must be submitted by FAX (816) 823-3322, Attn.: Celeste Gorman.. The proposed contract action is for services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. All responsible sources may submit an offer which will be considered CITE: (I-341 SN009771) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Commander, Naval Air Warfare Center Weapons Division, Code 220000D, 1 Administration Circle, China Lake, CA 93555-6100 SUBJECT: 70 -- SOFTWARE MAINTENANCE SUPPORT FOR INTERLEAF SOFTWARE, (29 BASE FLOATING LICENSES). SOL N68936-97-Q-0238 DUE 122296 POC LINDA NICHOLS, PURCHASING AGENT, (619)-939-8171 OR SUSAN RIZZARDINI, CONTRACTING OFFICER, (619)-939-9653, or fax to (619)-939-4290. DESC: The Naval Air Warfare Center Weapons Division plans to negotiate on a sole source basis Interleaf for v6.X software maintenance from award through 9/30/97 on an other than full and open competition base because of propriatry rights. Note 22 applies. CITE: (I-344 SN010146) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: HQ Electronic Systems Center, Engineering and Program Management Directorate (ESC/AXS), 5 Eglin St., Hanscom AFB, MA 01731-2116 SUBJECT: 70 -- NETWORK MANAGEMENT SOFTWARE SOL N/A POC National Product Line Asset Center, Suitability Testing Representative, 1-800-495-3877. DESC: The West Virginia High Technology Consortium (WVHTC) Foundation is seeking fully developed commercial off-the-shelf Network Manager software to suitability test for USAF Electronic Systems Center (ESC) product lines. As part of an overall plan for acquisition reform, ESC is implementing a product line acquisition strategy that leverages extensive reuse of commercial off-the-shelf software components. This approach was described in CBD announcement PSA-1493, Section 58, December 19, 1995. ESC is ready to begin the suitability testing phase for the Network Manager component area of the Generic Command Center Architecture (GCCA) developed under the PRISM program. Software vendors are encouraged to submit fully functional evaluation copies of Network Manager software that run on Solaris 2.x for suitability testing against the Network Manager criteria, and for placement on the Command Center Product Line Product List (PLPL). To obtain a copy of the product submittal package or for more information, contact the NPLACE Network Manager Suitability Testing Representative at 1-800-495-3877 or through the world wide web at http://www.wvhtf.org/nplace. Interested sources should contact NPLACE within 30 days of the publication of this synopsis. All responsible concerns may submit suitable products for testing and all such submittals will be considered without prejudice. This synopsis does not commit the WVHTC Foundation or the Government to a procurement action. CITE: (I-344 SN010158) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: HQ Electronic Systems Center, Engineering and Program Management Directorate (ESC/AXS), 5 Eglin St., Hanscom AFB, MA 01731-2116 SUBJECT: 70 -- MAPPING SERVICES, ELECTRONIC SYSTEMS PRODUCT LINE SOL N/A POC National Product Line Asset Center (NPLACE) Suitability Testing Representative, 1-800-495-5877. DESC: The West Virginia High Technology Consortium (WVHTC) Foundation is seeking fully developed commercial off-the-shelf Mapping Services software for suitability testing for USAF Electronic Systems Center (ESC) product lines. As part of an overall plan for acquisition reform, ESC is implementing a product line acquisition strategy that leverages extensive reuse of commercial off-the-shelf software components. This approach was described in CBD announcement PSA-1493, Section 58, December 19, 1995. ESC is ready to begin the suitability testing phase for the Mapping Services component area of the Generic Command Center Architecture (GCCA) developed under the PRISM program. Software vendors are encouraged to submit fully functional evaluation copies of Mapping Services software that run on Solaris 2.x for suitability testing against the Mapping Services criteria, and for placement on the Command Center Product Line Product List (PLPL). To obtain a copy of the product submittal package or for more information, contact the NPLACE Mapping Services Suitability Testing Representative at 1-800-495-3877 or through the world wide web at http://www.wvhtf.org/nplace. Interested sources should contact NPLACE within 30 days of the publication of this synopsis. All responsible concerns may submit suitable products for testing and all such submittals will be considered without prejudice. This synopsis is arequest for information only. It does not commit the WVHTC Foundation or the Government to a procurement action. CITE: (I-344 SN010159) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: National Imagery & Mapping Agency, PCS/D-88, 4600 Sangamore Rd., Bethesda, MD 20816-5003 SUBJECT: 70 -- THIRD PARTY PERIPHERAL EQUIPMENT SOL NMA100-97-Q-5008 DUE 123096 POC Lynn Brannan, Contract Specialist, (301) 227-2295, FAX (301) 227-2218/5573 DESC: 17. This is an amendment to synopsis/soliciation published on 22 November 1996. Proposal due date is extended to 30 December 1996, 3:00 P.M. local time. Another amendment is anticipated to answer technical questions as submitted in writing to Contracting Officer. CITE: (I-344 SN010165) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Naval Research Laboratory, 4555 Overlook Ave. S.W. WASHINGTON,D.C. 20375 SUBJECT: 70 -- DISK DRIVES SOL N00173-97-Q-0015 POC Darlene Copp, Purchasing Agent, (202) 767-2374 Fax (202) 404-8158. DESC: Naval Research Laboratory has a requirement for (4) 9 giga byte wide differential internal hard disk on Silicon Graphics ONYX 16 bit sled, part #CD9171-WD/I or equal. (4) 6x internal SCSI CD ROM and 8mm tape subsystems, one drive each, part #PX-63-CS/EXB850X or equal. (2) 40 giga byte 8mm single ended narrow SCSI with liquid crystal display tape drives, part #T8EXB0001 or equal. Oral request will not be accepted. CITE: (I-344 SN010179) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment--Potential Sources Sought OFFADD: Cmdr, MARCORSYSCOM, 2033 Barnett Ave., STE 315, Code CTQSR, Quantico, VA 22134-5010 SUBJECT: 70 -- TACTICAL DATA NETWORK (TDN)/DIGITAL TECHNICAL CONTROL (DTC) SOL N/A DUE 123196 POC Mr. Stephen L. Riffe 703-784-5822 ext 228 FAX 703-784-5826. DESC: The Marine Corps Systems Command is requesting information in the form of comments on a Draft Specification for the combined planned procurement of two major Marine Corps Communications Electronics Systems, the Tactical Data Network (TDN) and the Digital Technical Control (DTC). Both Programs are currently in the Engineering Manufacturing and Development (EMD) phase and have completed fabrication of prototypes to be tested during a combined Operational/Developmental Test in June 1997. A milestone III Production decision is anticipated in November 1997 with follow-on production contract award anticipated in January 1998. The TDN augments existing Marine Air Ground Tactical Force (MAGTF) communications infrastructure to provide the commander an integrated data network, forming the communications backbone for MAGTF tactical data systems and Defense Message System (DMS). The TDN consists of a network of GATEWAYS and SERVERS interconnected with one another and their subscribers via a combination of common user long-haul transmission systems, local area networks, single channel radios, and the switched telephone system. This network provides its subscribers with basic data transfer and switching services, access to strategic, supporting establishment, joint, and other service component tactical data networks, network management capabilities, and value-added services such as message handling, directory services, file sharing, and terminal emulation support. A GATEWAY is envisioned to consist of computers, routers, LAN hubs, radio net interface units, MODEMS for access to the switched telephone network, link encryption devices, multilevel security guards, patch panels, diagnostic equipment, and uninterruptable power supplies permanently mounted in a shelter for transport on a heavy-variant HMMWV. A SERVER is envisioned to consist of a computer, router, LAN hubs and cabling, radio net interface units, link encryption devices, patch panel, and uninterruptable power supply mounted in three transit cases, each of which can be two-man carry. The planned acquisition quantities of TDN Gateways and Servers by Fiscal Year are as follows: FY-98, 6 Gateways and 120 Servers, FY-99, 12 Gateways and 240 Servers, FY-00, 7 Gateways 133 Servers. In addition there are two pre-planned upgrades scheduled for the TDN program in FY-00 and FY-01 to incorporate the additional functionalities of DMS messaging and Asynchronous Transfer Mode. The Digital Technical Control (DTC) will provide a light-weight, deployable technical control capability for communications support organizations organic to a Marine Air Ground Tactical Force (MAGTF). The DTC facilitates the installation, operation, restoration, and management of individual circuits and digital trunks. It provides the primary interface between subscriber systems/networks within a local area and long-haul multichannel transmission systems. It can add, drop and insert digital circuits into multiplexed digital groups, provide a source of stable timing to connected equipment, condition analog circuits, and perform analog/digital, 2-wire/4-wire, and signaling conversions. It contains the monitoring, testing, and patching equipment required by technical controllers to monitor, troubleshoot and restore faulty circuits and trunks. The DTC will be permanently mounted in a shelter for transport on a heavy-variant HMMWV. There is a planned upgrade of the DTC to incorporate Asynchronous Transfer Mode in FY-00/FY01. The planned acquisition quantities of Digital Technical Control's by Fiscal Year are as follows: FY-98, 6 DTC's, FY-99, 9 DTC's, FY-00, 10 DTC's, FY-01, 6 DTC's. Draft Specification packages will be sent out to all interested parties on or around 2 January 1996 with an Industry Day to be scheduled within 1 month of the Draft Specification release. The future solicitation will be open to public entities under the Authority of 10 USC 4532 and 10 USC 2208(j). Accordingly, the following public entity is available as a potential source under the contract to be awarded under this solicitation: Tobyhanna Army Depot, Business Management Directorate, Attn: SIOTY-BU (Mr. John Lesniak), 11 Hap Arnold Boulevard, Tobyhanna, PA 18466-5051. The aforementioned entity is available to provide Manufacturing, System Integration and Fielding Support. Vendors interested in commenting on the Draft Specification should submit a written request. No telephonic requests will be accepted. Send all requests to: Commander, Attn CTQSR, MARCORSYSCOM, 2033 Barnett Ave Suite 315, Quantico, VA 22134-5010. Requests may also be sent via facsimile to Mr. Stephen Riffe at 703-784-5826. NO SOLICITATION DOCUMENT EXISTS AT THIS TIME. All responses should be received no later than December 31, 1996. The Marine Corps does not intend to award a contract on the basis of this request for information or otherwise pay for the information solicited. CITE: (I-344 SN010142) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 71--Furniture OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET NW - Material Mgt Branch, WASHINGTON, DC 20534-0001 SUBJECT: 71--REQUEST FOR COMMENT - DRAFT SOLICITATION FOR DESK BASED SYSTEMS FURNITURE AND RELATED PRODUCTS AND SERVICES SOL 1PI-R-0508-96 DUE 052496 POC Contract Specialist, WALLIS, GREG, 202-508-3966 DESC: This is the second notice published for a Request for Comments (RFC) that will be issued on or about December 13th. UNICOR originally published a notice regarding this RFC in the Summer of 1996. Parties that have requested a copy of this solicitationwill be mailed a copy on the December 13th release date. Parties that have not yet requested a copy of this document may forward a request (see instructions below). This synopsis is for information and planning purposes only and does not constitute a requet for proposals. UNICOR anticipates awarding a five year requirements contract for a new product line including desk-based systems furniture, stackable walls, and related storage systems. Architect/Engineer and other technical support services relating to the design, manufacture, and installation of these systems are also included. UNICOR is interested in offering the widest possible variety of desking products nd related services to our customers. UNICOR expects to award a contract for all required products and services to one successful offeror. The purpose of this RFC is to afford industry an opportunity to provide comments regarding UNICOR's approach to acquiing these products and services. It is hoped that industry feedback will prevent (i) the inclusion of restrictive terms and conditions, (ii) the inclusion of standards that are contrary to industry accepted standards, and (iii) the inclusion of requirements that result in inefficiencies and increased costs. UNICOR will make award to the offeror submitting the proposal that represents the best value to the Goernment. Best value will be determined by weighing the cost and technical factors stated in the solicitation. A draft solicitation will be mailed to all interested parties submitting a written request to Greg Wallis (either fax your request to: 202/347-941; or E-mail your request to: gwallis@central.unicor.gov). Industry will be given an opportunity to submit comments at a presolicitation conference in Washington, DC. Details regarding the conference will be CITE: (I-344 SN010038) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 71--Furniture OFFADD: 42d Contracting Squadron/LGC, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, AL 36112-6334 Attn:/MSgt James Ossandon SUBJECT: 71-TABLE TOP DISPLAYS SOL F0160097R0002 DUE 010397 POC MSgt James Ossandon tel: 334/953-7212/Lt. Brett Harry 334/953-5861 DESC: This is a combined synopsis/solicitation for commercial items prepared IAW 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 F01600-97-R0002 and is being issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-42. This acquisition has been set aside for small business. The standard Industrial Code is 3993 and the business size standard is 500 employees. The SOL line item is as follows: Line item 1: 120 each. Four (4) panel fabric table top display to include: Set of four (4) permanently hinged reversible fabric panels, (each panel is approximately 22" wide by 44" high), a reversible fabric header (44" wide by 8" high), and a corrugated shipping case. Header specifications; Cut into the fabric the following logo; "AIR FORCE ROTC" logo. The top portion of the logo will be red and the bottom portion of the logo will be white with the background blue. The left panel will have the AFROTC plane logo cut into the panel. The fabric for the display will be a royal blue carpet texture. A soft carrying case is required to store and transport the display. The case should have carrying handles or shoulder straps. The table top displays will be used for recruiting at college fairs and other events promoting the AFROTC recruiting purpose. DESCRIPTIVE LITERATURE IS REQUIRED with the proposal. Descriptive literature means information (e.g., cuts illustrations, drawings, and brochures) that is submitted as part of a bid. If you are interested in supplying this item, please contact the Maxwell AFB Contracting Office to receive the specific logos and colors to be used on the table top display. Delivery is to be made within 30 days after receipt of order. Inspection and acceptance are at the delivery point. Provisions at 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition. (no addenda to the provision). Provision 52.212-2 Evaluation--Commercial Items applies to this acquisition. The following evaluation factors shall be used to evaluate offers: Technical capability as determined by evaluation of the product literature to meet the above required characteristics, price, and past performance. The evaluation factors of para (a) of the clause in descending order of importance are "(i) Technical capability as determined by evaluation of the product literature to meet the above required characteristics, price, and past performance. Offerors are to include a completed copy of provision at 52.212-3, Offeror, Representations and Certifications-Commercial Items, with their proposal. The clause at 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. (No addenda to the clause) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes, applies to this acquisition. The following FAR clauses cited within that provision are also applicable: 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate 1, 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity; 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; 52.219-14, Limitations on Subcontracting; 52.222.26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; The clause at DFARS 252.212-7000 Offeror, Representation, and Certifications-Commercial Items applies to this acquisition. A completed signed copy of this clause shall be submitted with any proposal. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Appicable to Defense Acquisition of Commercial Items are applicable to this Acquisition. The following DFARS clauses cited within that provision are also applicable: 252.225-7001, Buy American Act and Balance of Payment Program, 252.225-7012, Preference for Certain Domestic Commodities, 252.225-7036, North American Free Trade Agreement Implementation Act, 252.233-7000, Certification of Claims and Requests for Adjustment or Relief, 252.247-7024, Notification of Transportation of Supplies by Sea. The following additional clauses are applicable to this acquisition. 52.219-6 Notice of Total Small Business Set-Aside, 52.214-21, Descriptive Literature. See Numbered Note 1 in CBD. The vendor responding to this acquisition should provide this office with the following: a price quote on company letterhead for the requested item, stating unit price, extended price, F.O.B. and prompt payment terms. Proposals are due no later than 3 Jan 1997, 1500 hours local time. Proposals received after this time will not be accepted. Proposals may be sent to the following address: 42d Contracting Sq. Bldg. 804, Maxwell AFB, AL 36112-6334. For additional information regarding this solicitation contact MSgt James Ossandon at 334-953-7212 or FAX 334-953-2198. CITE: (I-344 SN010218) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 79--Cleaning Equipment and Supplies OFFADD: Contracting Officer (90C2), DVA Medical Center, Salem, Virginia 24153-5483 SUBJECT: 79 -- DISMANTLE,RELOCATE AND INSTALL CLEANING EQUIPMENT SOL RFP 658-12-97 DUE 012797 POC Teresa Kendrick, (540) 982-2463, Ext. 2239 DESC: The Department of Veterans Affairs Medical Center, Salem, Virginia, plans to issue RFP 658-12-97 to acquire services to Dismantle, Relocate and Install Cleaning Equipment, o/a 12/26/97. Successful offeror will be required to dismantle (if necessary), remove and package for shipping, two 400 lb. washers, one 200 lb washer, one large tumble dryer, one flat work ironer, one small tumble dryer and one lint collection system at the DVA Medical Center, Wichita, Kansas and ship to, assemble (if necessary) and install them in Building 4, Laundry, at the DVA Medical Center, Salem, Virginia. The required services also include the removal of three existing washers and one existing dryer at the DVA Medical Center, Salem, Virginia to make room for the relocated equipment. The successful offeror will also be required to design the layout of the equipment at the DVA Medical Center, Salem, to include rough-in of utilities, structural analysis, and construction of a barrier wall (for infection control purposes). A pre-proposal conference will be held o/a 1/9/97. All requests for the solicitation package must be in writing to the above address or faxed to (540) 983-1065. No telephone requests will be accepted. SIC Code: 8999. Award is subject to availability of funds. Estimated cost: $100,000 - $250,000. This acquisition is unrestricted. CITE: (I-344 SN009924) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings, Tents and Flags--Potential Sources Sought OFFADD: GLORIA A. BARRETT, U.S. ARMY PM-SOLDIER, 10401 TOTTEN ROAD, FORT BELVOIR VA 22060-5852 SUBJECT: 83--MEETING ON JOINT SERVICE LIGHTWEIGHT SUIT TECHNOLOGY PRE-PLANNED PRODUCT IMPROVEMENT (JSLIST P3I) SOL W13G07-CBD7-0013 POC GLORIA BARRETT (Site Code DAAK60) DESC: U.S. Army Soldier Systems Command (PM-Soldier) will hold an informal interactive meeting with industry, academia, and other government agencies from 1300 to 1700, 16 Jan 97 in the Northern Virginia area to discuss the approaches being considered to eecute JSLIST P3I. Project Managers on the JSLIST program from the U.S. Marine Corps, U.S. Air Force, and U.S. Navy will also attend. The JSLIST P3I program is a product improvement of the JSLIST I chemical ensemble through use of technology insertion. As te follow-on P3I phase to the JSLIST I program, JSLIST P3I is seeking the next generation materials technology for chemical protective ensemble items to include garments and hand cover.. Up-front industry and academia input will assist in structuring JSLIST P3I to meet Department of Defense (DOD) needs for the continual improvement of its fielded chemical ensemble. Meeting on 16 Jan will focus on recommendations fom the Joint Service Analysis Team (JSAT), a government Integrated Product Team (IPT) chartered to analyze testing results and program structure of JSLIST I in order to minimize P3I testing requirements and maximize P3I scheduling benefits, while taking adantage of industry and academia expertise. Continued cooperation of a government-industry-academia team should benefit all parties and help provide servicemen and women the best chemical protective ensemble possible. Neither government nor industry or academia participants at this meeting are under any obligation to each other for future interaction related to the JSLIST P3I program. JSLIST P3I purchase orders o solicitations as applicable will be released at a later date. Information provided during this meeting will be shared with all participants, no proprietary technical data will be discussed, no one-on-one discussions will be held. During this meeting, Govenment will not share results of ongoing or completed JSLIST I tests and industry may not provide any technical data on potential materials for JSLIST P3I. To register and obtain a packet of briefing information, names of industry and academia representatives who will attend this meeting should be provided by 3 Jan 97 to Gloria A. Barrett; U.S. Army PM-Soldier, 10401 Totten Road., Suite 121, Fort Belvior VA 22060-5852; gbarrett@pm-soldier.us.net; telephone number 703-704-3460 or FAX 703-704-3820. CITE: (I-344 SN010029) [Commerce Business Daily: Posted December 7, 1996] [Printed Issue Date: December 11, 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--HAT, SVC, WMN'S, NAVY, WOOL/SERGE, BL SH 3346 SOL SP0100-97-R-0012 DUE 012197 POC Contact: DPSC-FRDB-2 buyer-doretta chiarlone, 215/737-2040 DESC: Hat, SVC, WMN's, Navy, wool Serge, blue shade 3346, NSN: 8410-01-305-6969, specification: MIL-H-15505K dated 31 May 1989, pattern date 23 Jun 95. This will be a negotiated procurement. Total small business set aside. This will be an indefinite delivery type contract with a minimum qty of 19,872 and a maximum qty of 33,120. Delivery order 1 will be for 19,872 each(1656 per 12 MOS.). Four one year term options will be included. Destination is Richmond, VA for depot shipments. Government furnished mat'l (GFM)will be provided for the basic material. Anticipated solicitation issuance dateos 6JAN 1997. To request a solicitation, specification, and/or pattern, FAX request to doretta chiarlone, 215-737-7255. All responsible sources may submit offer which DPSC shall consider. CITE: (I-342 SN009772) [Commerce Business Daily: Posted December 7, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 84--Clothing, Individual Equipment and Insignia OFFADD: Defense Personnel Support Center 2800 So. 20TH St. Philadelphia, PA. 19145-5099 SUBJECT: 84--SKIRT, WMN'S, POLY/WOOL, TROP SHADE 1608 SOL SP0100-97-Q-4058 DUE 123096 POC Contact: DPSC-FRDB-1 buyer-a. D'Avella, 215/7372455 DESC: 8410-01-224-0508 skirt, WMN's, poly/wool, tropical shade 1608. Quantity of 6495 to one destination 3240 EA IN 60 days and 3255 EA IN 90 days after date of order. GFM is included. This buy is a total small business set-aside. This buy includes a limited best VA lue offeror to include past performance. Pattern date 07 Nov 85, spec is MIL-S-83234C dated 1 Jun 88. All responsible sources may submit offer which DPSC shall consider. CITE: (I-342 SN009774) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 84--Clothing, Individual Equipment and Insignia--Potential Sources Sought OFFADD: SURVIVABILITY DIRECTORATE, US ARMY NATICK RD&E CENTER, ATTN: SSCNC-IC, NATICK MA 01760-5019 SUBJECT: 84--COLD WEATHER CANTEEN PERFORMANCE REQUIREMENTS SOL W13G07-CBD7-0011 POC Project Engineer David M. Querim (508) 233-5432 (Site Code DAAK60) DESC: The U.S. Army Natick Research, Development and Engineering Center located in Natick Massachusetts is looking for your assistance in providing the Army with an state of the art Cold Weather Canteen that meets the soldier needs. A performance specificaion for the salient characteristics of the canteen has been developed by the Natick Research, Development and Engineering Center. This performance specification is available for review by any manufacturers interested in producing a cold weather canteen forthe Armed Services. A quick overview of the performance requirements is given below. Cold Weather Canteen Performance Requirements: That the canteen hold one to two quarts of liquid. That the canteen have a wide enough opening (31 to 50 cm) to allow a soldier to use his bayonet to break up initially forming ice. That the canteen be able to be heated directly on a campfire to quickly thaw frozen contents. That the anteen shape not distort when used on a campfire. That the canteen material not corrode or emit any substance not allowed by the Food and Drug Administration during use. That the canteen shall be made such that the interior surfaces contain no crevices whih would allow for bacterial growth. That the mouth be made of a low thermal conductive material. That the canteen be compatible with the M1 canteen cap (Nuclear, Biological and Chemical -NBC hardened) (A sample M1 cap may be obtained by calling 508 233-5432) That the canteen mate with the current Army Cold Weather Canteen cup and carrier (dimensional details provided in the performance specification) Thatthe system (canteen, cup and carrier) meets the requirement that the canteen contents not freeze when subjected to 4 hours at -40 degrees F. That the canteen be free standing. Interested parties should send a request for a copy of the performance specificaion to the following address: U.S. Army Natick RD&E Center, ATTN: SSCNC-ICC (QUERIM), Kansas Street, Natick MA 01760-5019. Contact David Querim at (508)233-5432 if there are any questions. CITE: (I-344 SN010027) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 84--Clothing, Individual Equipment and Insignia--Potential Sources Sought OFFADD: GLORIA A. BARRETT, U.S. ARMY PM-SOLDIER, 10401 TOTTEN ROAD, FORT BELVOIR VA 22060-5852 SUBJECT: 84--MEETING ON JOINT SERVICE LIGHTWEIGHT INTEGRATED SUIT TECHNOLOGY PRE-PLANNED PRODUCT IMPROVEMENT SOL W13G07-CBD7-0012 POC GLORIA BARRETT (Site Code DAAK60) DESC: U.S. Army Soldier Systems Command (PM-Soldier) will hold an informal interactive meeting with industry, academia, and other government agencies from 1300 to 1700, 16 Jan 97 in the Northern Virginia area to discuss the approaches being considered to eecute JSLIST P3I. Project Managers on the JSLIST program from the U.S. Marine Corps, U.S. Air Force, and U.S. Navy will also attend. The JSLIST P3I program is a product improvement of the JSLIST I chemical ensemble through use of technology insertion. As te follow-on P3I phase to the JSLIST I program, JSLIST P3I is seeking the next generation materials technology for chemical protective ensemble items to include garments and hand cover.. Up-front industry and academia input will assist in structuring JSLIST P3I to meet Department of Defense (DOD) needs for the continual improvement of its fielded chemical ensemble. Meeting on 16 Jan will focus on recommendations fom the Joint Service Analysis Team (JSAT), a government Integrated Product Team (IPT) chartered to analyze testing results and program structure of JSLIST I in order to minimize P3I testing requirements and maximize P3I scheduling benefits, while taking adantage of industry and academia expertise. Continued cooperation of a government-industry-academia team should benefit all parties and help provide servicemen and women the best chemical protective ensemble possible. Neither government nor industry or academia participants at this meeting are under any obligation to each other for future interaction related to the JSLIST P3I program. JSLIST P3I purchase orders o solicitations as applicable will be released at a later date. Information provided during this meeting will be shared with all participants, no proprietary technical data will be discussed, no one-on-one discussions will be held. During this meeting, Govenment will not share results of ongoing or completed JSLIST I tests and industry may not provide any technical data on potential materials for JSLIST P3I. To register and obtain a packet of briefing information, names of industry and academia representatives who will attend this meeting should be provided by 3 Jan 97 to Gloria A. Barrett; U.S. Army PM-Soldier, 10401 Totten Road., Suite 121, Fort Belvior VA 22060-5852; gbarrett@pm-soldier.us.net; telephone number 703-704-3460 or FAX 703-704-3820. CITE: (I-344 SN010028) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 87--Agricultural Supplies OFFADD: Tennessee Valley Authority, Purchasing, WR 3P - C, 1101 Market Street, Chattanooga, TN 37402 SUBJECT: 87--FERTILIZER SOL FR-198509 DUE 122496 POC Contracting Officer, Janet H. Keith, 423-751-2474 DESC: Fertilizer, 12-24-24 in bulk quantity by frame dump trailer (50 tons with the option to purchase up to 1150 addiditonal tons if required and reqested by TVA by May 16, 1997 CITE: (I-344 SN010217) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 89--Subsistence (Food) OFFADD: Contracting Officer (Code 520), Naval Construction Battalion Center, Gulfport, MS 39501-5001 SUBJECT: 89--BEVERAGE BASES, CARBONATED AND NON-CARBONATED SOL N62604-97-Q-7525 DUE 110796 POC Suzanne Keel, (601) 871-2281. DESC: The Colmer Dining Facility, Bldg. 367, (Galley) at the Naval Construction Battalion Center, Gulfport, MS has a requirement for Beverage Bases (Coke, diet Coke, Sprite, rootbeer, orange drink, various juices, lemonade, ice teas) total estimated quantity of 18,000 gallons, CO2 tanks (144 each) and four (4) carbonated dispensing units capable of dispensing a minimum of six products and ice and two (2) non-carbonated dispensing units capable of dispensing a minimum six beverages (refrigerated) for the period 12-01-96 through 9-30-97 which may include one (1) option year. Request for Quotation (RFQ) N6260497Q7525 will be available on or about October 16, 1996. RFQ closing will be on or about November 07, 1996. No telephone requests. Request for this quotation must be in writing, facsimile requests accepted, FAX No. (601) 871-3212. All responsible sources may submit an offer which shall be considered. CITE: (M-344 SN010014) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 89--Subsistence (Food) OFFADD: Atlanta Job Corps Center, 239 West Lake Ave., NW., Atlanta, Georgia 30314 SUBJECT: 89--SUBSISTENCE (FOOD) SOL RFP-1098 DUE 013097 POC Shirley Harley, (404) 794-9512, Buyer. DESC: Request for Proposal (RFP) for milk and related products of the Atlanta Job Corps Center. RFP for the supplies will be available approximately January 3, 1997 for issue in response to written request. It is anticipated that the resultant contract will cover the period February 1, 1997 through November 30, 1997. Proposal response to this RFP will be due no later than 4:00 p.m. (EST) on January 30, 1997 at the address listed above. CITE: (M-344 SN010135) [Commerce Business Daily: Posted December 7, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 91--Fuels, Lubricants, Oils, and Waxes OFFADD: Defense Fuel Supply Center, 8725 John J. Kingman Rd., Suite 4950, Ft. Belvoir, VA 22060-6222 SUBJECT: 91 -- COAL, BITUMINOUS SOL SP0600-97-R-0047 DUE 013197 POC Contact P. Fordham, Contract Specialist, (703) 767-8533/D. Frankel, Contracting Officer, (703) 767-8524 DESC: Bituminous coal delivery to Red River Army Depot, Texarkana, TX, estimated quantity 10,250 net tons; Milan Army Ammunition Plant, Milan, TN, estimated quantity 3,400 net tons; and Rock Island Arsenal, Rock Island, IL, estimated quantity 15,000 net tons, for a total estimated quantity of 28,650 net tons. Delivery period is 01 May 97 through 30 Apr 98. This solicitation is 100% set-aside for small business. Offers may be submitted via facsimile, (703) 767-8506. Hard copy must be received within ten days of closing date. All responsible sources may submit a proposal which shall be considered. CITE: (I-342 SN009777) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 91--Fuels, Lubricants, Oils, and Waxes OFFADD: Defense Fuel Supply Center, 8725 John J. Kingman Rd., Suite 4950, Ft. Belvoir, VA 22060-6222 SUBJECT: 91 -- GASOLINE AND GASOHOL FOR POSTS, CAMPS, AND STATIONS IN NJ AND PA SOL SP0600-96-B-2002 DUE 123196 POC Contact G. Winstead, Contract Specialist, (703) 767-9529/L. Manley, Contracting Officer (703) 767-9521 DESC: Modification: This modification is issued to add the following items: Gasohol, regular unleaded, NSN: 9130-01-090-1093, Commercial Item Description A-A-52530 dtd 10 Oct 95, estimated quantity 60,000 U. S. Gallons. Gasoline, regular unleaded, NSN: 9130-00-148-7103, ASTM-D-4814 (latest revision), estimated quantity 0 U. S. Gallons. Reformulated gasoline, regular unleaded, NSN: 9130-01-388-4080, ASTM-D-4814 (latest revision), estimated quantity 80,000 U. S. Gallons. Delivery to various military posts, camps, stations, and Federal civilian agencies in NJ and PA. Contract period is Date of Award through 31 Jul 99 (multi-year). See Note 12. See basic solicitation SP0600-96-B-2000 which was published on 16 Feb 96 for all other items, terms and conditions. No pre-award synopsis for this wrap-up was previously published for any of the requirements. All responsible sources may submit a bid which shall be considered. CITE: (I-344 SN010065) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 91--Fuels, Lubricants, Oils, and Waxes OFFADD: Defense Fuel Supply Center, 8725 John J. Kingman Rd., Suite 4950, Ft. Belvoir, VA 22060-6222 SUBJECT: 91 -- COAL, BITUMINOUS SOL SP0600-97-R-0047 DUE 013197 POC Contact P. Fordham, Contract Specialist, (703) 767-8533/D. Frankel, Contracting Officer, (703) 767-8524 DESC: Modification: This synopsis was originally published in the CBD on 9 Dec 96. This modification is issued to delete the following location and quantity from this solicitation: Rock Island Arsenal, Rock Island, IL, estimated quantity 15,000 net tons. The requirement will be solicited under SP0600-97-R-0049 as unrestricted. All other information published in the original synopsis remains the same. CITE: (I-344 SN010066) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 95--Metal Bars, Sheets and Shapes--Potential Sources Sought OFFADD: Lawrence Livermore National Laboratory, Procurement Department, L-443, P. O. Box 5012, Livermore, CA 94551 SUBJECT: 95 -- CARBON STEEL STRUCTURAL TUBING POC Michael McDonald, Senior Subcontract Administrator, 510/422-8469 DESC: The University of California, Lawrence Livermore National Laboratory (LLNL), seeks sources for nearly 2200 tons of cold-formed, ASTM A 500 Grade B carbon steel structural tubing in rectangular and square shapes. Production of the tubing must not exceed seven months after receipt of an order. Two categories of tubing will be used to fabricate support structures for the National Ignition Facility. The first category includes the production of square and rectangular structural tubing with at least one dimension across a flat that is greater than 12 inches. This category includes tubing with flats of approximately 16 inches by 16 inches for the square shape and 12 inches by 20 inches for the rectangular shape. The maximum wall thickness is approximately 0.625 inches. Tubing will be required in lengths of both 24 feet and 40 feet. The second category includes the production of square and rectangular tubing of several sizes with the largest dimension across a flat of 12 inches or less. The maximum wall thickness is approximately 0.625 inches. Tubing will be required in lengths of 24 feet and 40 feet. Chemical composition and mechanical properties of the structural steel used to produce the tubing shall meet the specifications contained in ASTM A 500 for Grade B requirements. Test certification s will be required. Prospective sources shall identify which of the categories of material they are capable of producing and shall identify the minimum variations in dimensions (particularly straightness) they are capable of supplying without incurring additional expense to the University of California. Since the tubing will be stored by the University prior to fabrication and painting, prospective sources shall identify their capabilities with respect to priming or surface preservation in preparation for storage. Prospective sources should have proper equipment and personnel experienced in structural tubing production of the material and sizes described . Interested firms should respond with a description of qualifications with respect to the foregoing or related fields. No price or proposal information is desired. Responses are required on or before December 24, 1996 Firms responding to this announcement which fail to provide the required information will not be considered for inclusion into any resulting source list. Facsimile and telephone responses will not be accepted. This notice is to assist the University in determining the potential for competition; no solicitation is currently available. EMAILADD: April.Masluk@quickmail.llnl.gov EMAILDESC: CITE: (I-344 SN010113) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 96--Ores, Minerals and Their Primary Products--Potential Sources Sought OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421 Jefferson Davis Hwy, Arlington, Va 22243-5120 SUBJECT: 96 -- E-2C/C-2 PROPELLER SOURCES SOUGHT SOL N/A POC Contact, Brook Swinston, Phone (703)604-6100 DESC: The Naval Air Systems Command seeks sources for resolution of E-2C/C-2 propeller operational limitations. Sources interested in presenting company capabilities and possible solutions should contact the personnel listed below. The replacement/retrofit propeller is intended for use on both domestic and foreign-operated aircraft with the possibility of co-production with foreign partners. Application for use on other platforms may also be considered. Any technical questions should be directed to LT Jose Velez, AIR-3.1.1F at (703) 604-3730, extension 5110, and all other questions should be directed to Mr. Brook Swinston, AIR-2.2.5F6, at (703) 604-6100, extension 3584. See note 22 - NAVAIR Synopsis No. 20191-96. CITE: (I-344 SN009920) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 99-CLAMP SOL N0010497QLB34 DUE 012797 POC Contact Point, Craig W Nye, 02132.6, (717)790-2173, Fax, (717)790-7335, Twx, Not-avail DESC: NSN 1H-0000-LL-TST-1966, SPEC NR TDP VER 001, Qty 4 EA, Deliver to Fleet Technical Sup Center Atlantic Norfolk VA, See Note 9 CITE: (I-344 SN009899) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 99-CLAMP HALF PIPE SOL N0010497QLB35 DUE 012797 POC Contact Point, Craig W Nye, 02132.6, (717)790-2173, Fax, (717)790-7335, Twx, Not-avail DESC: NSN 1H-0000-LL-TRS-0844, SPEC NR TDP VER 001, Qty 4 EA, Deliver to Fleet Technical Sup Center Atlantic Norfolk VA, See Note 9 CITE: (I-344 SN009900) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 99-ADP SOFTWARE AND HARDWARE SOL N0010497RQA22 DUE 121996 POC Contact Point, S. Mckasson, 0272.19, (717)790-7562, Fax, (717)790-4600, Twx, Not-avail, Contracting Officer, J. Benning, 0272, (717)790-2057 DESC: , Qty 3 EA, Delivery FOB Origin--The Naval Inventory Control Point Mechanicsburg, Code 0272 intends to negotiate with Trusted Information Systems, Inc for Internet Security Firewall products and support. This product supports the NAVSUP Base Level Computing Projects., See Note 22 CITE: (I-344 SN009901) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: International Boundary and Water Commission, United States Section, The Commons, Building C, Suite 310, 4171 North Mesa, El Paso, Texas 79902-1441 SUBJECT: 99--FURNISH AND INSTALL NEW ELEVATORS AT USIBWC FALCON DAM AND POWERPLANT, FALCON HEIGHTS, STARR COUNTY, TEXAS AND AMISTAD DAM AND POWERPLANT, DEL RIO, VAL VERDE COUNTY, TEXAS SOL RFP 97-44 DUE 012997 POC Sherry Brinkley, (915) 534-6682/Contracting Officer Debra J. Little, (915) 534-6682. DESC: The International Boundary and Water Commission, United States and Mexico, U.S. Section (USIBWC), has a requirement for a firm-fixed price contract for a new elevator to be installed at the USIBWC Falcon Dam and Powerplant facilities, Falcon Heights, Starr County, Texas. The vendor shall supply and install an elevator and remove and dispose of all existing equipment not utilized. The elevator shall be electrically operated and shall be arranged for operation both by and without an attendant, automatic elevator with designated attendant. The elevator will be used primarily for special purpose personnel and will be used occasionally for light freight service. The vendor shall provide all equipment, labor, appurtenances, specialty items, and services required for a complete and operable elevator. The elevator entrance at each landing shall be guarded with power operated hoistway doors, and the hoistway doors and operators shall be furnished and installed by the contractor as a part of the elevator installation. The Government will reserve the option to negotiate the furnishing and installation of a new elevator at the Amistad Dam and Powerplant, Del Rio, Val Verde County, Texas. Delivery will be 120 days from Notice of Award. Requests for RFP 97-44 must be submitted in writing to the International Boundary and Water Commission, United States and Mexico, United States Section, ATTN: Mary Nichols, 4171 N. Mesa, Ste. C-310, El Paso, Texas 79902-1441. Requests must include a business name, point of contact, address, telephone number (include area code), and RFP number. All responsible sources may submit an offer which will be considered. CITE: (M-344 SN010136) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: Department of the Treasury, Bureau of Alcohol, Tobacco and Firearms, Acquisition Division, Room 3290, 650 Massachusetts Avenue, NW., Washington, DC 20226 SUBJECT: 99--LEGAL AND FINANCIAL SUBSCRIPTION SERVICE POC Brian Wilkins, (202) 927-7715/Contracting Officer, Grace V. Proctor, (202) 927-8027, FAX (202) 927-8688. DESC: The Bureau of Alcohol, Tobacco and Firearms (ATF) intends to procure a SOLE SOURCE with CDB Infotek, Washington, DC to provide nationwide online access to public records for 1 year. Database must provide access to Department of Labor OSHA records to assist ATF in locating missing persons and searching business records. Database must also have capability to search engine of multiple source databases which allows the user to input a name and address only. Database must also have capability to search the credit bureau files directly to provide a social security number and three addresses for the subject. Database must also have capability to combine multiple other databases to provide employment history, median income and home value, date of birth, phone number and up to 3 neighbors of the most current address both from the consumer credit files and the publisher mailing records. Database must also have capability to search 38 states for Bankruptcy records and 40 states for tax lien and judgments. THIS AWARD WILL BE MADE UTILIZING ``SIMPLIFIED ACQUISITION PROCEDURES''. NO SOLICITATION AVAILABLE. All interested parties must submit technical proposal to include cost that demonstrates capability to provide accesses as stated above within 15 days after date of publication. Award will be made to CDB Infotek if no other offers are received that can provide all services listed above at a lower price. Quotes are acceptable by facsimile machine at (202) 927-8688. ATTN: Brian Wilkins. CITE: (M-344 SN010194) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous--Potential Sources Sought OFFADD: GLORIA A. BARRETT, U.S. ARMY PM-SOLDIER, 10401 TOTTEN ROAD, FORT BELVOIR VA 22060-5852 SUBJECT: 99--MEETING ON JOINT SERVICE LIGHTWEIGHT INTEGRATED SUIT TECHNOLOGY PRE-PLANNED PRODUCT IMPROVEMENT (JSLIST P3I) SOL W13G07-CBD7-0014 POC GLORIA BARRETT (Site Code DAAK60) DESC: U.S. Army Soldier Systems Command (PM-Soldier) will hold an informal interactive meeting with industry, academia, and other government agencies from 1300 to 1700, 16 Jan 97 in the Northern Virginia area to discuss the approaches being considered to eecute JSLIST P3I. Project Managers on the JSLIST program from the U.S. Marine Corps, U.S. Air Force, and U.S. Navy will also attend. The JSLIST P3I program is a product improvement of the JSLIST I chemical ensemble through use of technology insertion. As te follow-on P3I phase to the JSLIST I program, JSLIST P3I is seeking the next generation materials technology for chemical protective ensemble items to include garments and hand cover.. Up-front industry and academia input will assist in structuring JSLIST P3I to meet Department of Defense (DOD) needs for the continual improvement of its fielded chemical ensemble. Meeting on 16 Jan will focus on recommendations fom the Joint Service Analysis Team (JSAT), a government Integrated Product Team (IPT) chartered to analyze testing results and program structure of JSLIST I in order to minimize P3I testing requirements and maximize P3I scheduling benefits, while taking adantage of industry and academia expertise. Continued cooperation of a government-industry-academia team should benefit all parties and help provide servicemen and women the best chemical protective ensemble possible. Neither government nor industry or academia participants at this meeting are under any obligation to each other for future interaction related to the JSLIST P3I program. JSLIST P3I purchase orders o solicitations as applicable will be released at a later date. Information provided during this meeting will be shared with all participants, no proprietary technical data will be discussed, no one-on-one discussions will be held. During this meeting, Govenment will not share results of ongoing or completed JSLIST I tests and industry may not provide any technical data on potential materials for JSLIST P3I. To register and obtain a packet of briefing information, names of industry and academia representatives who will attend this meeting should be provided by 3 Jan 97 to Gloria A. Barrett; U.S. Army PM-Soldier, 10401 Totten Road., Suite 121, Fort Belvior VA 22060-5852; gbarrett@pm-soldier.us.net; telephone number 703-704-3460 or FAX 703-704-3820. CITE: (I-344 SN010030) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous--Potential Sources Sought OFFADD: U.S. Army Topographic Engineering Center, Contracts Office (CETEC-CT), 7701 Telegraph Road, Alexandria, VA 22315-3864 SUBJECT: 99--DIGITAL TOPOGRAPHIC SUPPORT SYSTEM--MOBILE (DTSS-MOBILE) POC Project Leader, Mr. Steve Hollandsworth, (703) 428-6872. DESC: The U.S. Army Topographic Engineering Center (TEC) is seeking potential sources to perform integration and production of up to fifteen (15) DTSS-Mobile systems. The DTSS-Mobile consists of computer workstation equipment, memory peripherals, a full color scanner, large format plotters and a power distribution assembly shock mounted and integrated inside a Standard Army, Rigid Walled, Light-Weight Multipurpose Shelter (LMS). The LMS is mounted on a Standard Army, High Mobility Multipurpose Wheeled Vehicle (HMMWV). An actual DTSS-Mobile system is comprised of two (2) identical LMS/HMMWV units. The contractor will be responsible for all modifications to the LMS, to include power entry; power distribution; signal entry (802.3 Ethernet LAN and Fiber Optic interfaces); air conditioning installation and ducting; interior lighting; installation of component racks, shock mounts and isolators; interior wiring and cabling, etc. The contractor will also be responsible for installing and integrating all shelter components into a fully functional system; to include, loading and configuring the required Commercial Off-The-Shelf (COTS) and Government developed software packages (application, LANing/WANing and OS software) on the computer workstations. The contractor will be required to perform all HMMWV modifications for mounting the LMS shelter onto the HMMWV. A full Technical Data Package (TDP) with production level drawings will be provided to the contractor detailing all aspects of the required integration, manufacturing and production. The contractor will be required to update/modify the following: the existing DTSS-Mobile production level drawings (relative to any design change), existing DTSS-Mobile training materials, existing technical manuals (operators, maintainers and software users manuals), and existing provisioning/repair parts and special tools list. The contractor shall possess the proper personnel and facilities to conduct a three week operators course, a one week unit level maintainers course, and a one week direct support maintainers course. Accomplishment of these tasks will require access to proper facilities and personnel in order to perform shelter and vehicle integration and numerous logistical efforts. The sources sought submission should reflect personnel skills (to include production engineering, safety, logistics, software, quality control and management capabilities) facilities, corporate capabilities and identification of any previous production/integration efforts and contractual points of contacts that can be contacted to verify previous efforts. All submissions should clearly reflect the interested parties type of business, size and ownership representation. Please submit your response to the address set forth below by no later than 15 January 1996. All responses should be sent to U.S. Army Topographic Engineering Center, ATTN: CETEC-PD-T (Steve Hollandsworth), 7701 Telegraph Road, Alexandria, VA 22315-3864. This announcement is published pursuant to Federal Acquisition Regulation Subpart 5.205(a), is for information and planning purposes only and is not to be construed as a commitment by the Government, nor does it promise that any procurement activity will follow. CITE: (M-344 SN010198) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, Al 35898-5280 SUBJECT: A -- SMART WEAPONS MASTER PLANNING SUPPORT SERVICES FOR THE AMC SMART WEAPONS MANAGEMENT OFFICE (AMC-SWMO) POC (PCF) Anthony Grayson, Contract Specialist, AMSMI-AC-CFHC, (205) 842- 7319; Dana E. Holmes, Contracting Officer, AMSMI-AC-CF, (205) 842- 0521. CNT DAAH01-94-C-0089/P00071 AMT $73,732.00 LINE N/A DTD 120596 TO Dynetics, Incorporated 1000 Explorer Boulevard, P.O. Drawer B, Huntsville, AL, 35806-2806 CITE: (I-344 SN009932) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: U.S. Army Research Office, AMXRO-AAA, P.O. Box 12211, Research Triangle Park, NC 27709-2211 SUBJECT: A--CROSS-LINKED CRYSTALS OF ORGANOPHOSPHOROUS HYDROLASE AS HIGH-PERFORMANCE CATALYSTS FOR THE BREAKDOWN OF CHEMICAL AGENTS AND POLLUTANTS POC A.M. Wendelgass, (919) 549-4287. CNT DAAG55-97-C-0005 STTR Program Solicitation 95 AMT $338,862.00 DTD 112596 TO Altus Biologics,. Incorporated, 40 Allston Street, Cambridge, MA 02139 CITE: (M-344 SN010010) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 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 -- EXERCISE OF OPTION, KINETIC ENERGY ANTI-SATELLITE (KE ASAT) DEMONSTRATION/VALIDATION PROGRAM POC Linda B. Gray, Contracting Officer, CSSD-CM-CN, (205) 955-1187 CNT DASG60-90-C-0121, Modification P00045 AMT $339,194 LINE CLINs 0007/0008 DTD 120296 TO Rockwell International Corporation, Rocketdyne Division, 6633 Canoga Avenue, Canoga Park, CA 91309-7922 CITE: (I-344 SN010140) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Dahlgren Division, Naval Surface Warfare Center, 17320 Dahlgren Road, Dahlgren, VA 22448-5100 SUBJECT: A -- RESEARCH AND DEVELOPMENT SERVICES TO DETERMINE THE FEASIBILITY OF PRODUCING A DECISION SUPPORT TOOL POC Douglas T. Elliott, Contract Specialist, Code SD110, or Linda R. Coleman, Contracting Officer, Code SD114 on (540) 653-7478. CNT N00178-97-C-1039 AMT $322,579.00 LINE CLINS 0001 AND 0002 DTD 120396 TO Software Solutions, Inc., 1500 Beauregard Street, Suite 210, Alexandria, VA 22311 CITE: (I-344 SN010157) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: NCCOSC RDTE Division, Code D214B, 53570 Silvergate Avenue, Bldg. A33, San Diego, CA 92152-5113 SUBJECT: A -- AUTOMATIC DATA PROCESSING AND TELECOMMUNICATION SERVICES POC POC Ms. Sharon Pritchard, Code D211, Contract Specialist, (619)553-4492. James L. Conwell, (619)553-4500, Contracting Officer. CNT N66001-97-D-9500 AMT $5,093,407 LINE 0001-0010 DTD 120296 TO DynCorp EENSP, Inc. d/b/a DynMeridian, 6101 Stevenson Ave., Alexandria, VA 22304 CITE: (I-344 SN010200) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: NCCOSC RDTE Division, Code D214B, 53570 Silvergate Avenue, Bldg. A33, San Diego, CA 92152-5113 SUBJECT: A -- RDT&E IN SUPPORT OF TRANSTECH POC POC Ms. Sharon Pritchard, Code D211, Contract Specialist, (619)553-4492. Melissa L. Cleland, (619)553-4540, Contracting Cfficer. CNT N66001-97-C-8500 AMT $1,435,662 LINE 0001-0016 DTD 111596 TO Microelectronics and Computer Technology Corp., 3500 West Balcones Ctr. Dr., Austin, TX 78759 CITE: (I-344 SN010201) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: GSA, PBS, Fee Developer, Ohio Branch (5PCO), JCK Federal Building, 230 S. Dearborn Street, Room 3512, M/S 35-3, Chicago, Illinois, 60604 SUBJECT: C--SUPPLEMENTAL ARCHITECT-ENGINEER CONTRACT FOR COST ESTIMATING SERVICES, REGIONWIDE, ZIL95159 CNT GS05P96GBD0004 DTD 112796 TO Construction Cost Systems, Inc., 200 West 22nd Street, Lombard, Illinois, 60148 CITE: (M-344 SN010069) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: NASA/Goddard Space Flight Center, Code 216, Greenbelt, MD 20771 SUBJECT: D -- SERVICE IN SUPPORT OF THE CODE 600 COMPUTER NETWORKING REQUIREMENT (WWW) POC R. L. Williams, Contract Specialist, 301-286-7859. CNT NAS5-96079 AMT $78,892.00 LINE N/A DTD 093096 TO KT-Tech Inc., 9801 Greenbelt Road, Lanham, MD 20706 CITE: (I-344 SN010208) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: U.S. Forest Service, Klamath National Forest, 1312 Fairlane Road, Yreka, CA 96097-9549 SUBJECT: F--PRECOMMERCIAL THINNING AND CHAINSAW RELEASE POC K. Stein; Contracting Officer, R. Metcalfe, (916) 842-6131. CNT 52-91W8-7-7002 AMT Requirements DTD 112596 TO 3 J Reforestation, 1106 Niantic St., Medford, OR 97501 CITE: (M-344 SN009988) [Commerce Business Daily: Posted December 06, 1996] [Printed Issue Date: December 11, 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 - HAULOUT AND REPAIR OF USCG 44' MOTOR LIFE BOATS POC Contact Mary Ann Sanchez, 510/437-5742 CNT DTCG85-97-C-66B204 AMT $36,742 LINE D-items DTD 112096 TO Reedsport Machine & Fabrication, P.O. Box 508, Reedsport, OR LINK n/a LINKDESC: EMAIL maryannesanchez.mlcp @.internet.uscg.mil EMAILDESC: Officer CITE: (W-341 SN009769) [Commerce Business Daily: Posted December 06, 1996] [Printed Issue Date: December 11, 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- HAULOUT AND REPAIRS OF THE USCG 44' MOTOR LIFE BOATS POC Contact Mary Ann Sanchez, 510/437-5742 CNT DTCG85-97-C-66BL48 AMT $98,090 LINE D-Items DTD 112096 TO Humboldt Marine Services, P.O. Box 338, Humboldt, CA LINK N/A LINKDESC: EMAIL maryannsanchez.mlcp @.internet.uscg.mil EMAILDESC: Officer CITE: (W-341 SN009770) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Federal Bureau of Prisons, Southeast Regional Office, 523 McDonough Blvd., S.E., Atlanta, GA 30315 SUBJECT: J--ELEVATOR MAINTENANCE POC Rafael A. Aviles, (404) 622-6241 Ext 640. CNT J413c-012 AMT $60,000 (Base Year) LINE All Items DTD 112796 TO Montgomery Kone, Inc., 3451 Commerce Parkway, Miramar, FL. 33025 CITE: (M-344 SN010000) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: SUPSHIP New Orleans Detachment Ingleside (SSNODI), Officer in Charge (Code 400), 2384 State Hwy 361, Ingleside, TX 78362-0655 SUBJECT: J -- DRYDOCKING OF ADEPT (AFDL-23) CNT N00024-95-H-8706, Job Order U113 AMT $2,000,000.00 LINE 0001 DTD 091196 TO Gulf Copper Ship Repair, Inc., P.O. Box 1238, Aransas Pass, TX 78335-1238 CITE: (I-344 SN010114) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Supervisor of Shipbuilding, Conversion and Repair, USN, Naval Station, Box 368119, San Diego, CA 92136-5066 SUBJECT: J -- USS BOXER (LHD 4), RAV CNT N62791-97-C-0036 AMT $41,000.00 DTD 120596 TO Pacific Ship Repair and Fabrication, Inc., 1625 Rigel St., San Diego, CA 92113 CITE: (I-344 SN010199) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: VA Medical Center 7305 North Military Trail West Palm Beach Forida 33410 SUBJECT: J -- BUILDING AUTOMATION SYSTEM SERVICES POC Donna Nelson, Contracting Officer (561)882-6510; Alternate points of contact: Annette M. Gaessler (561)882-6508 or Dinora Bruno (561)882-6511. CNT V548P-453 AMT $74,892 LINE N/A DTD 120296 TO LANDIS & STAEFA INC. 19501 H N.E. 10TH AVE, MIAMI, FL 33179 CITE: (I-344 SN010206) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: L--Technical Representation Services OFFADD: Director Strategic Systems Programs, 1931 Jefferson Davis Hwy, Arlington, VA 22202-3518 SUBJECT: L--TECHNICAL ENGINEERING SERVICES IN SUPPORT OF TRIDENT II TRAINING FACILITIES POC Daniel K. Vola, SPN-P2 (703) 607-3398, Contracting Officer, Gerard F. Miskelly, (703) 607-5361. CNT N00030-97-C-0005 AMT $3,642,675.00 LINE 0001 DTD 111996 TO Lockheed Martin Tactical Systems, 365 Lakeville Rd, Great Neck, NY 11020-1696 CITE: (M-344 SN009973) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: Federal Bureau of Prisons--Southeast Regional Office, 523 McDonough Blvd., SE., Atlanta, GA 30315 SUBJECT: Q--INTERNAL MEDICAL SERVICES POC Administrative Contracting Officer Darrell Boggs, FCI Marianna, (904) 526-6357, Contracting Officer, Robert J. Kruskie, (404) 635-5646. CNT J223c-185 AMT $24,000.00 LINE Line item number 1, DTD 112796 TO Dr. Richard Christopher, 4318 5th Ave., Marianna, FL 32446 CITE: (M-344 SN010075) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: Federal Bureau of Prisons--Southeast Regional Office, 523 McDonough Blvd., S.E., Atlanta, GA 30315 SUBJECT: Q--OBSTETRICIAN AND GYNECOLOGIST SERVICES POC Administrative Contracting Officer Darrell Boggs, FCI Marianna, (904) 526-6357, Contracting Officer, Robert J. Kruskie, (404) 635-5646. CNT J223c-186 AMT $57,600.00 LINE Item number 1-Base Y DTD 112996 TO Dr. Jose H. Cortes, 3051 6th St., Marianna, FL 32446 CITE: (M-344 SN010123) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Facilities Service Office, U.S. Postal Service, P.O. Box 701, Columbia, Maryland 21045-0701 SUBJECT: R--INDEFINITE QUANTITY ARCHITECT-ENGINEER SERVICES CONTRACT FOR THE CAD/D DESIGN/ADAPTATION--COLUMBIA FSO AREA CNT 232098-96-J-0257 AMT $2,500,000.00 DTD 112596 TO L.D. Astorino & Associates, Inc., 227 Fort Pitt Blvd, Pittsburgh, PA 15222-1500 CITE: (M-344 SN009971) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Commanding Officer, Engineering Field Activity West, 900 Commodore Dr. San Bruno, CA 94066-5006 SUBJECT: R -- INDEFINITE QUANTITY CONTRACT TO PROVIDE A-E SERVICES FOR VARIOUS FIRE PROTECTION PROJECTS IN ALL WESTERN STATES WITH WORK PRIMARILY IN CENTRAL AND NORTHERN CALIFORNIA POC Teresa Marshall, Contracting Officer, (415) 244-2673. CNT N62474-96-D-6220 AMT $10,000.00 LINE N/A DTD 120696 TO Gage-Babcock & Associates, Inc., 1990 North California Boulevard, Suite 200, Walnut Creek, CA 94596 CITE: (I-344 SN010173) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: U.S. Dept.of HUD, Ofc.of Procurement & Contracts, Program Support Division (ARCS), 451 7th St., SW, Rm. 5258, Washington, DC 20410-3000 SUBJECT: R -- SPECIAL WORKOUT ASSISTANCE TEAM (SWAT) TECHNICAL ADVISORY SERVICES POC George Chabot, Contract Specialist, (202) 708-1585, x139: A. Dolores Ammons-Barnett, Contracting Officer, (202) 708-1586, x 134. CNT DU100C000018485 AMT $1,144,000.00 LINE N/A DTD 101796 TO The Kerry Company 1101 30th Street, NW, Fourth Floor Washington, DC 20007 CITE: (I-344 SN010177) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: VA MEDICAL CENTER, 2401 West Main Street, Marion, IL 62959 SUBJECT: R--TRANSCRIPTION SERVICES POC Contracting Officer, Marcella J. Martin, (618) 993-4174, Additional Contact, Mary J. Bird, (618) 993-4175. CNT V609P-2376 AMT $95,370.00 LINE #1 DTD 120196 TO Lanier Business Products, Federal Government Operations, 5025-C N. Royal Atlanta Dr., Tucker, GA 30084 CITE: (M-344 SN010185) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: 146AW, Base Contracting Office, Channel Islands ANG Station, 119 Mulcahey Drive, Bldg. 119, Port Hueneme, CA 93041-4011 SUBJECT: S--SERVICE CONTRACT: AIRCRAFT CORROSION PREVENTION WASH SERVICES POC Contracting Officer Joel W. Howard, (805) 986-7970. CNT DAHA04-97-M-9041 AMT $26,400.00 DTD 111996 TO Neptune Aviation Equipment & Facilities, Inc., 500 E. Cheyenne Avenue, North Las Vegas, NV 89030. CITE: (M-344 SN010092) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: Philadelphia Regional Printing Procurement Office, U.S. Government Printing Office, Southampton Office Park, Suite A-190, 928 Jaymore Road, Southampton, PA 18966 SUBJECT: T--OFFSET PRINTING CNT Program 2239-S AMT $60,875.56 DTD 112096 TO Imation Enterprises Corp., 1185 Wolters Blvd., Vadnais Hts., MN 55100 CITE: (M-344 SN009970) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: Atlanta Regional Printing Procurement Office, U.S. Government Printing Office, 1888 Emery St. NW., Suite 110, Atlanta, GA 30318 SUBJECT: T--PRINTING CNT Program 1417-S AMT $234,216.00 DTD 111996 TO TPS/THE PRINT SHOPPE, 103 E. Morgan Street, Newton, IL 62448 CITE: (M-344 SN010016) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: US ARMY ENGINEER DISTRICT, FTW, P O BOX 17300, 819 TAYLOR ST, FT. WORTH TX 76102-0300 SUBJECT: T--INDEFINITE DELIVERY CONTRACT FOR DUPLICATING COMPACT DISKS (CD ROM) AND FLOPPY DISKS FOR THE FORT WORTH DISTRICT, CORPS OF ENGINEERS, FORT WORTH, TEXAS. POC Contracting Officer RUTH A POWELL (817) 978-4412 (Site Code DACA63) CNT DACW63-97-D-0003 AMT $115,475 LINE 0001 - 0005AA DTD 112196 TO OUTSOURCE, 7900 N W 100TH STREET SUITE LL6, KANSAS CITY, MO 64153 CITE: (I-344 SN010050) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 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 420-499 AMT $798,787.00 DTD 112296 TO Quad/Graphics Inc., W224-N3322 Duplainville Rd., Pewaukee, WI 53072 CITE: (M-344 SN010108) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: Atlanta Regional Printing Procurement Office, U.S. Government Printing Office, 1888 Emery St. NW, Suite 110, Atlanta, GA 30318 SUBJECT: T--PRINTING CNT Program 1446-S AMT $77,236.00 DTD 120296 TO C & R Designs, 1229 Garden Street, Titusville, FL 32796 CITE: (M-344 SN010121) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: U.S. Government Printing Office, Term Contracts Division, Printing Procurement Department, Stop: PPC, Room A843, Washington, DC 20401 SUBJECT: T--PRINTING CNT Program C548-S AMT $60,045.00 DTD 112796 TO News Printing Co., Inc., Old Route 220, P.O. Box 373, Claysburg, PA 16625 CITE: (M-344 SN010125) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: U.S. Government Printing Office, Term Contracts Division, Printing Procurement Department, Stop: PPC, Room A843, Washington, DC 20401 SUBJECT: T--PRINTING CNT Program C422-S AMT $861,944.00 DTD 112796 TO McGregor Printing Corporation, 1241 New Windsor Road, Westminster, MD 21158 CITE: (M-344 SN010126) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: U.S. Government Printing Office, Purchase Division, Printing Procurement Department, Stop: PPP, Room C817, Washington, DC 20401 SUBJECT: T-PRINTING CNT 407-509 AMT $119,083.00 DTD 112796 TO Braceland Bros., Inc., 7625 Suffolk Ave., Philadelphia, PA CITE: (M-344 SN010127) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 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 028-005 AMT $98,207.00 DTD 112796 TO Art Die Engraving Co., 6405 Beckley St., Baltimore, MD 21224 CITE: (M-344 SN010128) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: U.S. Government Printing Office, Term Contracts Division, Printing Procurement Department, Stop: PPC, Room A843, Washington, DC 20401 SUBJECT: T--PRINTING CNT Program C639-S AMT $192,854.00 DTD 112696 TO Starr Toof Printing, 670 S. Cooper Street, Memphis, TN 38104 CITE: (M-344 SN010129) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 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 420-499 AMT $798,787.00 DTD 112296 TO Quad/Graphics Inc., W224-N3322 Duplainville Rd., Pewaukee, WI 53072 CITE: (M-344 SN010213) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: Director, Strategic Systems Programs, 1931 Jefferson Davis Hwy., Arlington, VA 22202-3518 SUBJECT: U--POLARIS, AND TRIDENT I AND II LAUNCHER TRAINING SERVICES IN SUPPORT OF THE LAUNCHER SUBSYSTEM POC Donna K. King, (703) 607-5363; Contracting Officer, Gerard F. Miskelly, (703) 607-5361. CNT N00030-97-C-0008 AMT $1,839,243.00 LINE Items 0001 through 0 DTD 112796 TO Marine Systems, Northrop Grumman Corporation, P.O. Box 3499, 401 E. Hendy Avenue, Sunnyvale, CA 94088-3499 CITE: (M-344 SN010122) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: Federal Bureau of Prisons, 3600 Spurr Rd., Lexington, KY 40511 SUBJECT: U -- BARBER INSTRUCTOR FOR FMC LEXINGTON, KY POC Michelle Davy, Contract Specialist, 606-253-8892. CNT J123c-0645 AMT $35,280.00 LINE ALL LINE ITEMS DTD 111596 TO J.R. Cox 1230 Harrodsburg Rd. Lawrenceburg KY 40342 CITE: (I-344 SN010162) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: X--Lease or Rental of Facilities OFFADD: Denver Facilities Service Office USPS, 8055 E. Tufts Ave., Ste 400, Denver, CO 80237-2881 SUBJECT: X -- NEW CONSTRUCTION LEASED - WOODLAND, WA 98674-9998 POC Frank E. Weber, Real Estate Specialist, (303) 220-6548. CNT 072976-96-A-0139 AMT $98,902.00 LINE N/A DTD 120496 TO Puyallup L.L.C., P.O. Box 4460, Medford, OR 97501-4460, (541) 773- 7553 CITE: (I-344 SN009918) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 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--SENOIA, GA 30276-9998, AWARD OF CONSTRUCTION NEW USPS LEASED POST OFFICE POC Jerry T. Fogel, Real Estate Specialist, (770) 454-0653, Robert T. Wilkes, Jr., Contracting Officer, (770) 454-0616. AMT $88,110.00 DTD 112796 TO Carl C. McKnight, P.O. Box 337, Senoia, GA 30276-0337 CITE: (M-344 SN010094) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: DA, Tulsa District, Corps of Engineers, P.O. Box 61, Tulsa, OK 74121-0061 SUBJECT: Y -- DREDGE MATERIAL DISPOSAL SITE, CHOUTEAU LOCK & DAM, OKLAHOMA POC Susan Killgore, Contract Specialist, 918/669-7272 CNT DACW56-97-C-0005 (DACW56-96-B-0065) AMT $206,150 LINE N/A DTD 120696 TO Horizon Construction Company, Inc., P.O. Box 690, Owasso, OK 74055 CITE: (I-344 SN009956) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: DA, Tulsa District, Corps of Engineers, P.O. Box 61, Tulsa, OK 74121-0061 SUBJECT: Y -- DREDGE MATERIAL DISPOSAL SITE, PORT OF CATOOSA, VERDIGRIS RIVER, OKLAHOMA POC Susan Killgore, Contract Specialist, 918/669-7272 CNT DACW56-97-C-0004 (DACW56-96-B-0064) AMT $267,522 LINE N/A DTD 120696 TO Horizon Construction Company, Inc., 12320 E. 111th Street North, Owasso, OK 74055 CITE: (I-344 SN009957) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: USDA, Forest Service, Zone Contracting, 2324 E. McDowell Rd., Phoenix, AZ 85006 SUBJECT: Y--INDIAN POINT RECREATION SITE CNT Contract No. 50-8371-7-3 AMT $1,975,220.05 DTD 112296 TO Inca Contracting Company, 95 North Arizona Place, Ste. 4, Chandler, AZ 85225-5507 CITE: (M-344 SN009984) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: U.S. Army Engineer District, Alaska, P.O. Box 898, Anchorage, Alaska 99506-0898 SUBJECT: Y--UPGRADE GOLF COURSE, FT. RICHARDSON, ALASKA POC Gail M. West, (907) 753-2552/or Contracting Officer, Thomas L. Carter, (907) 753-2540, Corps of Engineers. CNT NAFQF3-97-C-0001 AMT $6,200,000.00 DTD 112596 TO Goodfellow Bros., Inc., 381 Huku Li'i Place, Kihei, Maui, HI 96793 CITE: (M-344 SN009990) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: US ARMY ENGINEER DISTRICT, FTW, P O BOX 17300, 819 TAYLOR ST, FT. WORTH TX 76102-0300 SUBJECT: Y--STALLION RANGE CENTER WATER DEVELOPMENT, WHITE SANDS MISSILE RANGE, NEW MEXICO POC Contract Specialist Lisa Billman (817) 978-4902 (Site Code DACA63) CNT DACA63-97-C-0005 AMT $1,450,000 DTD 112296 TO W R HENDERSON CONSTRUCTION INC, POST OFFICE BOX 190, REXBURG, ID 83440 CITE: (I-344 SN010052) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: US ARMY ENGINEER DISTRICT, FTW, P O BOX 17300, 819 TAYLOR ST, FT. WORTH TX 76102-0300 SUBJECT: Y--THAAD LST OBJECTIVE BATTALION O&M FACILITIES, FORT BLISS, TEXAS POC Contract Specialist Lisa Billman (817) 978-4902 (Site Code DACA63) CNT DACA63-97-C-0004 AMT $10,447,000 DTD 112196 TO SILVERTON CONSTRUCTION CO INC, PO BOX 12629, EL PASO, TX 79913 CITE: (I-344 SN010053) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: USDHHS, Indian Health Service, 505 Marquette NW, Suite 1502, Albuquerque, New Mexico 87102-2163 SUBJECT: Y--WATER STORAGE TANK CNT 242-97-0008 AMT $118,010.00 DTD 120396 TO D & R Tank, Co., 1210 Prosperity S.E., Albuquerque, New Mexico 87105 CITE: (M-344 SN010132) [Commerce Business Daily: Posted December 09, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Administrative Support Center East, Office of Contracting, Attn: ASCE-PP, Building 2001, 2nd Floor, New Cumberland PA 17070-5001 SUBJECT: Z--REPLACE ROOFS, BLDGS 260 AND 261 POC Cheryl Garman, Contract Specialist, 717-770-7113 CNT SP3100-97-C-0001 AMT $38,182.00 LINE 0001 DTD 120996 TO David M Maines Assoc Inc, PO Box 167 Middle Rd, Lewistown, PA 17044 LINK www/dla/mil LINKDESC: EMAIL cgarman@ smtp.ddre.dla.mil EMAILDESC: CITE: (W-344 SN009908) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: SOUTHWESTNAVFACENGCOM (Code 0212), 1220 Pacific Highway, San Diego, CA 92132-5187 SUBJECT: Z -- PAVE REAR TACTICAL PARKING AREA AT THE MARINE CORPS RESERVE CENTER, PICO RIVERA, CALIFORNIA POC Contract Specialist, Julie Torres/Contracting Officer, Alice Barker. CNT N68711-96-C-2102 AMT $144,219.41 LINE N/A DTD 120696 TO Madison Paving, Inc., 4820 Cecelia St., Suite A, Cudahy, CA 90201 CITE: (I-344 SN009922) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Facilities Service Office, 4000 DeKalb Technology Pkwy., Ste. 300, Atlanta, GA 30340-2799 SUBJECT: Z--CENTRAL MISSISSIPPI AREA--INDEFINITE QUANTITY CONSTRUCTION CONTRACT POC Pat Ward, Contract Specialist (770) 454-0664. CNT 123125-96-B-3024 AMT .875 DTD 112596 TO United Plumbing and Heating Co., Inc. 1929 Midway Street, Jackson, MS 39204-5006 CITE: (M-344 SN009972) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: OICC Puerto Rico Area, PSC 1008, Box 3976, Bldg. 598-A, U.S. Naval Station, Roosevelt Roads, Ceiba, Puerto Rico 00735 SUBJECT: Z--REPLACE PCB TRANSFORMERS CNT N62470-96-C-6805 AMT $2,140,000.00 DTD 062498 TO Reliable Mechanical, Inc., 13035 Middletown Industrial Blvd., Louisville, KY 40223 CITE: (M-344 SN009985) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Rural Development, USDA, 3003 N. Central Ave., Suite 900, Phoenix, Arizona 85012 SUBJECT: Z--REPAIR OF SINGLE FAMILY DWELLINGS POC Laura B. Lambson, Contracting Officer, (602) 280-8710. CNT 60-9417-7-C0016 AMT $37,051.00 LINE 01 DTD 111296 TO Nuland Builders, 709 E. Park Place, Mesa, AZ 85203 CITE: (M-344 SN009986) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: OICC Fallon, Building 307, 2nd Floor, NAS Fallon, NV 89496-5000 SUBJECT: Z--INDEFINITE QUANTITY CARPET REPAIRS, VARIOUS LOCATIONS AT NAVAL AIR STATION, FALLON, NEVADA POC Martha Neel, Contracting Officer (702) 426-2918. CNT N62474-96-D-6726 AMT Minimum $35,000 LINE 0001, 0002, 0003 DTD 112696 TO TMR FLoors, Inc., P.O. Box 82787, Phoenix, Arizona 85071 CITE: (M-344 SN009987) [Commerce Business Daily: Posted December 09, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Engineering Services - Dallas, 1200 Main Street, Room 1900, Dallas, Texas 75202-4348 SUBJECT: Z--AWARD OF PURCHASE ORDER DOES-97-0002 - DIESEL TANK REPLACEMENT AT HU HU KAM HOSPITAL. POC Ida E. McCutchen, Contracting Officer, (214) 767-3492. CNT DOES-97-0002 AMT $27,415.00 DTD 112196 TO G. Davidson Co., 2770 S. Maryland Parkway, Suite 313, Las Vegas, NV 89109. CITE: (W-344 SN010006) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: GSA, Property Management Contracts Branch, JCK Federal Building, 230 S. Dearborn Street, Chicago, IL 60604 SUBJECT: Z--U.S. MARSHALS RENOVATION, 24TH FLOOR POC Laurie Chestnut, Contract Specialist, (312) 886-4102. CNT GS05P96GAC0229 AMT $583,995.00 DTD 112796 TO John Edward Construction Co., 4240 Lacey Road, Downers Grove, IL 60515 CITE: (M-344 SN010017) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Facilities Service Office, U.S. Postal Service, P.O. Box 701, Columbia, MD 21045-0701 SUBJECT: Z--UPGRADE HVAC SYSTEM, MPO, SPRINGFIELD, OH 45501-9998 CNT 232098-96-B-0396 AMT $648,000.00 DTD 120396 TO Superior Mechanical Services Inc., 3155 Plainfield Rd., Dayton, OH 45432-3172 CITE: (M-344 SN010019) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Facilities Service Office, U.S. Postal Service, P.O. Box 701, Columbia, MD 21045-0701 SUBJECT: Z--ROOF REPLACEMENT, GMF, YOUNGSTOWN, OH 44501-9998 CNT 232098-96-B-0422 AMT $806,282.00 DTD 112696 TO Roth Bros Inc., 3847 Crum Rd., Youngstown, OH 44515-0209. CITE: (M-344 SN010020) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: US ARMY ENGINEER DISTRICT, FTW, P O BOX 17300, 819 TAYLOR ST, FT. WORTH TX 76102-0300 SUBJECT: Z--REQUIREMENTS CONTRACT FOR METAL ROOFING, FORT POLK, LOUISIANA POC Contract Specialist Nianne Mohlstrom (817) 978-2132 (Site Code DACA63) CNT DACA63-97-D-0002 AMT $522,816 DTD 110896 TO ACME ROOFING & SHEET METAL, COMPANY, INCORPORATED, RT 6 182-B, DOTHAN, AL 36303 CITE: (I-344 SN010049) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: US ARMY ENGINEER DISTRICT, FTW, P O BOX 17300, 819 TAYLOR ST, FT. WORTH TX 76102-0300 SUBJECT: Z--REGIONAL TRAINING BRIGADE, FORT SAM HOUSTON, TEXAS POC Contract Specilaist Sharon L. Hair (817) 978-3194 (Site Code DACA63) CNT DACA63-97-C-0003 AMT $1,341,961 DTD 112096 TO PHIL HOWRY CO, 5425 BURNET RD, AUSTIN, TX 78756 CITE: (I-344 SN010051) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 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 SUBJECT: Z--REPLACE COMMISSARY & BX METAL ROOFS POC SrA Brandy Jiron, (307) 775-3917, Contract Administrator. CNT F48608-97-C0002 AMT $331,772.00 LINE 0001-0003 DTD 112796 TO Thomas Brand Siding Company, P.O. Box 569, Bowling Green, KY 42102 CITE: (M-344 SN010076) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: OICC ROICC Cherry Point, NAVFACENGCOM Contracts, PSC Box 8006, Cherry Point, North Carolina 28533-0006 SUBJECT: Z--REPAIR TAXIWAYS, PADS AND APRONS, MARINE CORPS AIR STATION, CHERRY POINT, NORTH CAROLINA CNT N62470-96-C-7855 AMT $2,582,794.60 DTD 112696 TO Central Atlantic Contractors, Inc., P.O. Box A, Aberdeen, MD 21001-0016 CITE: (M-344 SN010077) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 6 CONS/LGCC, 2606 Brown Pelican Ave, Macdill AFB, FL 33621-5000 SUBJECT: Z--ALTER CE MAINTENANCE SHOPS, AVON PARK AFR, FL POC Contracting Officer, Ms. Debra K. Parent (813) 828-3815 x 346. CNT F08602-97-CK003; F08602-96-B0018 AMT $258,276.00 LINE LUMP SUM DTD 071996 TO CR Smith, Inc. (W-O), 1100 No 50th St, #3-B, Tampa, FL 33619 CITE: (M-344 SN010079) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Officer in Charge of Construction, Building 503, Indian Head Division, Naval Surface Warfare Center, Indian Head, Maryland 20640-5035 SUBJECT: Z--UPGRADE BUILDING 690 CNT N62477-96-C-3509 AMT $539,000.00 LINE Lump Sum DTD 111296 TO CamCo Construction Co., Inc., 15830 Aitcheson Lane, Laurel MD 20707-3035 CITE: (M-344 SN010080) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Commander, Pacific Division, Naval Facilities Engineering Command, Contracts Department, 4262 Radford Drive, Honolulu, HI 96818-3296 (Code 0212) SUBJECT: Z--NAF PROJECT R403, GOLF SPRINKLER SYSTEM AT THE NAVAL AIR STATION, BARBERS POINT, HAWAII POC Ms Sarah Goodwin-Bain, Procurement Technician, Ms. Beverly Quevedo, , Contract Specialist, Telephone No. (808) 474-5510, Facsimile No. (808) 474-7316 CNT Contract No. N62742-94-C-1328 AMT $1,587,912.00 DTD 112796 TO KD Construction, Inc., 1188 Bishop Street, Honolulu HI 96813 CITE: (I-344 SN010083) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Commander, Pacific Division, Naval Facilities Engineering Command, Contracts Department, 4262 Radford Drive, Honolulu, HI 96818-3296 (Code 0212) SUBJECT: Z--FY96 NAVY FAMILY HOUSING PROJECTS HC/R-04-94 WHOLE HOUSE REVITALIZATION (161 UNITS), PHASE I AND FY97 PROJECT HC/R-05-94 (99 UNITS) PHASE II, PEARL CITY PENINSULA, OAHU, HAWAII POC Ms Sarah Goodwin-Bain, Procurement Technician, Ms Sharon Uesugi, Contract Specialist, Telephone No. (808) 474-5510, Facsimile No. (808) 474-7316 CNT Contract No. N62742-94-C-1323 AMT $19,100,000.00 DTD 112796 TO Actus Corporation/Sundt Corporation, A Joint Venture, 221 Gateway Road West, Suite 405, Napa CA 94558-6279 CITE: (I-344 SN010084) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Facilities Service Office, U.S. Postal Service, P.O. Box 701, Columbia, MD 21045-0701 SUBJECT: Z--BADGE READER SYSTEM, PARKING LOT RENOVATIONS, P&DC, COLUMBUS, OH 43216-9997 CNT 232098-96-B-0432 AMT $210,000.00 DTD 011196 TO Buckeye Electric Co., 1555 Stanley Ave., Dayton, OH 45404-1112 CITE: (M-344 SN010097) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: OICC ROICC Cherry Point, NAVFACENGCOM Contracts, PSC Box 8006, Cherry Point, North Carolina 28533-0006 SUBJECT: Z--REPAIR GYMNASIUM, BUILDING 287, MARINE CORPS AIR STATION, CHERRY POINT, NORTH CAROLINA CNT N62470-96-C-5889 AMT $993,373.00 DTD 112696 TO L.A. Downey & Son, Inc., P.O. Box 190, Newport, NC 28570. CITE: (M-344 SN010099) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: GSA, Property Management Contracts Branch, JCK Federal Building, 230 S. Dearborn Street, Chicago, IL 60604 SUBJECT: Z--ISA DISTRICT COURTROOM FACILITY POC Questions may be directed to Debbie Ethell, Contract Specialist, (217) 492-4573. CNT GS05P96GAC0275 AMT $1,741,000.00 DTD 111896 TO Williams Brothers Construction, P.O. Box 1366, Peoria, IL 61654 CITE: (M-344 SN010100) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 50 CONS/LGCC, 66 Falcon Parkway, Suite 49, Falcon AFB, CO 80912-6649 SUBJECT: Z--EXPAND PARKING LOT, BLDG. 101 POC Tom Smith, Contract Administrator (719) 567-3837 or Jim Berns, Contracting Officer (719) 567-3834. CNT FA2550-97-C0001 AMT $308,272.80 LINE 0001, 0002, 0003 DTD 120196 TO Mesa Paving, Inc., 1960 Aspen Circle, Pueblo, CO 81006 CITE: (M-344 SN010104) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: DC Metro Facilities Service Office, U.S. Postal Service, 10400 Little Patuxent Pkwy., #400, Columbia, MD 21044-3510 SUBJECT: Z--FIRM FIXED PRICE CONSTRUCTION CONTRACT FOR NCO BALTIMORE UNNAMED BRANCH, 7000-7050 TUDSBURY ROAD, BALTIMORE, MD 21244 POC Heather Newman, Facilities Contract Specialist, (410) 884-1822. CNT 232098-96-A-0201 AMT $2,277,000.00 DTD 112596 TO ATEC Industries, Ltd., 6856 Distribution Drive, Beltsville, MD 20705 CITE: (M-344 SN010124) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: OIC, NAVFAC Contracts, Bldg 5, HWY 547, NAES Lakehurst, NJ SUBJECT: Z -- REPLACE ROOF AT BUILDING 191 POC Christine McDonough, Purchasing Agent, 908-323-2345. CNT N62472-96-M-3121 AMT $47,756.00 LINE N/A DTD 120596 TO Interstate Panel, 101 Warwick Road, Yardley, PA 19067 CITE: (I-344 SN010150) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 50 CONS/LGCC, 66 Falcon Parkway, Suite 49, Falcon AFB, CO 80912-6649 SUBJECT: Z--CONSTRUCT MATERIAL CONTROL FACILITY, BLDG 500, FALCON AFB, CO POC Tom Smith, Contract Administrator (719) 567-3837 or Jim Berns, Contracting Officer (719) 567-3834. CNT FA2550-97-C0002/FA2550-96-R0009 AMT $325,070.00 LINE 0001, 0002 DTD 120196 TO MCDS, INC. 3200 Blake Street, Denver CO 80205-2345. CITE: (M-344 SN010189) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 10--Weapons OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 10--PARTS KIT, SEAL REPLACEMENT SOL SP0440-96-Q-JZ65 CNT SP0440-97-M-Z338 AMT $92,980.51 LINE 0001 THROUGH 0002 DTD 120696 TO Keymiaee aero-tech Inc 1300 NE 4TH St Bay 2 Oklahoma City OK 73117 CITE: (I-343 SN009782) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 10--Weapons OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 10--KIT SOL SP0440-96-Q-JX80 CNT SP0440-97-M-Z346 AMT $36,000.00 LINE 0001 DTD 120696 TO Dbr Industries Inc 18 penns Trl Newtown PA 18940-1813 CITE: (I-343 SN009786) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 14--Guided Missiles OFFADD: Director Strategic Systems Programs, 1931 Jefferson Davis Hwy., Arlington, VA 22241-5362 SUBJECT: 14--TRIDENT II (D5) NAVIGATION SUBSYSTEM HARDWARE AND SOFTWARE POC Bill Arcidiacono, Code SPN-66. (703) 607-3393. CNT N00030-97-C-0019 AMT $39,957,000.00 LINE Items 0001 through 0 DTD 112696 TO Lockheed Martin Tactical Systems, Inc., 365 Lakeville Road, Great Neck, NY 11020-1696 CITE: (M-344 SN010107) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--SEGMENT ASSEMBLY, VANE SOL SP0460-96-X-OPTN CNT SP0460-97-C-5094 AMT $209,440.00 LINE 0001AA THROUGH 0002A DTD 120696 TO Kent Associates Inc 900 5TH Ave Mansfield TX 76063-2727 CITE: (I-343 SN009784) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--DUCT ASSEMBLY, AIR CONDITIONING AIRCRAFT SOL SP0460-97-Q-B345 CNT SP0460-97-M-2353 AMT $41,400.00 LINE 0001 DTD 120696 TO Aiw-Alton Inc 1475 Palisado Ave P O Box 713 Windsor CT 06095-0713 CITE: (I-343 SN009787) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--TANK, LUBRICATIOG OIL SOL SP0460-96-Q-LY90 CNT F24601-95-G-0001-TYD8 AMT $50,033.25 LINE 0001 DTD 120796 TO Cessna aircraft Co Hwy k-42 P.O.Box 7704 Wichita KS 67277 CITE: (I-343 SN009789) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--PANEL, TRAILING EDGE SOL SP0460-97-Q-C141 CNT SP0460-97-M-4552 AMT $35,900.00 LINE 0001 DTD 120696 TO Valley electronics Co P O Box 277 Kathleen GA 31047-0277 CITE: (I-343 SN009790) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--LATCH ASSEMBLY, AIRC SOL SP0460-96-Q-CD39 CNT N00383-93-G-B417-XHAE AMT $38,308.32 LINE 0001AA THROUGH 0002A DTD 120696 TO McDonnell Douglas Corp McDonnell Douglas Aerospace Lambert St Louis Intl Airport P.O.Box 516 Saint Louis Mo 63166-0516 CITE: (I-343 SN009791) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--FLANGE ASSEMBLY, DIA SOL SP0460-96-R-2216 CNT SP0460-97-C-5096 AMT $202,742.88 LINE 0001AA THROUGH 0001A DTD 120696 TO Lucas Western Inc Lucas Aerospace Power Transmission 211 Seward Ave P.O.Box 457 Utica NY 13503 CITE: (I-343 SN009813) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--WINDOW PANEL, AIRCRAFT SOL SP0460-95-R-3997 CNT N00383-96-G-001N-TYA8 AMT $221,966.40 LINE 0001AA THROUGH 0002A DTD 120696 TO Boeing Helicopters Div of the Boeing Co Boeing Ctr Industrial Hwy Bldg 3-25 Ridley Park PA 19078 CITE: (I-343 SN009815) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--WINDSHIELD ASSEMBLY SOL SP0460-96-R-1000 CNT SP0460-97-C-5098 AMT $150,360.00 LINE 0001AA THROUGH 0002A DTD 120696 TO PPG Industries Inc works no 22 1719 Highway 72 E P O Box 2200 Huntsville AL 35804-4816 CITE: (I-343 SN009816) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--PANEL, STRUCTURAL, AIRCRAFT SOL SP0460-96-Q-XX85 CNT SP0460-97-M-4474 AMT $65,945.00 LINE 0002 DTD 120696 TO Airborne Product Support Inc 801 Avenida Acaso Camarillo CA 93012 CITE: (I-343 SN009817) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--PARTS KIT, FUSELAGE SOL SP0460-96-Q-AF23 CNT SP0460-97-M-4527 AMT $46,410.00 LINE 0001 THROUGH 0002 DTD 120696 TO Pacific aerospace Mfg 3725 Old Conejo Rd P.O.Box 770 Newbury Park CA 91320 CITE: (I-343 SN009822) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: U.S. Army Aivation and Troop Command, 4300 Goodfellow Blvd, St Louis, MO 63120-1798 SUBJECT: 15 -- 1AA-BULKHEAD, 2AA-POWER DISTRIB, AND 3AA-SHROUD ASSY POC L. Anderson-Samuel, Procurement Technician, 314-263-0789, fax 314-263- 9012, Pamela Moran, Contracxting Officer, 314-263-0782. CNT DAAJ09-94-G-0005, 0059 AMT $ 276,200.00 LINE 1AA, 2AA & 3AA DTD 120796 TO McDonnell Douglas Helicopter Company, dba McDonnell Douglas Helicopter System, 5000 E. McDowell Road, Mesa, AZ 85215-9797 CITE: (I-344 SN009935) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: 4300 Goodfellow Blvd., St. Louis, MO 63120-1798 SUBJECT: 15 -- COVER ACCESS, NSN: 1560-01-115-3720, P/N: 70500-02053-064, QTY: 60 EACH POC Shirley A. Clines, Contract Specialist, 314-263-0649, FAX 314-263- 9012, Daniel J. Fuller, Contracting Officer, 314-263-2555. CNT DAAJ09-97-Q-0322, Contract DAAJ09-93-G-0017, D.O. 0199 AMT $197,971.20 LINE 0001AA DTD 120396 TO Sikorsky Aircraft Corporation, 6900 Main St., P O Box 9729, Stratford, CT 06497-9129 CITE: (I-344 SN009959) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 16--HOUSING ASSEMBLY, CENTER-PROBE SOL SP0460-97-Q-D019 CNT SP0460-97-M-6282 AMT $28,028.00 LINE 0001 DTD 120696 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-343 SN009812) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 16--HANDLE, QUADRANT SOL SP0460-96-Q-LE96 CNT F09603-94-G-0029-TY15 AMT $30,141.00 LINE 0001 DTD 120696 TO Lockheed Martin Corp Lockheed Martin control systems 600 Main St room 155 Johnson City NY 13790-1888 CITE: (I-343 SN009818) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: US Army Armament and Chemical Acquisition and Logistics Activity (ACALA) Attn: AMSTA-AC-PCC (FMJ), Rock Island , IL 61299-7630 SUBJECT: 16 -- SERVICES/REMOTE ROCKET ASSY POC Contract Specialist: Phyllis Smith (309) 782-3625, PCO: Allen J. Hale (309) 782-6736 CNT DAAE20-97C0036 AMT $244,500 LINE N/A DTD 120696 TO Defense Electronic Products of Texas, 1312 Brown Trail, Suite J, Bedford, TX 76022 CITE: (I-344 SN009926) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: 4300 Goodfellow Blvd., St. Louis, MO 63120-1798, AMSAT-A-PLBA SUBJECT: 16 -- VALVE, GATE, AIRCRAFT, NSN: 1650-01-138-6674, P/N: 70652-02290- 102, QTY 266 EACH POC Shirley A. Clines, Contract Specialist, 314-263-0649, FAX 314-263- 9012, Daniel J. Fuller, Contracting Officer, 314-263-2555. CNT DAAJ09-96-Q-1181, Contract N00383-96-G-005D,BS01 AMT $473,214.00 LINE 0001AA DTD 120496 TO Parker-Hannifin Corp., Aerospace Group, Customer Support Military Div., 16666 Von Karman Ave., Irvine, CA 92714-4917 CITE: (I-344 SN009958) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: 4300 Goodfellow Blvd., St. Louis, MO 63120-1798 SUBJECT: 16 -- SEAT ASSY, 70500-02152-047, 1680-01-252-0373, MIN 81/MAX 337; SEAT AIRCRAFT, 70500-02151-045, 1680-01-108-0558, MIN 162/MAX 543; AIRCRAFT, 70500-02151-047, 1680-01-263-9846, MIN 146/351 POC Shirley A. Clines, Contract Specialist, 314-263-0649, FAX 314-263- 9012, Daniel J. Fuller, Contracting Officer, 314-263-2555. CNT DAAJ09-96-R-0203, DAAJ09-97-D-0040, D.O. 0001 AMT $1,171,565.70 LINE 0001AA, 0002AA, 0003 DTD 120496 TO Sikorsky Aircraft Corporation, 6900 Main Street, Stratford, CT 06497- 9129 CITE: (I-344 SN009960) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 20--Ships and Marine Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 20--FINGER, CORNER SEGMENT SOL SP0451-97-Q-GA03 CNT SP0490-97-M-AD65 AMT $43,613.75 LINE 0001 DTD 120696 TO Bell Avon Inc a joint venture 1200 Martin Luther King Jr Blvd picayune MS 39466-5427 CITE: (I-343 SN009785) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 20--Ships and Marine Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 20--DESK, TYPEWRITER LEFT-HAND PEDESTAL SOL SP0451-96-R-0531 CNT SP0490-97-C-5097 AMT $111,044.00 LINE 0001 DTD 120696 TO Tri-way Industries Inc 7748 S 200TH St Kent WA 98032-1104 CITE: (I-343 SN009821) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 25--Vehicular Equipment Components OFFADD: Supply Directorate, CONTRACTING DEPARTMENT, PSC BOX 8018, Cherry Point, NC 28533-0018 SUBJECT: 25--REAR AXLE POC Sherry Kelly, (919) 466-7765, Contracting Officer, Cherie Daniels, (919) 466-7504. CNT N00146-97-M-L076 AMT $77,250.00 LINE 0001 DTD 112796 TO Dana Corp, SPICER OFF-HWY AXLE DIVISION, PO BOX 2424, FORT WAYNE, IN 46801 CITE: (M-344 SN010101) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 29-STARTER,ENGINE,AIR POC Contact Point, Richard S Fry, 02112.17, (717)790-2828, Fax, (717)790-2284, Twx, Not-avail CNT N0010497PDB72, Sol Nr N00104-97-Q-DA92, NIIN 012535566 AMT $51,831 DTD 121596 TO Ingersoll-rand Co/proto-tool Co/ , White House ,TN 37188 - -0618 CITE: (I-344 SN009963) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: 4300 Goodfellow Blvd., St. Louis, MO 63120-1798, AMSAT-A-PLBA SUBJECT: 30 -- GEAR, BEVEL, P/N: 70357-06315-101, NSN: 3020-01-093-7114, QTY 33 EACH POC Shirley A. Clines, Contract Specialist, 314-263-0649, FAX 314-263- 9012 or Daniel J. Fuller, Contracting Officer, 314-263-2555. CNT DAAJ09-96-Q-1399, Contract DAAJ09-93-G-0017, D.O. 0187 AMT $130,430.52 LINE 0001AA DTD 120596 TO Sikorsky Aircraft Corporation, 6900 Main Street, Stratford, CT 06497- 9129 CITE: (I-344 SN009961) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 31--BEARING, BALL, AIRFRAME CNT SP0500-97-M-P517 AMT $99,630.00 LINE 0002 DTD 120696 TO Kaydon Corp 2860 McCracken St P O Box 688 Muskegon MI 49443 CITE: (I-343 SN009842) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 34--Metalworking Machinery OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET NW - Material Mgt Branch, WASHINGTON, DC 20534-0001 SUBJECT: 34--WELDING MACHINES POC Contracting Officer, CAVANAUGH, TATEA, 202-508-3952 CNT 1PI-C-2886-97 AMT $60,000 DTD 120596 TO OEI, P.O. Box 8400, Green Bay, WI 54308-8400 CITE: (I-344 SN010036) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 39--Materials Handling Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 39--TRUCK, HAND, SHELF SOL SP0440-96-Q-JX19 CNT SP0440-97-M-Z265 AMT $62,526.00 LINE 0001 THROUGH 0002 DTD 120696 TO Low temp Mfg Co Inc 9192 Tara Blvd P.O.Box 795 Jonesboro GA 30237 CITE: (I-343 SN009814) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 41--Refrigeration, Air Conditioning and Air Circulating Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 41--FAN, CENTRIFUGAL SOL SP0430-97-Q-Q125 CNT SP0430-97-M-R449 AMT $26,216.20 LINE 0001 DTD 120696 TO Rotron Inc Custom Div 9 Hasbrouck Ln Woodstock NY 12498 CITE: (I-343 SN009792) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 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--IMPELLER, PUMP, CENTRIFUGAL. SOL SP0760-96-Q-Z355 CNT SP0700-95-G-0008-0150 AMT $27,355.00 LINE 0001 DTD 120696 TO Warren Pumps Inc 82 Bridges Ave P.O.Box 969 Warren MA 01083-0969 CITE: (I-343 SN009848) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 44--Furnace, Steam Plant, and Drying Equipment and Nuclear Reactors OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 44-COOLER,FLUID,INDUST POC Contact Point, Richard S Fry, 02112.17, (717)790-2828, Fax, (717)790-2284, Twx, Not-avail CNT N0010497PDB80, Sol Nr N00104-97-Q-DA91, NIIN 012530770 AMT $94,094 DTD 121696 TO Tranter Inc/texas Division , Wichita Falls ,TX 76307-0000 CITE: (I-344 SN009890) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 47--HOSE ASSEMBLY, NONMETALLIC. RUBBER, 9/16 INCH CNT SP0740-97-M-0233 AMT $35,420.52 LINE 0001 THROUGH 0002 DTD 120696 TO Parker-Hannifin Corp Stratoflex Div 220 Roberts Cut-Off Rd P.O.Box 10398 Fort Worth TX 76114-0398 CITE: (I-343 SN009849) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 48--VALVE, INTERFACE VACUUM. MATERIAL: STEEL. CNT SP0760-97-C-4803 AMT $116,573.52 LINE 0001 THROUGH 0004 DTD 120696 TO Environmental systems Inc 1197 Baltimore-Annapolis Blvd P.O.Box 9751 Bldg 3 unit 6 Arnold MD 21012-2308 CITE: (I-343 SN009850) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 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--LEVER, LOCK-RELEASE SOL SP0500-96-Q-TF55 CNT SP0500-97-M-P973 AMT $32,891.10 LINE 0001 DTD 120796 TO Transtechnology Corp Breeze-Eastern Div 700 Liberty Ave Union NJ 07083-8107 CITE: (I-343 SN009845) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 55--Lumber, Millwork, Plywood and Veneer OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 55--LUMBER, SOFTWOOD, BOARD; IN ACCORDANCE SOL SP0500-97-Q-9002 CNT SP0500-97-M-R130 AMT $73,062.00 LINE 0001 DTD 120796 TO Forest products distributors Inc 4200 Beach Dr Suite 2 rapid City SD 57702-4967 CITE: (I-343 SN009843) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 55--Lumber, Millwork, Plywood and Veneer OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 55--LUMBER, SOFTWOOD, BOARD; IN ACCORDANCE SOL SP0500-97-Q-A629 CNT SP0500-97-M-P849 AMT $73,755.00 LINE 0001 DTD 120796 TO Forest products distributors Inc 4200 Beach Dr Suite 2 rapid City SD 57702-4967 CITE: (I-343 SN009844) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 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-PANEL,CONTROL,ELECT POC Contact Point, Wilson T Kury, 02131.13, (717)790-4768, Fax, (717)790-2284, Twx, Not-avail CNT N0010494G03035046, Sol Nr N00104-95-Q-JL39, NIIN 014341316 AMT $75,743 DTD 121696 TO Alliant Techsystems Inc , Mukilteo ,WA 98275-4844 CITE: (I-344 SN009891) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 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-POWER SUPPLY POC Contact Point, Ronald J Brosso, 02152.11, (717)790-7312, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, Melanie A Pepperman, 02152, (717)790-3056 CNT N0010497PGA82, Sol Nr N00104-96-T-3656, NIIN 012294472 AMT $39,978 DTD 121596 TO Lake Shore Inc , Iron Mountain ,MI 49801-5316 CITE: (I-344 SN009964) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 59--CABLE ASSEMBLY, SPECIAL PURPOSE, ELECTRICAL SOL SP0451-96-Q-WH81 CNT SP0451-97-M-8404 AMT $25,650.00 LINE 0001 THROUGH 0002 DTD 120696 TO Spencer Industries Inc 80 Holmes St Belleville NJ 07109-3121 CITE: (I-343 SN009788) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--EXTENDER CARD, ELECT CNT SP0960-97-M-1305 AMT $37,128.00 LINE 0001 THROUGH 0003 DTD 120796 TO Raytheon Co submarine Signal Div HQ 1847 W main Rd Portsmouth RI 02871-1087 CITE: (I-343 SN009838) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 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--CONTACT, ELECTRICAL SOL SP0960-96-T-W025 CNT SP0960-97-M-1235 AMT $28,631.76 LINE 0001 DTD 120796 TO Summit Industries Inc 4545 Gateway Circle Kettering OH 45440-1711 CITE: (I-343 SN009839) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 59-ELECTRONIC COMPONEN - AND OTHER REPLACEMENT PARTS POC Contact Point, Richard G Basila, 02131.15, (717)790-3598, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, Thomas E Trump, 021x, (717)790-2736 CNT N0010495G02025047, Sol Nr N00104-96-Q-JB21, NIIN 013850855 AMT $1,155,722 DTD 120496 TO Raytheon , Portsmouth ,RI 02871-1087 CITE: (I-344 SN009965) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--LEAD AND CONDUIT ASSEMBLY, ELECTRICAL SOL SP0451-97-X-7099 CNT SP0451-97-M-C498 AMT $46,329.50 LINE 0001AA THROUGH 0003 DTD 120696 TO Heale Mfg Co Inc 1231 the strand P O Box 1444 Waukesha WI 53187-1444 CITE: (I-343 SN009783) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--MOTOR, DIRECT CURRENT SOL SP0430-96-Q-BR63 CNT SP0430-97-M-P364 AMT $54,852.66 LINE 0001 THROUGH 0002 DTD 120696 TO DCM Mfg Inc 4540 W 160TH Street Cleveland OH 44135 CITE: (I-343 SN009819) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--POWER SUPPLY SOL SP0430-96-Q-BQ80 CNT SP0430-97-M-R439 AMT $40,568.00 LINE 0001 DTD 120696 TO St keltec Corp 84 Hill Ave Fort Walton Beach FL 32548 CITE: (I-343 SN009820) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code 8732 , PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 61-CONTACTOR,MAGNETIC POC Contact Point, Yvonne D Morgan, 87321.4, (717)790-2562, Fax, (717)790-1569, Twx, Not-avail, Contracting Officer, Trent E Roach, 87321, (717)790-5259 CNT N0010497PBD70, Sol Nr N00104-96-Q-BP68, NIIN 012534696 AMT $30,211 DTD 121696 TO Eaton Corp/specific Industry Ctrl. , Milwaukee ,WI 53216 - -0000 CITE: (I-344 SN009892) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 62--Lighting Fixtures and Lamps OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 62--LIGHT, NAVIGATIONAL, CNT SP0411-97-M-E721 AMT $36,350.00 LINE 0001 THROUGH 0003 DTD 120796 TO Grimes Aerospace Co 550 State Rt 55 P.O.Box 247 Urbana OH 43078-0247 CITE: (I-343 SN009780) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 62--Lighting Fixtures and Lamps OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 62--LIGHT, NAVIGATIONAL, AIRCRAFT CNT SP0441-96-C-0461 AMT $44,410.00 LINE 5001AA DTD 120696 TO Aristo grid lamp products 35 lumber Rd Roslyn NY 11576 CITE: (I-343 SN009781) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Commander, Naval Air Warfare Center Weapons Division, Code 230000D, 1 Administration Circle, China Lake, CA 93555-6100 SUBJECT: 70 -- DEVELOP NEW OR ADAPT EXISTING SOFTWARE TO CALCULATE SEISMIC SOURCE PARAMETERS USING OUTPUT FROM NANOMETRICS DATA FILES POC James McCormick, Contract Specialist, (619)939-7953 or John R. Davidson, Contracting Officer, (619)939-7408. CNT N68936-97-C-0001, Solicitation N68936-96-R-0269 AMT $159,423.00 LINE N/A DTD 112296 TO Yale University, Grant & Contract Administration 12 Prospect Place New Haven, CT 06511 CITE: (I-344 SN010147) [Commerce Business Daily: Posted December 7, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings, Tents and Flags OFFADD: Defense Personnel Support Center 2800 So. 20TH St. Philadelphia, PA. 19145-5099 SUBJECT: 83--TENT, LINER, HEXAGONAL SOL SP0100-96-Q-4367 CNT SP0100-97-M-EA63 AMT $64,500.00 LINE 0001AA THROUGH 0001B DTD 120696 TO Weckworth Mfg Inc DBA Weckworth-Langdon 1806 W 2ND St P.O.Box 3435 Wichita KS 67201-3435 CITE: (I-342 SN009773) [Commerce Business Daily: Posted December 8, 1996] [Printed Issue Date: December 11, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 93--Nonmetallic Fabricated Materials OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 93--PLASTIC SHEET SOL SP0441-97-Q-R141 CNT SP0441-97-M-T510 AMT $40,322.01 LINE 0001 THROUGH 0003 DTD 120696 TO Lustro Plastics Co 4000 W Harmon Ave Las Vegas NV 89103 CITE: (I-343 SN009811) [Commerce Business Daily: Posted December 09, 1996] [Printed Issue Date: December 11, 1996] PART: SPECIAL NOTICES SUBJECT: 70-3D NETWORK VISUALIZATION DESC: Headquarters Air Force Communications Agency, the Modeling and Simulation Branch project team, seeks information about hardware and software products for 3D network visualization, and general 3D visualization of information systems and infrastructure. 3D visualization is an aid to understanding and management of an enterprise's IT resources including, but not limited to, computing environments, networks, databases, and applications. Information received will be evaluated to determine how products might be used within the Air Force. Demonstration software is acceptable. Replies should include information about the product's capabilities, evaluation criteria, cost, required hardware, maintenance or support cost, and other pertinent information. Submit replies to HQ AFC4A/TNAB (Attn: Mr. Douglas Syler), Building 1700 Room 2000, 203 West Losey Street, Scott AFB, IL 62225-5238. Submission by FAX: (618)256-8944. All responsible sources may submit information. Replies to this notice should be submitted within 90 days after publication. This RFI is not related to any contract action. No contract will be awarded as a result of this RFI. EMAIL brockc@wing.safb.af.mil EMAILDESC: M Brock CITE: (W-344 SN010081) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: SALE OF SURPLUS PROPERTY OFFADD: Commanding Officer, Southern Division (Code 02), Naval Facilities Engineering Command, 2155 Eagle Drive, P.O. Box 190010, North Charleston, SC 29419-9010 SUBJECT: TIMBER SALE POC Mr. Hank Cochran at (904) 778-5451. DESC: Approximately 11,211 tons of pine trees located at the Naval Air Station, Cecil Field, Florida. The sale areas comprise approximately 244 acres. This sale is to be by Unit Price--Inv N62467-97-B-0837. Bid opening is on Thursday, 16 January 1997 at 2:30 p.m. (local time). To see timber, contact Mr. Hank Cochran at (904) 778-5451. CITE: (M-344 SN009978) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: SALE OF SURPLUS PROPERTY OFFADD: Defense Logistics Agency, Defense Reutilization & Marketing Service, International Sales Office, 2163 Airways Boulevard, Memphis, Tennessee 38114-5211 SUBJECT: MISCELLANEOUS PROPERTY SALE. (TERM) DUE 121696 POC Danny Snow, Chief Usable Branch, (901) 775-6132. DESC: All bids for property offered must be received by 16 Dec 96, 3:00 p.m. C.D.S.T., at the International Sales Office in Memphis, Tennessee. Includes: Support set, stacking material pallets, ADP equipment and components. TYPE SALE: Sealed Bid, IFB No. 31-7317, inspection beginning: 02 Dec 96, Bid Opening: 17 Dec 96, Property Locations: NH, TN. CITE: (M-344 SN009992) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 11, 1996] PART: SALE OF SURPLUS PROPERTY OFFADD: Defense Logistics Agency, Defense Reutilization & Marketing Service, International Sales Office, 2163 Airways Boulevard, Memphis, Tennessee 38114-5211 SUBJECT: CLOTHING AND MISCELLANEOUS PROPERTY SALE DUE 010697 POC Danny Snow, Chief Usable Branch, (901) 775-6132. DESC: All bids for property offered must be received by 06 Jan 97, 3:00 p.m. C.D.S.T., at the International Sales Office in Memphis, Tennessee. Includes: ADP equipment, ball valve, camouflage clothing, field packs, and camera. TYPE SALE: Sealed bid, IFB No. 31-7314, Inspection Beginning: 09 Dec 96, Bid Opening: 07 Jan 97, Property Locations: AL, AZ, CO, GA, GU, HI, IL, KS, KY, MI, MT, NC, ND, NE, NH, NV, OH, PA, TN, TX, VA, WA, WI. CITE: (M-344 SN010008)