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

[Commerce Business Daily: Posted December 09, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: NASA Headquarters(HQ) Acquisition Division, 300 E. St.,SW
  Washington DC 20546 Attn:CWA/Donna Settles
SUBJECT: A -- NASA RESEARCH OPPORTUNITIES IN SPACE LIFE SCIENCES,
  SOL NRA 96-HEDS-04
SOL SOL 96-HEDS-04
DUE 040197
POC Dr. Victor Schneider, Code UL, NASA Headquarters Life Sciences
  Division, Washington DC 20546
DESC: The National Aeronautics and Space Administration (NASA)
  Life Sciences Division solicits proposals for research investigations
  in support of Research Opportunities in Space Life Sciences.
   This announcement is specific to the Gravitational Biology
  and Biomedical Research and Countermeasures Programs within
  Space Life Sciences.  A separate solicitation for the Advanced
  Human Support Technologies Program is also available (SOL
  #96-HEDS-05). Proposals requested by this announcement may
  be for ground-based research investigations, and limited types
  of space flight experiments designed for the Shuttle middeck
  or for the earliest phase of utilization of the International
  Space Station.  This solicitation is open to US and foreign
  proposers in all categories of Governmental and private sector
  organizations, agencies, and institutions.  It will be open
  for the period through April 1, 1997; proposals may be submitted
  at any time throughout the period.  This solicitation is available
  electronically via the Internet at https://peer1.idi.usra.edu/.
   Paper copies of the Announcement are available to those who
  do not have access to the Internet by calling 202/358-4180
  and leaving a voice mail message. Please leave your full name,
  address with zip code and telephone number with area code.
   Please direct questions to NASA Headquarters, Code UL/Life
  Sciences Division, Washington, DC 20546, Attn:  Ms. Pat Southerland,
  tel 202/358-2207/e-mail address: Patricia.Southerland@hq.nasa.gov.

LINK https://peer1.idi.usra.edu/
LINKDESC: 
EMAIL Patricia.Southerland@hq.nasa.gov
EMAILDESC: 
CITE: (W-344 SN010228)

[Commerce Business Daily: Posted December 09, 1996]
[Printed Issue Date: December 12, 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 Negotiatior, 805.277.3900, ext. 2278;
  Liliana Michaleski, Contracting Officer, 805.277.3900, ext.
  2229; Alan Sutton, Program Manager, 805.275.5504
DESC: The previous modification to the announcement stated that
  the due date had changed from 31 Dec 96 to 17 Jan 97.  The
  original due date was 3 Jan 97 instead of 31 Dec 96.  The current
  due date remains 4:00 p.m., Pacific Standard Time, on 17 Jan
  97. 
LINK http://cpf.edwards.af.mil/contract/rfp.html
LINKDESC: 
  Information System at Edwards AFB, CA.
EMAIL bacam%pk@mhs.elan.af.mil
EMAILDESC: 
CITE: (W-344 SN010232)

[Commerce Business Daily: Posted December 09, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: NASA Headquarters(HQ) Acquisition Division, 300 E. St.,SW
  Washington DC 20546 Attn:CWA/Donna Settles
SUBJECT: A -- NASA RESEARCH OPPORTUNITIES IN SPACE LIFE SCIENCES,
  SOL NRA 96-HEDS-05
SOL 96-HEDS-05
DUE 040197
POC Dr. Guy Fogleman, NASA Headquarters, Code UL/Life Sciences
  Division, 202/358-2530
DESC: The National Aeronautics and Space Administration (NASA)
  Life Sciences Division solicits proposals for research investigations
  in support of Research Opportunities in Space Life Sciences.
   This announcement is specific to the Advanced Human Support
  Technologies Program within Space Life Sciences.  A separate
  solicitation for the Gravitational Biology and Biomedical
  Research and Countermeasures programs is also available (SOL
   #96-HEDS-04).  Proposals requested by this announcement may
  be for ground-based research investigations, and limited types
  of space flight experiments designed for the Shuttle middeck
  or for the earliest phase of utilization of the International
  Space Station.  This solicitation is open to US and foreign
  proposers in all categories of Governmental and private sector
  organizations, agencies and institutions.  It will be open
  for the period through April 1, 1997; proposals may be submitted
  at any time throughout the period.  This solicitation is available
  electronically via the Internet at https://peer1.idi.usra.edu/.
   Paper copies of the Announcement are available to those who
  do not have access to the Internet by calling 202/358-4180
  and leaving a voice mail message. Please leave your full name,
  address with zip code and telephone number with area code.
   Please direct questions to NASA Headquarters, Code UL/Life
  Sciences Division, Washington, DC 20546, Attn:  Ms. Pat Southerland/tel
   202/358-2207/e-mail address: Patricia.Southerland@hq.nasa.gov.

LINK https://peer1.idi.usra.edu/
LINKDESC: 
EMAIL Patricia.Southerland@hq.nasa.gov
EMAILDESC: 
CITE: (W-344 SN010233)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Contracting Office, National Defense University, Bldg
  62, Room 203, Ft. McNair, Washington, DC 20319
SUBJECT: A--RESEARCH AND DEVELOPMENT
SOL BAA96-01
POC Purchasing Agent, Msgt Tobin Gatto, (202) 685-3790.
DESC: This is a Broad Agency Announcement (BAA) for research
  and development to support investigations into the nature of
  national security in the information age. The Center for Advanced
  Concepts and Technology (ACT) is soliciting research and development
  proposals that will further the process of designing, improving,
  and implementing mission capability packages (MCPs) to meet
  current and future national security challenges. MCPs consist
  of coherent packages of forces, command structures and arrangements,
  organizations, C4ISR and weapons systems, doctrine, education,
  and training that enhances readiness and performance in selected
  mission areas. ACT works together with other  organizations
  in the U.S. Government to identify the need for MCPs; design
  MCPs; refine MCPs, and implement MCPs. To support these activities
  ACT is interested in undertaking research and development efforts,
  under this BAA, that contribute to the (1) design and refinement
  of specific MCP concepts for future national security environments,
  and (2) improvement of the intellectual and analytical infrastructure
  upon which these efforts must rest. This infrastructure consisting
  of analytical tools and techniques, models, experiments, wargaming,
  technology demonstrations, simulations, and exercises. Areas
  of particular interest (not in rank order) include Joint and
  Coalition  C4I, C4I in Military Operations Other Than War (MOOTW),
  Information Warfare, the Revolution in Military Affairs (RMA),
  and Tools for assessing and evaluation of concepts and alternative
  investments, policies, doctrine and methods as well as C4I
  and C4I systems. Proposals that apply to more than one of these
  areas will be particularly attractive, but offerors are cautioned
  that ``shot gun'' papers that lack meaningful focus will not
  be considered favorably. (a) PAPER/PROPOSAL INFORMATION: Offerors
  are invited to initially submit a three to five page ``white
  paper'' summarizing the proposed effort explaining briefly
  how the project relates to ACT's needs and meets the  criteria
  above, and a rough estimate of costs no later than 30 July
  1997. All correspondence must identify BAA 96-01. Papers will
  be reviewed, as they are received, to identify those offerors
  whose initial papers are found to have clear scientific and
  technical merit and those on which more information is required
  to make an adequate judgment. Where more information is required,
  a second technical paper, up to 20 pages, may be requested
  and technical discussions may be requested. Those found to
  have clear scientific and technical merit will be the topic
  of technical discussion and are expected to result in proposals.
  This initial screening will save offerors the time and  expense
  of developing a formal proposal with little chance of award.
  Offerors will be notified as to whether their papers have,
  or have not been favorably considered. Notification of a favorable
  review will include a request to submit an original and two
  (2) copies of a formal proposal consisting of separate technical
  and cost technical and cost volumes. These proposals will be
  due within 60 days of notification but in any event not later
  than 30 SEP 1997; the final date for proposal submission under
  this BAA. Proposals shall be valid for a period of not less
  than 180 days. Favorable review of white papers does not guarantee
  selection, and may not be construed as a binding commitment
  by the government to fund the proposed effort. The contractor's
   proposal (or any part thereof) may be incorporated into the
  resultant contract by reference. Papers and formal proposals
  must be typed, with type not smaller than 12 pitch. Papers
  and proposals will be double-spaced single sided on 8-1/2 inch
  by 11 inch paper. Formal proposals shall consist of a separate
  technical and cost volume as described below and shall reference
  the above BAA number. One original and two copies of the technical
  and cost proposal shall be submitted to National Defense University,
  Contracting Office, Bldg 62 Room 203 Attn: Tobin Gatto Ft.
  McNair, Washington, DC 20319. (b) PAGE LIMITATIONS: The technical
  volume shall not exceed fifty (50) pages. Pages in excess of
   this limitation will not be considered by the government unless
  the offeror requests an exception writing to the Buyer and
  receives written approval for the exception by the Contracting
  Officer. Resumes will not be included in the 50 page limit.
  Cost proposals have no limitation. Technical proposals must
  contain as a minimum: (1) Cover Page (including BAA number,
  area of interest addressed, proposal title, technical and administrative
  points of contact and their addresses with telephone and tax
  number) (2) Table of Contents (3) Statement of Work detailing
  the technical approach which includes a clear statement of
  the problem and the objectives of the effort,  the proposed
  approach and methodology, how the success of the project is
  to be measured, a plan of action and supporting milestones,
  and an explicit indication of any proprietary aspects of the
  proposed effort (including how they might impact the use of
  the project's results by the U.S. Government or its coalition
  partners) (4) Management section to include relevant corporate
  expertise, experience, facilities other than relevant resources,
  organization of the project effort (5) current and past Government
  or commercial contracts, and (6) resumes of key project personnel.
  The cost proposal/price breakdown shall be prepared in accordance
  with FAR 15.804-6 and shall be submitted on a Standard Form
  (SF) 1411 or in a format which includes  the same information
  to complete the SF1411, together with supporting schedules
  and person-hour breakdown per task. Types of contracts anticipated
  to be awarded for this BAA shall be firm fixed price. (c) PREPARATION
  COST: This announcement is an expression of interest only and
  does not commit the government to pay any proposal preparation
  cost for responding to this BAA. Responses should be forwarded
  at no cost to the Government. The cost of preparing proposals
  in response to this announcement is not considered an allowable
  direct charge to any resulting contract or other contract.
  It is however an allowable expense to the normal bid and proposal
  indirect cost as  specified in FAR the normal bid and proposal
  indirect cost as specified in FAR 31.206-18. OFFERORS ARE ADVISED
  THAT ONLY CONTRACTING OFFICERS ARE LEGALLY AUTHORIZED TO CONTRACTUALLY
  BIND OR OTHERWISE COMMIT THE GOVERNMENT. (d) BASIS FOR AWARD:
  The selection of one or more sources for award will be based
  on an offeror's response (both technical and cost aspects)
  to determine the overall merit of the proposal in response
  to the announcement. Technical proposals will be evaluated
  using the following criteria in descending order of importance:
  (1) overall scientific and technical merit of the proposal
  (2) potential contribution to national security (3) the offeror's
  capabilities and  experience and (4) cost realism and reasonableness.
  The following cost evaluation shall be considered: (i) The
  reasonableness and realism of proposed costs and (ii) the availability
  of funds. The technical and cost information will be evaluated
  at the same time. The government reserves the right to select
  for award any, all, part or none of the proposals received.
  Award decisions will be based upon the results from peer review
  panels assembled by ACT of managers, scientists, and operators
  from the U.S. Government and Federally Funded Research and
  Development Centers (FFRDCs) and availability of funds. Multiple
  awards are anticipated. Awards may be made at any time during
   the term of this BAA. No further evaluation criteria will
  be used in selecting the proposal. (e) MISCELLANEOUS: This
  CBD notice itself constitutes the BAA as contemplated in FAR
  6.102(d)(2). The formal RFP or other solicitation regarding
  this announcement will be issued. The last opportunity for
  submitting formal proposals (after favorable paper consideration)
  is 30 Sep 1997. This BAA announcement is open and effective
  until rescinded or extended by a revised announcement, otherwise
  it will be valid until 30 Sep 1997. This is an unrestricted
  solicitation. Historically Black Colleges and Universities
  (HBCU), Small Disadvantaged Business Concerns, Women Owed Business
  Concerns, and Small Disadvantaged Business Concerns, Women
  Owned Business Concerns, and  Small Business Concerns should
  identify themselves and the criteria by which they qualify
  in their technical proposals. Other businesses that have included
  small business, disadvantaged business, or HBCU elements in
  their proposed team should identify them in their proposals.
CITE: (M-345 SN010468)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Army Research Laboratory, ALC Procurement Division, ATTN:
  AMSRL-CS-AL-P, 2800 Powder Mill Road, Adelphi, MD 20783-1197
SUBJECT: A -- FY97 ARL BAA AMENDED SYNOPSIS SOL DAAL01-97-R-ARL
SOL DAAL01-97-R-ARL
POC POC: Karen Wishnow, ARL BAA Coordinator, (301) 394-3690,
  kwishnow@arl.mil.
DESC: FY97 ARL Broad Agency Announcement (BAA) - Amendment 3.
  This synopsis modifies the synopsis previously published in
  the CBD on 20 November 1996 (Amendment 1) and 27 November 1996
  (Amendment 2). The solicitation number identified in Amendments
  1 & 2 should read as follows: DAAL01-97-R-ARL. All responsible
  sources may submit a bid or proposal which will be considered
  by the Agency. No telephone requests will be honored.
CITE: (I-345 SN010511)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Naval Research Laboratory, Attn:Code 3240.WH, 4555 Overlook
  Ave.,SW WASHINGTON DC 20375
SUBJECT: A -- TECHNICAL AND ANALYTICAL SUPPORT SERVICES
SOL N00014-97-R-WH01
POC Wendy Harrison, Contract Specialist, Code 3240.WH, (202)
  767-0394 Mary Ann Carpenter, Contracting Officer, Code 3240.MA,
  (202)767-039.
DESC: CORRECTION: The synopsis previously published in the Commerce
  Business Daily on 15 November 1996 is revised from Full and
  Open Competition to an 100% Small Business Set-Aside.
CITE: (I-345 SN010515)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: 101 West Eglin Blvd, Ste 337, Eglin AFB FL 32542-6810
SUBJECT: A -- ADVISORY AND ASSISTANCE SERVICES
SOL MNK 97-12
POC John Hawk, Contract Specialist, (904) 882-2872, or Lorna
  Tedder, Contracting Officer at (904) 882-2872.
DESC: A request for proposal, F08630-97-R-0025, on the Kinetic-Kill-Vehicle
  Hardware-in-the-loop Simulator (KHILS) Advisory and Assistance
  Services, is contemplated for release 26 Dec 96. All responsible
  sources submitting proposals shall be considered for award.
  It is the Governments intention to award without discussions.
  This effort is for the performance of all hardware-in-the-loop
  (HWIL) simulation design, development, validation, and utilization
  to support test development of guided munition system/subsystems.
  The effort is considered Advisory and Assistance Services (A&AS)
  as the follow-on effort to Wright Laboratories Scientific,
  Engineering, and Technical Assistance (SETA) contract for the
  KHILS facility, identified as Work Unit III and VI under Contract
  Number F08630-91-C-0001. The draft Statement-of-Work for this
  effort is accessible for review on the Eglin AFB Contracting
  Opportunities Homepage at http://eglinpk.eglin.af.mil. Proposals
  shall be submitted no later than (NLT) 12:00 p.m. (Noon) CST
  28 Jan 96. A sources sought synopsis was published 18 OCT 96.
  One award is anticipated with an award date of 31 March 97.
  This contract will have a three year basic duration with two
  one year options. Performance of this contract will take place
  at the Eglin AFB KHILS facility within Wright Laboratory. An
  Ombudsman has been established for this acquisition. The only
  purpose of the Ombudsman is to receive and communicate serious
  concerns from potential offerors when an offeror prefers not
  to use established channels to communicate his concern during
  the proposal development phase of this acquisition. Potential
  offerors should use established channels to request information,
  pose questions, and voice concerns before resorting to use
  of the Ombudsman. Potential offerors are invited to contact
  ASC Eglin's Ombudsman, Colonel Timothy R. Kinney (904) 882-9051
  with serious concerns only. Routine communication concerning
  this acquisition should be directed to the point of contact
  listed below. Written requests for a copy of the RFP shall
  be addressed to WL/MNK, Attn: Mr John Hawk, Building 13, 101
  West Eglin Boulevard, Suite 337, Eglin AFB FL 32542-6810, Telephone
  number (904) 882-2872
CITE: (I-345 SN010525)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Ballistic Missile Defense Organization BMDO (DCT), 1725
  Jefferson Davis Hwy, Suite 1200, Arlington, VA 22202
SUBJECT: A -- NOTIFICATION OF INTENT TO ISSUE A SOLE SOURCE CONTRACT
  MODIFICATION FOR RESEARCH & DEVELOPMENT WORK TO WALES, LTD
  FOR ISRAELI MIDDLE-EAST AND THEATER DEFENSE SA&I  HQ0006-93-C-0015
POC Susan Pollack, (703) 604-4440, CBD Reference Number: 97-05.
DESC: The Ballistic Missile Defense Organization (BMDO) plans
  to award a sole source, firm-fixed price contract modification
  to Wales, Ltd for Systems Architecture and Integration (SA&I).
  This contract modification will have a period of performance
  of two years, from July 1997 through July 1999. This is an
  extension of BMDO contract HQ0006-93-C-0015 with Wales, Ltd.
  Wales, Ltd. is presently performing R&D work integral to the
  Architecture Study for Israeli Middle-East and Theater Defense.
  Under this contract modification, Wales, Ltd. will provide
  system design updates, conformance assurance of related activities,
  and sensitivity studies and analyses for the Israeli Middle-East
  Theater Defense Architecture Study and Development Program.
  See Numbered Note(s): 22.
CITE: (I-345 SN010542)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Defense Advanced Research Projects Agency (DARPA), Contracts
  Management Office (CMO), 3701 N. Fairfax Dr., Arlington VA
  22203-1714
SUBJECT: A -- TECHNICAL AND PROGRAMMATIC ADVICE AND ASSISTANCE
  FOR COMMUNICATIONS TECHNOLOGY
SOL MDA972-97-M-0005
DUE 010597
POC Barbara Meyrowitz, Contracting Officer, (703)696-4434.
DESC: The Defense Advanced Research Projects Agency (DARPA) intends
  to award a sole-source Purchase Order for $99,800.00 with Francis
  J. Schrenk, 15261 Waterwheel Terrace, Woodbridge, VA 22191
  to provide consulting services which involves advising DARPA/Information
  Systems Office (ISO) staff in developing future program strategies.
  Mr. Schrenk's professional background work includes programs
  that are unique to the Information Systems Office such as the
  SPEAKeasy program, the Airborne Communications Node, the SPINNAKER
  program and the High Data Rate Communications Study. This special
  knowledge makes him an essential candidate for the continued
  success of the DARPA program.
CITE: (I-345 SN010546)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Lockheed Idaho Technologies Company, P.O. Box 1625, Idaho
  Falls, ID 83415-3521
SUBJECT: A--MOBILE-BASED NONDESTRUCTIVE ASSAY SYSTEM EVALUATION
SOL CBD058
DUE 010897
POC Michael E. McIlwain 208-526-8130
DESC: Lockheed Martin Idaho Technologies Company (LMITCO) is
  a management and operating contractor for the Department of
  Energy (DOE) at the Idaho National  Engineering Laboratory
  (INEL).  The DOE Characterization, Monitoring and Sensors Technology
  Cross-cut Focus Area, in conjunction with the LMITCO Mixed
  Waste Focus Area (MWFA) intends to evaluate current state-of-the-art
  mobile based nondestructive assay systems presently available
  to assay 55 and 83 gallon waste drums.  The intent is to determine
  status of currently available commercial and governmentally
  developed mobile assay systems for meeting the requirements
  of the Department of Energy's Waste Isolation Pilot Plant (WIPP)
  Waste Acceptance Criteria (DOE/WIPP-069) and Quality Assurance
  Program Plan (CAO-94-1010).  This demonstration may be used
  by the Carlsbad Area Office in support of selecting technologies
  to support mobile characterization requirements defined in
  the National TRU Waste Management Plan (DOE/NTP-96-1204) and
  needs identified in the Mobile Systems Capability Plan (DOE/NTP-96-1202).
   The focus of this demonstration is to select systems for test
  based on criteria that will be provided to those responding
  to this announcement and at an informational session conducted
  at the 5th Nondestructive Assay and Nondestructive Examination
  Waste Characterization Conference in Salt Lake City, Utah on
  January 14-16, 1997.  Based on the results of the response
  to this criteria, systems will be selected to be tested at
  the INEL on surrogate and real waste drums representing waste
  that will be shipped to the WIPP facility for disposal.  Succesful
  applicants will receive partial financial support for performing
  these tests (approximately equal to two people at $90/hour
  for an estimated 35 day test period).  Successful applicants
  will also be required to meet all safety requirements of the
  INEL, which will be evaluated both in writing and visually
  prior to transferring the system to the INEL.  Organizations
  with interest in participating in this program and receiving
  additional information are asked to submit a contact name and
  address to Michael McIlwain, LMITCO, P.O. Box 1625, Idaho Falls,
  ID  83415-3805, (telephone (208)526-8130).  Subsequent information
  may be requested from respondents on their technologies in
  addition to information in the criteria document supplied.
   The preliminary plan for demonstration test calls for measurements
  on each of 33 real waste drums, selected randomly from the
  INEL waste stream inventory, and on 10 simulated "real waste"
  drums.  This request for interested parties will close to response
  30 days after publication.  This call supersedes the announcement
  appearing in the October 21, 1996 edition of the Commerce Business
  Daily, issued by the Special Technologies Laboratory. 
LINK http://wastenot.inel.gov/mwfa
LINKDESC: 
  Program
EMAIL mem@inel.gov
EMAILDESC: 
CITE: (W-345 SN010602)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development--Potential Sources Sought
OFFADD: R&D Contract, Bldg 7, 2530 C Stret WPAFB OH 45433-7607
SUBJECT: A -- ANALYSIS AND SUPPORT INITIATIVE FOR STRUCTURAL
  TECHNOLOGY
SOL N/A
POC Forrest Sandow, Project Engineer, WL/FIBA, (937) 255-5664.
DESC: Notice of Contract Action for ANALYSIS AND SUPPORT INITIATIVE
  FOR STRUCTURAL TECHNOLOGY. The Wright Laboratory, Flight Dynamics
  Directorate, Structures Division (WL/FIB) is contemplating
  the award of a 60 month program for analysis and technical
  effort. The purpose of this program is to conduct quick reaction
  studies and research projects pertinent to four core technology
  areas within the Structures Division. These four areas are
  structural integrity of aging aircraft, structural technology
  integration, extreme environment structures and smart structures.
  A cost-reimbursable, delivery order contract is contemplated
  in order to conduct long/short term quick reaction studies,
  surveys, test planning, model fabrication/modification, testing,
  analyses, assessments, evaluations and research projects pertinent
  to the four core areas. A minimum of four sample orders covering
  key aspects of each core are is envisioned with the solicitation,
  in conjunction with an actual delivery order to be performed.
  Offerors will be required to demonstrate responsiveness to
  each sample order/core area. The contractor will require access
  to a broad range of technical disciplines, planning, scientific
  and technical expertise in order to accomplish these objectives.
  The contractor shall furnish the necessary personnel, material,
  and travel to accomplish and effectively manage work designated
  by means of individual delivery orders issued by the Contracting
  Officer. The contractor shall be required to collect, organize,
  evaluate and disseminate scientific, engineering and program
  management data and information applicable to all aspects of
  aerospace flight vehicle structure design, fabrication and
  certification testing. Responses must demonstrate the respondent's
  experience and knowledge of advanced structures and materials
  disciplines, to include proposed subcontractors, team members
  and other key personnel, and demonstrate how much work they
  would expect to be able to provide by drawing on in-house resources.
  A SECRET security clearance will be required in the performance
  of this work. Firms responding should indicate whether they
  are, or are not, a small business, a socially and economically
  disadvantaged business, a woman owned business, a historically
  black college or university, or minority institution. For this
  item the general definition to be used to determine whether
  your firm is small is as follows: "A small business concern
  is a concern that is independently owned and operated, is not
  dominant in the field of operation in which it is bidding on
  government contracts and with its affiliates, the number of
  employees does not exceed 1000 persons." SIC Code 8731 applies.
  "Concern means any business entity organization for profit
  with a place of business in the United States, its possessions,
  Puerto Rico, or the Trust Territory of the Pacific Islands,
  including but not limited to an individual, partnership, corporation,
  joint venture, association or corporation." The Air Force reserves
  the right to consider a small business set-aside based upon
  responses hereto. Small business respondents should provide
  a statement of capabilities to assist the Air Force in making
  a set-aside decision. Large businesses are only required to
  submit a statement of interest to receive a copy of the Request
  for Proposal (RFP). All respondents shall include in any request
  their assigned Commercial and Government Entity Code. Respondents
  are further requested to indicate their status as a Foreign-owned/Foreign-controlled
  firm and any contemplated use of foreign national employees
  on this effort. Responses should be sent to: ATTN: Genet Stewart,
  WL/FIKA, Bldg 7, 2530 C St, Wright-Patterson AFB OH 45433-7607.
  Non-technical assistance may be secured by calling the above
  individual at 513-255-5901. An Ombudsman has been established
  for this acquisition. The only purpose of the Ombudsman is
  to receive and communicate serious concerns from potential
  offerors when an offeror prefers not to use established channels
  to communicate his concern during the proposal development
  phase of this acquisition. Potential offerors should use established
  channels to request information, pose questions, and voice
  concerns before resorting to use of the Ombudsman. Potential
  offerors are invited to contact ASC's Ombudsman, ASC/SY, Mr.
  Daniel L. Kugel, at 513-255-3855 with serious concerns only.
  Direct all requests for solicitations and routine communication
  concerning this acquisition to contracting office point of
  contact with name, title, address and phone. Closing date for
  submission of responses is thirty (30) calendar days from the
  publication of this notice. Firms should reference FIK 97-01
  (F33615-97-R-3200) in their responses. RFP release for this
  program is projected for 6 March 1997. This program will not
  be republicized prior to solicitation. See Numbered Note(s):
  25.
CITE: (I-345 SN010655)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: EPA, ADP Placement Section (3805F), 401 M St. SW, Washington,
  DC 20460-0001
SUBJECT: B--PROGRAM SUPPORT SERVICES FOR GLOBAL CLIMATE CHANGE:
  METHANE, OTHER GREENHOUSE GASES, AND UTILITY PROGRAMS
SOL W700023B3
DUE 021497
POC Elizabeth L. Roberts, 202-260-2243 Contracting Officer
DESC: The Atmospheric Pollution Prevention Division of the U.S.
   Environmental Protection Agency/Office of Air and Radiation
  has a  requirement for program support services for initiatives
        associated with global climate change: methane, other
         greenhouse gases, and utility programs.  Contractor
  support services will be procured for tasks in the following
  areas: (1) general program activities, (2) analytical work,
  including data collection through measurement programs or
  site studies, (3) logistical tasks, (4) outreach activities,
  (5) modeling and database activities, and (6) conducting site-specific
  feasibility and engineering activities.  A multiple award
  methodology is expected to be employed for this acquisition.
  This methodology will entail making multiple awards of indefinite
   quantity/indefinite delivery contracts under a single solicitation.
  The solicitation is expected to procure a maximum of 275,000
  labor hours (including all option periods) over a five-year
  time frame.  Task orders will issued.  A presolicitation notice
  was issued in the Commence Business Daily on July 30, 1996.
  Electronic versions of the statement of work released under
  the presolicitation notice are located at the address shown
  below. Firms interested in receiving a hardcopy of the  solicitation
  must submit a request in writing or email as shown below.
  The address shown above is incorrect. The correct address is
  US EPA,  Mail Code 3803F Room 716, 401 M St. SW, Washington,
  DC 20460. 
LINK http://www.epa.gov/oamhpod1/global_change/roberts/pssfgcc/index.htm
LINKDESC: 
  related documents
EMAIL Roberts.Elizabeth@epamail.epa.gov
EMAILDESC: 
CITE: (W-345 SN010604)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: EPA, ADP Placement Section (3805F), 401 M St. SW, Washington,
  DC 20460-0001
SUBJECT: B--PROGRAM SUPPORT SERVICES FOR GLOBAL CLIMATE CHANGE:
  METHANE, OTHER GREENHOUSE GASES, AND UTILITY PROGRAMS
SOL W700023B3
DUE 021497
POC Elizabeth L. Roberts, 202-260-2243 Contracting Officer
DESC: The Atmospheric Pollution Prevention Division of the U.S.
   Environmental Protection Agency/Office of Air and Radiation
  has a  requirement for program support services for initiatives
        associated with global climate change: methane, other
         greenhouse gases, and utility programs.  Contractor
  support services will be procured for tasks in the following
  areas: (1) general program activities, (2) analytical work,
  including data collection through measurement programs or
  site studies, (3) logistical tasks, (4) outreach activities,
  (5) modeling and database activities, and (6) conducting site-specific
  feasibility and engineering activities.  A multiple award
  methodology is expected to be employed for this acquisition.
  This methodology will entail making multiple awards of indefinite
   quantity/indefinite delivery contracts under a single solicitation.
  The solicitation is expected to procure a maximum of 275,000
  labor hours (including all option periods) over a five-year
  time frame.  Task orders will issued.  A presolicitation notice
  was issued in the Commence Business Daily on July 30, 1996.
  Electronic versions of the statement of work released under
  the presolicitation notice are located at the address shown
  below. Firms interested in receiving a hardcopy of the  solicitation
  must submit a request in writing or email as shown below.
  The address shown above is incorrect. The correct address is
  US EPA,  Mail Code 3803F Room 716, 401 M St. SW, Washington,
  DC 20460. 
LINK http://www.epa.gov/oamhpod1/global_change/roberts/pssfgcc/index.htm
LINKDESC: 
  related documents
EMAIL Roberts.Elizabeth@epamail.epa.gov
EMAILDESC: 
CITE: (W-345 SN010605)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: DOT, FED HWY ADMN, Office of Acquisition Management,
  400 7TH ST, SW, Room 4410, Washington, DC 20590
SUBJECT: B -- PARTIALLY FUND THE SOUTHERN GOVERNORS' ASSOCIATION
  TASK FORCE ME ETING
SOL DTFH61-97-Q-00042
DUE 123196
POC Stephanie Parker, Contract Specialist, HAM-40G (202) 366-6014.
DESC: The Federal Highway Administration plans to partially fund
  a Task Force Meeting of the Southern Governor's Association
  in January. This meeting will develop recommendations to Governors
  regarding transportation issues which will be incorporated
  into a Report from the Southern Governors' Task Force on Transportation.
  This is a Simplified Acquisition and the anticipated award
  date is 12/31/96.
CITE: (I-345 SN010632)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: GSA, PBS, Property Development (4PCC), Suite 2500, 401
  West Peachtree St., NW, Atlanta, GA 30365-2550
SUBJECT: C--CONSTRUCTION MANAGER AS CONSTRUCTOR (CMC)--ATLANTA,
  GA--NEW INFECTIOUS DISEASE LABORATORY (BUILDING 17) FOR THE
  CENTERS FOR DISEASE CONTROL AND PREVENTION (CDC)
SOL GS-04P-97-EXC-0005
DUE 012297
POC Ronald Butler at GSA, (404) 331-4871, Michael Payne at CDC,
  (404) 639-0314.
DESC: Construction Manager As Constructor (CMc) Services Contract
  for the proposed Infectious Disease Laboratory (Building 17)
  on the Clifton Road Campus of the Centers for Disease Control
  and Prevention in Atlanta, Georgia. This is an unrestricted
  procurement (open to large and small businesses). The scope
  of CM As Constructor services under this proposed contract
  includes Preconstruction Phase Services and Construction Phase
  Services. Preconstruction Phase Services shall include, but
  are not limited to, preliminary evaluation of design development
  documents, consultation during construction document production,
  preliminary project schedule development, recommendations on
  phased construction, review of cost estimates and  preparation,
  development of subcontractor and supplier interest, establishment
  of a negotiated Guaranteed Maximum Price (GMP) and identification
  of long-lead items. Construction Phase Services shall include,
  but are not limited to, administration of the construction
  contract (whether work is performed with the CMc's own forces
  or subcontracted), coordination of regular construction meetings,
  CPM scheduling, daily logs and monthly reports, monitoring
  of construction costs, and other required supplemental services
  if so requested by the Government. The CMc for this contract
  will be competitively chosen using Source Selection procedures.
  For this contract, the evaluation of price (represented by
  the CMc's fee for Preconstruction Phase Services, and fee for
   Construction Phase Services including profit, General Conditions
  and other overhead costs) during the project construction and
  commissioning, will be given equal weight to the technical
  factors listed herein. Progress concept design documents will
  be available to all interested bidders at the Pre-Submission
  Conference described herein. Project Summary. The proposed
  Building 17 will be constructed on a southwest portion of the
  Clifton Road Campus site located at 1600 Clifton Road, Atlanta,
  Georgia. The project consists of a new laboratory building
  primarily to house Biosafety Levels 2 and 3 research laboratories,
  laboratory support space and supporting office space. Due to
  funding the project is being planned in two Phases. Phase I
  is not to exceed  182,000 gross square feet (16,910 square
  meters) while containing 100,000 occupiable square feet (9,290
  square meters). Phase II is not to exceed 87,500 gross square
  feet (8,130 square meters) while containing 48,000 occupiable
  square meters). Phase I of the project will include some upgrades
  to the Central Energy Plant to support the laboratory building.
  The facility will be occupied by certain research branches
  of the National Center for Infectious Disease (NCID). The maximum
  ECC (Estimated Construction Cost) is $40,434,800.00. The ECC
  for Phase II could range from $15,000,000.00 to $22,000,000.00.
  Phase I is designed in such a way as to stand alone due to
  the pending funding status of Phase II. Occupancy is anticipated
  for second  quarter FY 2000. Definition of Construction Manager
  as Constructor. A Construction Manager as Constructor, or CMc,
  is defined as a firm engaged under direct contract to a building
  owner, in this case the General Services Administration (GSA),
  to provide design review, cost estimating, scheduling and general
  construction services and management services. The CMc shall
  be a member of the project development team during the planning,
  design and construction phases, along with GSA and the CDC
  as owner/developer, GSA's selected A-E firm, CRSS Architects,
  Inc. of Greenville, SC, as architects and engineers of record
  and with a building commissioning firm under direct contract
  with the Government as commissioning agents. At the time of
  contract  award, projected to coincide with the start of the
  construction document stage (35% project design complete) the
  CMc's firm price for pre-construction and construction phase
  services will form the basis of the contract. Upon completion
  of the 65% complete construction documents, the CMc shall guarantee
  a maximum project price (GMP) based on the facility described
  in the Government's construction documents and Request for
  Proposals (RFP) package. The contract will be modified to reflect
  the agreed upon GMP. Project development shall occur in general
  conformance with the process described in the American Institute
  of Architects Document A121/CMc (also known as AGC Document
  565), ``Standard Form Of Agreement Between Owner and Construction
   Manager Where The Construction Manager Is Also The Constructor.
  The services requested of the CMc shall cover a wide range
  of design and construction activities, which are often performed
  by both Construction Managers (CMs) and General Contractors
  (GCs). In contrast to a CM that is not also a constructor,
  the CMc is responsible, through design review, involvement
  in the project development and administration of the construction
  for constructing the facility described by the Government at
  or below the defined ECC. Summary of Responsibilities. The
  CMc shall review all construction document submissions for
  constructibility and compliance with the project budget. The
  CMc shall provide independent cost estimates and recommend
  adjustments to the design or  to the estimates prepared by
  the A-E to assure that the project stays within the budgeted
  ECC. The CMc shall provide GSA with sound management advice
  regarding the approach to the project, how to achieve the best
  value in the work being accomplished, necessary actions, schedule
  control, alternative ideas, problem/claim prevention, and budgeting.
  The CMc shall have a full understanding of the project, its
  contract documents, and the principles of Federal construction
  contracting and contract administration. Most importantly,
  the CMc shall have complete responsibility for construction
  of the facility. Project Services. As part of the construction
  contract, the CMc shall provide a wide range of management,
  professional, and construction  services. Services under this
  contract shall consist of Preconstruction Phase Services, and
  Construction Phase Services. The CMc must maintain a team with
  the expertise and capability to manage and coordinate the timely
  and orderly development and construction of the proposed project.
  The contractual requirements of the project include, but are
  not limited to providing those management, administrative,
  and professional services to deliver: CPM  scheduling; participation
  in all construction document production phase team meetings;
  review of all A-E construction document submittals; review
  of all A-E cost estimates; independent pricing of all A-E construction
  document submittals; project scope management; competitive
  selection and procurement of  all necessary sub-contractors;
  provision of all coordination, supervision and direction of
  all sub-contractors; provision for general project construction
  for the entire facility; cooperation and participation with
  the Government's selected commissioning agent for commissioning/inspection/close-out
  services and turnover to designated facility management staff;
  participation in acquisition of Alternative Dispute Resolution/partnering
  consultant and maintenance of construction records and as-built
  drawings and specifications to be turned over to the Government.
  Project Staffing: The CMc shall be required to assign, as needed,
  a team consisting of architectural, civil, structural, mechanical
  and electrical reviewers, cost estimators, CPM  analysts, field
  engineers, field support staff, construction supervisors, construction
  superintendents, testing engineers/technicians, and other disciplines.
  Source Selection Evaluation Criteria: The following criteria
  represents the factors which will be used by GSA's Source Selection
  Evaluation Board in selecting a competitive range of firms.
  These same factors, with appropriate sub-categories, will be
  used by the Source Selection Evaluation Board for the Second
  Stage of the source selection process. Price will also be evaluated
  in the Second Stage. One firm will be selected from the short-listed
  CMc firms at the end of the Second Stage. 1) Qualifications
  and Experience of Key Personnel (250 total points): Summarize
  the Qualifications, professional  designation, experience,
   education, background information, specific assignments, and
  other significant information for key members of the CMc team
  (100 points). For all key personnel, identify the anticipated
  duties of the person as full-time or part-time, identify the
  person as an employee of the CMc firm, a sub-contractor, or
  an employee of a consulting firm, and indicate the specific
  geographic location in which each key team member is now based
  (100 points). Describe your experience with construction projects
  within the same geographic area as Atlanta, GA. Describe your
  knowledge and experience with local markets, subcontractors,
  the general labor market, and local government (50 points).
  2) Experience in Providing Preconstruction Services on  Similar
  Projects (250 total points): Describe your experience and past
  experience in providing Preconstruction Phase services on similar
  complex laboratory projects and with construction costs greater
  than $20,000,000.00. The Offeror is responsible to demonstrate
  how projects they deem ``similar'' are comparable in scope
  and complexity to this project. Provide names, addresses and
  telephone number of the last three clients for which you have
  provided or are now providing similar services (100 points).
  Demonstrate your experience in providing value engineering,
  design oversight and independent cost estimating required to
  maintain a guaranteed maximum price. Describe your experience
  working in a non-adversarial relationship with a building owner
  or  developer as a full partner in the development team (100
  points). Demonstrate your ability to maintain quality and aggressive
  project schedules while controlling costs when providing Preconstruction
  services (50 points). 3) Experience Providing General Construction
  Services on Similar Projects (350 total points): Describe your
  experience with construction of projects using CM as Constructor
  or CM at Risk delivery, or in which you acted as a traditional
  General Contractor. The Offeror is responsible to demonstrate
  how projects they deem ``similar'' are comparable in scope
  and complexity to this project Describe your record in a delivering
  completed projects within fixed schedules and within a guaranteed
  maximum price when providing general construction  services
  (150 points). Describe your experience constructing research
  and containment laboratories or other similar complex laboratory
  projects and with construction costs greater than $20,000,000.00
  (100 points). Provide reliable names, addresses and telephone
  number of the last three clients for which you have completed
  construction of laboratory projects within the past ten years
  (50 points). Describe your firm's use of Alternative Dispute
  Resolution (ADR) or arbitration to avoid litigation. Provide
  a complete list of any construction claims in which you and
  project owners/developers have been party to in the last 10
  years and a synopsis of the outcome. Indicate if any of the
  claims were resolved using ADR or arbitration. (50 points).
  4) CMc's Resources,  Facilities and Technology (150 total points):
  Describe the resources and facilities available to the CMc.
  Describe in-house computer office automation capabilities,
  including Management Information System, such as Prologue 
   Manager, ability to review drawings in an AutoCad Release
  12 or 13 format acceptable to the Government, the ability to
  interface with the Government's Microsoft Excel V.5.0 and WordPerfect
  V.6.0 and Word for Windows V.6.0. software, and the ability
  to send, receive and share data electronically via desktop
  conferencing and white board technologies. 5) SUB-CONTRACTING
  PLAN (G0/NO-GO). In Stage I, each firm must indicate, in writing,
  their intent to submit sub-contracting plans for Stage II,
  in accordance with SFO  requirements. This initial submission
  of intent will serve as one of the GO/NO-GO requirements for
  Stage I. In Stage II of the Source-Selection Process, each
  large business Offeror will be provided for participation by
   Small Business (SB) firms, Small Disadvantaged Business (SDB)
  firms, and Small Women-Owned Business (WOB) firms. This submission
  will serve as the GO/NO-GO requirement for Stage II. Source
  Selection Procedures: Qualified CMc firms expressing an interest
  in the project will be provided one copy of the RFP package.
  Firms wishing to offer must provide Stage I submissions that
  clearly address the rating factors identified above and described
  in greater detail in the SFO. Detailed cost proposals are not
  required with the Stage I submission,  but offerors must provide
  a statement certifying that they can construct the facility
  described in the RFP narrative, drawings and specifications
  for the maximum ECC of $40,434,800.00 or less and submit a
  statement from their Bonding Company stating the CMc's ability
  to obtain a Performance and Payment Bond in that amount. This
  ECC includes all costs including CMc fees. These are GO/NO-GO
  requirements for Stage I. A competitive range of the most highly
  qualified firms will then be established. Those firms will
  be notified, provided with additional design documents, and
  asked to provide additional technical information and cost
  proposals for consideration under Stage II. The Stage II cost
  proposals shall include the Offeror's fee for Preconstruction
   Services and fee for Construction Phase Services (including
  profit, General Conditions and other overhead costs). Firms
  that are determined to be in the competitive range may be interviewed
  at the Clifton Road Campus of the CDC, and final selection
  will be made based on Source Selection procedures with price
  and the collective technical factors listed above considered
  equal. Contract Award: A  contract will be awarded to the selected
  firm to provide Preconstruction Phase and Construction Phase
  services. At the 65% construction document submittal in the
  Preconstruction Services phase, the contract will be modified
  to reflect a negotiated mutually agreed upon Guaranteed Maximum
  Price (GMP). The Government shall reserve the right to terminate
  the contract if the  offered GMP exceeds the ECC. SB, SDB and
  WOB Participation: Although this procurement is unrestricted,
  small and minority-owned firms are strongly encouraged to participate.
  The Government recognizes the talent existing in smaller firms
  and encourages their participation in the construction of Federal
  facilities. Short-listed firms shall provide a brief written
  narrative of their outreach efforts to utilize small disadvantaged
  and small women-owned businesses on this project in Stage II.
  An acceptable Subcontracting Plan shall be agreed upon prior
  to contract award to any large business. Large businesses shall
  be required to demonstrate a proactive effort to achieve the
  following minimum goals for all subcontracted work: SMALL BUSINESSES
  (20%),  SMALL DISADVANTAGED BUSINESSES (5%), AND SMALL WOMEN-OWNED
  BUSINESSES (5%). How to Offer: Potential Offerors having the
  capabilities to perform the services described herein shall
  respond by submitting a one page letter on your company letterhead
  stating your interest in the project. These firms,   along
  with others on the Government's mailing list, will be provided
  a copy of the RFP package, including the design program, concept
  level drawings and specifications, and other information needed
  to offer. Offerors who then wish to submit an offer will be
  required to submit eight (8) copies of a Stage I proposal.
  The proposal should be submitted in an 8-1/2 x 11 spiral bound
  format and should be organized to correspond with the evaluation
  factors  listed above. The forms SF 254 and SF 255 may be utilized
  but are not required. If SF 254 and SF 255 are used, they must
  be current (reflecting a date not more than one year old from
  the month of this notice). Photographs  may be incorporated
  with the text in Sections 8 and 10 of the SF 255 if desired.
  If SF 254 and SF 255 are not utilized, the submission must
  include information responsive to the data requested in each
  section of these forms. The total Stage I submission should
  not exceed 100 pages. Firms who respond to the RFP will be
  required in Stage I to complete a form certifying that they
  can construct the facility described in the SFO narrative,
  drawings and specifications for the maximum ECC of $40,434,800.00
  or less. The SFO will  provide additional information regarding
  the submission format. Additional information will be required
  of firms that are found to be in the competitive  range as
  part of the Stage II evaluation. Participants are strongly
  encouraged to completely review the entire SFO package prior
  to submissions. Interested firms should send a letter of interest
  to the office and address listed below no later than 3:00 p.m.
  EST on December 18, 1996. Stage I submittals are to be received
  no later than 3:00 p.m. EST on January 22, 1997. Only technical
  submittals, along with the required statements, regarding the
  ECC, bonding and Subcontracting Plan) described above, should
  be submitted. Price proposals will not be considered until
  Stage II of the source selection process. All  submittals must
  clearly indicate the solicitation number on the face of the
  envelope. Late submittals will be handled in accordance with
  FAR 52.215-10. A follow-up listing of firms to be interviewed
  will be placed in this publication. A pre-submission conference
  will be held on January 7, 1997 at 1:00 p.m. at the General
  Services Administration--Summit Building, 401 W. Peachtree
  St., NW., 31st fl. Conference room, Atlanta, GA. The project
  site will be available for inspection from 3:30 p.m. to 5:00
  p.m. Please indicate your desired attendance in your letter
  of interest, if you plan to attend this meeting. General Services
  Administration, 401 West Peachtree Street, Suite 2500, Atlanta,
  Georgia 30365, (404) 331-4871, FAX No. (404) 730-2309, Attn.:
    Ronald Butler.
CITE: (M-345 SN010472)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: HSC/PKV, 3207 North Road, Brooks AFB, TX 78235-5363
SUBJECT: C -- WORLDWIDE FULL SERVICE ENVIRONMENTAL REMEDIAL ACTION
  EFFORTS WITH PARTIAL SMALL BUSINESS SET ASIDE
SOL F41624-97-R-8003
DUE 012497
POC Ms. Leticia Walton, Contract Specialist, (210) 536-6507.
DESC: The Environmental Contracting Division (HSC/PKV), Brooks
  AFB, TX in support of the Air Force Center for Environmental
  Excellence (AFCEE) is preparing to release a Request for Proposal
  (RFP) for Worldwide Full Service Environmental Remedial Action
  efforts. The services contemplated are for various environmental
  technologies necessary for compliance and restoration at sites
  in the Continental United States (CONUS), Alaska, Hawaii and
  other locations worldwide. Formal source selection procedures
  will be followed in accordance with Air Force FAR Supplement,
  Appendix BB. Multiple contract awards are anticipated with
  a total program value of $475 million. Specifically, four (4)
  worldwide contracts under full and open competition with a
  total program amount of $400 million and three (3) worldwide
  small business set aside contracts with a total program amount
  of $75 million will be awarded. The Standard Industrial Classification
  (SIC) code for this acquisition is 8744 with an applicable
  size standard of no more than 500 employees. This size standard
  applies for the establishment of eligibility as a small business.
  The contracts are contemplated to be Indefinite Delivery, Indefinite
  Quantity (IDIQ) with multiple contracting arrangements, i.e.
  FFP, CPAF, CPFF and T&M. For purposes of FAR 52.219-14(b)(3),
  "Limitation on Subcontracting," the type of effort is construed
  as construction, therefore, "small business concerns must perform
  at least 15% of the cost of the contract, not including the
  cost of materials, with its own employees." The RFP is projected
  for release on or about 24 Jan 97. The RFP will be issued via
  the SARAH page internet address: http://www.brooks.af.mil/HSC/PKA/programs/ra/.
  It would be greatly appreciated, if interested firms, would
  also register at this address as information concerning this
  acquisiftion will be updated here. Questions should be directed
  to Leticia Walton, Contract Specialist, (210) 536-6507. This
  announcement is based on the most current information available
  at this time. Further updates will be posted on the SARAH Page
  and the AFCEE Home Page. See Note 2.
CITE: (I-345 SN010482)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: U. S. ARMY CORPS OF ENGINEERS, OMAHA DISTRICT, 215 NORTH
  17th STREET OMAHA, NE 68102-4978
SUBJECT: C -- DSN & IMPLEMENTATION OF CONTROL SYSTEM FOR INTEROPERABILITY
  OF ENERGY MANAGEMENT & CONTROL FOR BUILDING 444, DEFENSE FINANCE
  & ACCOUNTING SERVICE (DFAS) - DENVER CENTER, DENVER, COLORADO
SOL DACA45-97-R-0018
POC For further information, contact John M. Miller at: (402)
  221-4176 and for technical questions call Kevin Pace at (402)
  221-4544.
DESC: CONTRACT INFORMATION: Types of services required will include
  site investigations, studies, reports, final design and equipment
  procurement and installation services. Basic contract will
  involve services for one area of Building 444. Services for
  additional areas will be contract options. A Firm Fixed Price
  Contract will be negotiated for these services. Estimated completion
  date for the basic contract is June 1997 with anticipated start
  date of April 1997. Completion of contract options are expected
  to take up to three years. If a large business is selected
  for this project, it must comply with FAR 52.219-9 regarding
  the requirement for a subcontracting plan on that part of the
  work it intends to contract. This plan is not required with
  this submittal. The subcontracting goals for this contract
  are that a minimum of 55% of the contractor's intended subcontract
  amount be placed with small businesses (SB), 8.5% be placed
  with small disadvantaged businesses (SDB) and 3% be placed
  with women-owned small businesses (WOSB). PROJECT INFORMATION:
  Project consists of the evaluation of the availability, reliability,
  functional capability range of functions, performance and workability
  of LonMark compatible control devices. The selected A-E will
  be required to design, install and test a system to monitor
  and control fire detection system, lighting, heating ventilating
  and air conditioning equipment. This control system must be
  comprised of LonMark compatible components interconnected using
  commonly available interface technologies. The system will
  use components from multiple manufacturers in order to evaluate
  the inter-connectibility between manufacturers, installation
  flexibility, installation time and ease of maintenance and
  operation. The design will incorporate equipment operational
  sequences from previous drawings, specifications and design
  analysis for the Energy Management and Control System (EMCS)
  Upgrade at the DFAS - Denver Center in Denver, Colorado. The
  basic contract will include two multi-zone air handling units,
  one lighting zone, alarm system interface and central station
  equipment. There will be approximately 10 other areas within
  Building 444 which will be included as contract options. In
  order to implement the open protocol technologies anticipated
  in this phase of the project, the staff of the selected A-E
  must complete or have completed the following manufacturers
  approved system integration and software development training
  courses: LonWorks System Integration Course - five days, two
  people and Lonworks Technology course - four days, one person.
  The courses must be completed prior to the start of work or
  no later than 30 days after contract award. Previous training
  must have been completed within two years prior to contract
  award. SELECTION CRITERIA: See Note 24 for general selection
  process. Criteria for selection, in order of importance, are:
  (a) Recent specialized experience and technical competence
  of the firm (including consultants) in: (1) LonWorks technology
  (2) EMCS design and installation (3) Computer language programming
  (4) Design and installation of Local Area Networks (LAN) (5)
  Projects requiring continuous operation of facilities during
  design (6) Technical analysis of existing EMC Systems (7) Producing
  Computer Aided Drafting and Design (CADD) drawings fully compatible
  with AUTOCAD version 13 or later. (b) Knowledge of the locality
  of the DFAS - Denver Center. (c) Capability of the firm (including
  consultants) in project scheduling and management in the following
  areas: (1) Timeline development, phasing and planning of similar
  projects (2) Effective oversight of the project team (3) Effective
  management of field changes and modifications (4) Ability to
  maintain continuance of critical computer operations during
  performance of the contract (5) Effective quality control (d)
  Professional qualifications and specialized experience of the
  proposed project team staff members (including consultants)
  in the following areas: (1) Design and installation with LonMark
  compatible devices (2) Completion of LonWorks training courses
  (3) Control systems computer language programming (4) EMCS
  design and installation (5) HVAC temperature control systems
  design and installation (6) Lighting system design and installation
  (7) Fire detection system design and installation (8) Management,
  including analysis projects (9) On-site design and field work
  (e) Capacity to perform the work in the required time. (f)
  Past performance as described in Note 24. (g) Location in the
  general geographic area of the project. (h) Extent of participation
  of SB, SDB, historically black colleges and universities, and
  minority institutions in the proposed contract team, measured
  as a percentage of the estimated effort. (i) Volume of DOD
  contract awards in the last 12 months as described in Note
  24. SUBMITTAL REQUIREMENTS: Solicitation packages are not provided
  for A-E contracts. This is not a request for proposal. Firms
  desiring consideration shall submit two copies of a combined
  SF 255 and separate SFs 254 for prime and each consultant.
  To be considered, submittals must be addressed as follows:
  U.S. Army Corps of Engineers, Omaha District, CEMRO-ED-C, ATTN:
  John M. Miller, 215 N. 17th Street, Omaha, NE 68102-4978. Submittals
  must be received no later than close of business on the 30th
  day after the date of publication of this announcement. If
  the 30th day is a Saturday or Sunday or a federal holiday,
  the deadline will be the close of business on the next business
  day. In block 10 of the SF 255, provide the following: (a)
  Design Management Plan (DMP). The DMP should be brief and address
  the scheduling and management capability of the firm as listed
  in evaluation criterion (c). Include an organization chart
  showing the inter-relationship of management and various team
  components (including subcontractors). (b) The firm's present
  workload and the availability of the project team (including
  consultants) for the specified contract performance period.
  In block 3 of SF 255 provide the submitting firm's number (six
  or seven digits) assigned by the North Pacific Division, U.S.
  Army Corps of Engineers, for the Architect-Engineer Contract
  Administration Support System (ACASS) and the firm number for
  any consultants in block 6 of the SF 255. If unknown, so state.
  To receive information to obtain an ACASS number, call (503)
  326-3459. Personal visits for this solicitation to the Omaha
  District offices or the project site will not be scheduled.
  See Numbered Note(s): 24.
CITE: (I-345 SN010543)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: John F Kennedy Center for the Performing Arts, Office
  of Contracts, 2700 F Street, N.W., Washington, DC 20566
SUBJECT: C -- INDEFINITE DELIVERY TASK ORDER CONTRACT FOR A/E
  SERVICES AT KE NNEDY CENTER AND SURROUNDING SITE
SOL JFKC01-97-R-0017
DUE 121696
POC Darlene Watson, Contract Specialist, (202) 416-7928, or Valerie
  Veatch, Contracting Officer (202) 416-7912.
DESC: Solicitation JFKC01-97-R-00017, POC Darlene Watson 202-416-7928.
  The announcement which appeared in the CBD on 22 October 1996
  is amended as follows. The closing date for receipt of Standard
  Form 254 and 255 and other materials is changed to 3:30 p.m.
  on 17 December 1996. PROJECT INFORMATION: Title is amended
  to read: Indefinite delivery task order contract for architect
  and engineering services for continued repair to correct deficiencies
  in life safety, security, accessibility, visitor services,
  and systems at the Kennedy Center and surrounding site. Submit
  four (4) copies of the SF-254, SF-255 and other materials.
  The estimated value of each A/E contract is approximately $2,000,000
  per year. The total value of the multi-award will not exceed
  $5,000,000 per year.
CITE: (I-345 SN010636)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: Dept. of Veterans Affairs Medical Center, 10000 Brecksville
  Road, Brecksville, Ohio 44141
SUBJECT: C -- RENOVATE AMBULATORY CARE - WADE PARK
SOL 541-125-97
DUE 011097
POC Jeanelle Wright, (216) 838-6091
DESC: The Architect/Engineer shall develop preliminary plans,
  working drawings, specifications, cost estimate and construction
  period services for the above mentioned project. A/E shall
  have principal qualifications in design and construction, general
  building remodeling including hospital facilities and also
  experience in designing for energy conservation. Building systems
  including electrical, plumbing, HVAC mechanical and structural,
  JCAHO requirements and Life Safety Code. The A/E project team
  shall include a certified industrial hygienist (CIH) for asbestos
  survey and development of abatement/removal plans and/or lead
  based paint abatement plans, if necessary as well as possible
  monitoring of either type of abatement during construction.
  The estimated cost of construction is between $1,000,000 and
  $2,000,000. Joint venture and/or firm consultant arrangements
  will be considered and evaluated on a demonstrated interdependency
  of the members to provide a quality design effort. Responses
  must be received no later than January 10, 1997. A/E firms
  which meet the requirement in the announcement are invited
  to submit a completed SF-254 and SF-255 (Total of two copies)
  to the person/address identified above. (1) Team proposed for
  this project; (2) Previous experience of the team proposed
  for this project; (3) proposed design approach for this project;
  (4) Location and facilities of working office; (5) Cost control;
  (6) Estimating effectiveness; (7) Schedule control. This acquisition
  is unrestricted as to business size. SIC 8712 applies.
CITE: (I-345 SN010639)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: John F Kennedy Center for the Performing Arts, Office
  of Contracts, 2700 F Street, N.W., Washington, DC 20566
SUBJECT: C -- INDEFINITE DELIVERY TASK ORDER CONTRACT FOR A/E
  SERVICES AT KE NNEDY CENTER AND SURROUNDING SITE
SOL JFKC01-97-R-0017
DUE 121696
POC Darlene Watson, Contract Specialist, (202) 416-7928, or Valerie
  Veatch, Contracting Officer (202) 416-7912.
DESC: Solicitation JFKC01-97-R-00017, POC Darlene Watson 202-416-7928.
  The announcement which appeared in the CBD on 22 October 1996
  is amended as follows. The closing date for receipt of Standard
  Form 254 and 255 and other materials is changed to 3:30 p.m.
  on 17 December 1996. PROJECT INFORMATION: Title is amended
  to read: Indefinite delivery task order contract for architect
  and engineering services for continued repair to correct deficiencies
  in life safety, security, accessibility, visitor services,
  and systems at the Kennedy Center and surrounding site. Submit
  four (4) copies of the SF-254, SF-255 and other materials.
  The estimated value of each A/E contract is approximately $2,000,000
  per year. The total value of the multi-award will not exceed
  $5,000,000 per year.
CITE: (I-345 SN010640)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: DEPT OF VETERANS AFFAIRS, 16111 Plummer St., Sepulveda,
  CA 91343
SUBJECT: C -- A/E SERVICES FOR FIRE ALARM PANEL REPLACEMENT
SOL N/A
POC Mike McGinley, 818/895-9354, Contracting Officer
DESC: Original CBD ad of 12/5/96 is modified to add the requirement
  of including a Licensed Industrial Hygienist and a Fire Protection
  engineer (FPE) on the A/E Design Team. All other terms and
  conditions remain unchanged.
CITE: (I-345 SN010654)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction--Potential
  Sources Sought
OFFADD: U.S. ARMY ENGINEER DIVISION, BUILDING 230, ATTN: CEPOD-ET-MA,
  FT SHAFTER HI 96858-5440
SUBJECT: C--INDEFINITE DELIVERY ARCHITECT-ENGINEER SERVICES FOR
  TOPOGRAPHIC, CADASTRAL, HYDROGRAPHIC, AND AERIAL PHOTOGRAMMETRIC
  SURVEYS AND MAP DIGITIZATION IN SUPPORT OF VARIOUS PROJECTS
  IN PACIFIC REGION
SOL DACA83-97-R-0006
DUE 010997
POC HAROLD NAKAOKA (808) 438-0021 (Site Code XXCA83)
DESC: Indefinite Delivery Architect-Engineer Services Contract
  for Topographic, Cadastral, Hydrographic, and Aerial Photogrammetric
  Surveys and Map Digitization in Support of Various Projects
  in the Pacific Region. 1. CONTRACT INFORMATION: Architect-Enginer
  services procured in accordance with PL 92-582 (Brooks A-E
  Act) and FAR Part 36, are required for various surveying and
  mapping (military with some civil works) projects within the
  Pacific Region (to include Japan and Korea). An indefinite
  delivery contrct will be negotiated and awarded with a base
  period not to exceed one year and two option periods not to
  exceed one year each. The amount of work in each contract period
  will not exceed approximately $1,000,000. Work will be issued
  by negotiated firm fixed-price task orders, with maximum amount
  not to exceed the annual contract amount. The Government obligates
  itself to obtain no less than $20,000 in services duringthe
  term of the base year and $10,000 in services during the term
  of each option year. The Government may exercise a contract
  option before the expiration of the base contract period or
  preceding an option period if the contract amount for the base
  period r preceding an option period has been exhausted or nearly
  exhausted. The contract is anticipated to be awarded in June
  1997. This announcement is open to all businesses regardless
  of size. The wages and benefits of service employees (see FAR
  22.10) performing under this contract must be at least equal
  to those determined by the Department of Labor under the Service
  Contract Act. 2. PROJECT INFORMATION: Wrk includes A-E services
  for preparation of topographic, cadastral, hydrographic, and
  aerial surveys and maps. Services may also include digitization
  of maps. Selected projects may be developed using the metric
  system of measurements. Compatibility with spcific computer-aided
  drafting and design (CADD) systems and format is required.
  3. SELECTION CRITERIA: See Note 24 for the general selection
  process. The PRIMARY selection criteria in descending order
  of importance are: (a) professional qualifications of the firm's
  staff/consultants to be assigned to the projects; (b) specialized
  experience of the firm in performing and preparing the specified
  services r products listed above; (c) the firm's past performance
  on DoD and private sector contracts (cost control, quality
  of work, and compliance with schedule); (d) capacity of the
  firm to accomplish work in the required time (size of firm,
  workload, etc.); and(e) knowledge of the locality of the projects.
  The SECONDARY selection criteria in descending order of importance
  are: (a) location of the firm; (b) volume of recent DoD work;
  and (c) participation of SB, SDB, historically black colleges
  and universities, and minority institutions in the proposed
  contract team, measured as a percentage of the estimated effort.
  Offeror must provide adequate documentation in blcks 7g and
  10 of the Standard Form 255, Architect-Engineer and Related
  Services Questionnaire for Specific Project, to illustrate
  the extent of participation with the above-mentioned groups
  in terms of the percentage of the total anticipated contract
  effor. The selected firm, if a large business firm, must comply
  with FAR 52-219-9 regarding the requirement for a subcontracting
  plan on that part of the work it intends to subcontract. The
  subcontracting goals for this contract are that a minimum of
  50% of the contractor's intended subcontract amount be placed
  with small business (SB), which includes small disadvantaged
  businesses (SDB), and 30% be placed ith SDB. The subcontracting
  plan is not required with this submittal but the successful
  large business firm must submit an acceptable plan before any
  award can be made. 4. SUBMISSION REQUIREMENTS: Firms desiring
  consideration must submit a Standard Form 25 no later than
  4:00 p.m., Hawaiian Standard Time, by the due date shown above
  or within thirty (30) calendar days from date of this announcement,
  whichever is later. Should the due date fall on a weekend or
  holiday, the submittal package will be due the first workday
  thereafter. All responding firms must also include completed
  Standard Form 254s for themselves and their subconsultants,
  if not already on file ith the Pacific Ocean Division. Submittals
  will be sent to the following address: U.S. Army Engineer Division,
  Building 230, Room 202, Attn: CEPOD-ET-MA, Fort Shafter, Hawaii
  96858-5440. Small and disadvantaged firms are encouraged to
  participate as prime ontractors or as members of joint ventures
  with other small businesses. All interested contractors are
  reminded that the successful contractor will be expected to
  place subcontracts to the maximum possible extent with small
  and disadvantaged firms in accordance with the provisions of
  Public Law 95-507. For further information regarding this proposed
  acquisition, telephone (808) 438-0021. Request for Poposal
  No. DACA83-97-R-0006 shall be utilized to solicit a proposal
  from the firm selected. This is not a request for a proposal.
CITE: (I-345 SN010577)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction--Potential
  Sources Sought
OFFADD: US ARMY CORPS OF ENGINEERS, CHIEF, CONTRACTING DIVISION,
  P.O. BOX 2711, LOS ANGELES CA 90053-2325
SUBJECT: C--CIVIL (COASTAL) ENGINEERING FOR CIVIL WORKS PROJECTS
SOL DACW09-97-R-0013
DUE 011197
POC A/E Contracting Branch, James W. Hogan, Jr. (213) 452-3244
  or Maricela Zamora, (213) 452-3250, Technical Information,
  Chuck Mesa (213) 452-3678 (Site Code DACW09)
DESC: 1. CONTRACT INFORMATION: Architect-Engineer Services (Brooks
  A-E Act, PL 92-582) for Indefinite Delivery Contracts for Civil
  (Coastal) Engineering for Civil Works Projects at Various Locations
  in the Los Angeles District (Southern California) (BLOCK  of
  SF 255). The work and services will be for Civil Works projects.
  This announcement is open to all businesses regardless of size.
  If a large business is selected for this contract, it must
  comply with FAR 52.219-9 regarding the requirement for a subcontacting
  plan on that part of the work it intends to subcontract. The
  subcontracting goals for this contract are that a minimum of
  60% of the contractor's intended subcontract amount will be
  placed with small businesses (SB), including small disadvantaged
  businesses (SDB), 10%, and woman-owned businesses (WOB) 5.0%.
  The plan is not required with this submittal. There will be
  two (2) indefinite delivery contracts for rchitect-Engineer
  (A-E) Services. The top ranked firm will be awarded the first
  contract. There will be a delay, not to exceed twelve months,
  between the award of the first and second contract. The General
  Requirements (Appendix A) are similar for both conracts. Ordinarily,
  task orders will be placed with the top ranked firm. However,
  a task order may be placed first with the other contract if
  the top ranked contractor does not have the capacity to complete
  the task order in the required time period, the top ranked
  contractor has performed unsatisfactorily on previous task
  orders under the subject contract, and or significantly less
  work has been placedunder the other contract. Yearly cumulative
  amount of individual task orders per contract not to exceed
  $1,000,000.00. The contracts will include an option for extension
  for second and third year with additional amount for each optional
  year not to exceed 1,000,000.00. If contract amount for the
  base year period or preceding option year periods has been
  exhausted or nearly exhausted the Government has the option
  to exercise contract options before the expiration of the base
  year period or preceding option year periods. The estimated
  contract start date is Jun 97 for a period of 12 months (through
  Jun 98). Work is subject to availability of funds. Estimated
  onstruction cost is not applicable. 2. PROJECT INFORMATION:
  The work and services shall consist of coastal and oceanographic
  engineering studies which will require capabilities in marine
  field data collection, surveying, and mapping for navigation
  and shor protection Civil Works projects at various locations
  in the Los Angeles District (Southern California). Specific
  types of marine field data collection include: multi-beam and
  single beam bathymetric sonar, side scan sonar, geophysical
  sub-bottom profiling, beach and surf zone bathymetric profiling,
  tidal and water level instrumentation, ocean wave and/or current
  instrumentation, and sediment tracer instrmentation. The firms
  selected for these contracts will be expected to submit a quality
  control/quality assurance plan and to adhere to it during the
  work and services required under the contract. In Block 10
  of the SF 255 describe the firm's Design QualityControl Plan
  (DQCP), including Design Quality Assurance Plan (DQAP) of subcontractor(s)
  work. The plan must be prepared and approved by the Government
  as a condition of contract award, but is not required with
  this submission. 3. SELECTION INFORMATION: See Note 24 for
  general selection process. The selection criteria are listed
  below in descending order of importance. Criteria A through
  E are primary. Crteria F through H are secondary and will only
  be used as "tie-breakers" among technically equal firms: A.
  Professional Qualifications in: (1) Civil Engineering including
  Coastal and/or Ocean Engineering, (2) Marine Geophysicist,
  (3) Marine and/or Land Survying. Supporting disciplines will
  include Digital Signal Processing. B. Specialized experience
  and technical competence in: (1) multi-beam and single beam
  bathymetric sonar applications and analysis, (2) side scan
  sonar applications and analysis, (3) marine geophysical interpretation
  and analysis, (4) kinematic Differential Global Positioning
  System capabilities, (5) electronic navigation control capabilitie,
  (6) full heave/pitch/roll motion compensation capabilities,
  (7) digital signal processing capabilities to reduce/decimate/analyze
  oceanographic field data described in this solicitation, and
  (8) specialized equipment typically associated with the types
  o marine field data collection described in this solicitation.
  C. Capacity to accomplish the work and services in the required
  time and the availibility of an adequate number of personnel
  in key disciplines. D. Past performance on DoD and other contracts
  with respect to cost control, quality of work, and compliance
  with performance schedules. E. Knowledge of the locality such
  as hydrographic features, climtic conditions, oceanographic
  conditions, and ellipsoidal and geoidal differences. F. Geographic
  proximity (physical location) of the firm to the location of
  the project(s). G. Extent of participation of SB, SDB, historically
  black colleges and universitie, and minority institutions in
  the proposed contract team, measured as a percentage of the
  estimated effort. H. Volume of DoD contract awards in the last
  12 months as described in Note 24. All firms that submit an
  SF 255 shall be notified with a post card acknowledging receipt
  of their response. The firms which are not recommended by the
  Pre-Selection Board to the Selection Board for further consideraton,
  shall also be notified with a post card. The firms which are
  considered by the Selection Board but are not ranked for negotiation
  shall be notified with a post card. The firms which are ranked
  for negotiation but are not selected for an award shall be
  otified after the award of the contract. The contract award
  shall be announced in the Commerce Business Daily. Consistent
  with the Department of Defense policy of effecting an equitable
  distribution of contracts among qualified Architect-Engineer
  firms including small, disadvantaged owned firms and firms
  that have not had prior DoD contracts (see Note 24), qualified
  small disadvantaged firm will receive cosideration during selection
  and all other selection evaluation criteria being equal, also
  participation in a joint venture may become a determining factor
  for selection. Therefore, all offerors' submittals should specifically
  identify in the appropriate potions of the SF 255 all proposed
  small disadvantaged firm participation in the proposed activity
  to be accomplished by the contractor (See Note 24). The Los
  Angeles District and Minority Business Development Agency are
  working with local Business Development Centers (BDC's) to
  provide assistance to Small Disdvantaged Business Concerns
  to participate in Government contracts. Information provided
  by calling he office shown. 4. SUBMISSION REQUIREMENTS: Interested
  A-E firms having the capabilities for this work are invited
  to submit one (1) completed Standard Form (SF) 254 and 255,
  revised editions dated November 1992, Architect-Engineer and
  Related Services Qustionnaires for the prime and one (1) SF
  254 for each subcontractor/consultant, by addressing a transmittal
  letter to the office shown. Lengthy cover letters and generic
  corporation brochures, or other presentations (such as BINDING
  of SF 254 and 255) beyond those to sufficiently present a complete
  and effective response are not desired. Phone calls and personal
  visits are discouraged. Response to this otice must be received
  within 30 calendar days from the date of issuance of this synopsis.
  If the 30th day is a weekend day or a Federal Holiday, the
  deadline is the close of business of the next business day.
  Include ACASS number of the office that will prform the work
  in Block 3b. Call the ACASS center at (503) 326-3459 to obtain
  a number. No other general notification will be made of this
  work. Solicitation packages are not provided for A-E contracts.
  Firms desiring consideration shall submit appropriate data
  as described in numbered Note 24.
CITE: (I-345 SN010581)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: Naval Security Station, 3801 Nebraska Avenue, Code 52,
  Building 18, Washington, DC 20393-5440
SUBJECT: D--AUTOMATIC DATA PROCESSING TELECOMMUNICATION SERVICES
DUE 021796
POC Ms. Ermine B. Mikell, (202) 764-0780/0781 or Mr. Allison
  E. Friloux, Jr., Contracting Officer, (202) 764-0780/2475.
DESC: Lan Support Services and Maintenance to provide on-site
  technical support. Network workstation, Hub/Router maintenance
  (labor and parts) will be provided and shall keep the equipment
  in good operating condition. Statement of work provided upon
  request.
CITE: (M-345 SN010570)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: U.S. Postal Service, Purchasing Service Center,  225
   N. Humphreys Blvd., Memphis, TN 38166-6260
SUBJECT: D--LICENSING AGREEMENT FOR USPS FASTFORWARD SOFTWARE
SOL 475630-96-A-G382
POC Gwen Wilson, Purchasing Specialist, (901) 747-7549.
DESC: The purpose of this amendment to Solicitation No. 475630-96-A-G382
  for the FASTforward(SM) Licensing Agreement is as follows:
  Effective immediately, for the first 200 qualifying MLCOR presort
  mailers that are successfully licensed by the USPS prior to
  July 1, 1997 no  license fee payment will be required until
  July 1, 1997. To be considered successfully licensed, all terms,
  conditions, and requirements of the FASTforward(SM) License
  must be met. This offer is valid only for the first 200 potential
  licensees which have: 1. Completed and submitted the Vendor
  Self-Certification Statement And Application Form to the USPS
   Contracting Officer on or before January  15, 1997. 2. Made
  a written commitment to their MLOCR vendor(s) requesting FASTforward(SM)
  interface upgrades for their equipment. 3. And, are subsequently
  FASTforward(SM) licensed prior to July 1, 1997. Qualification
  for this offer will be determined based upon the date the Vendor
  Self-Certification Statement and Application Form is received
  by  the USPS Contracting Officer.
CITE: (M-345 SN010588)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: Department of Veterans Affairs Medical Center, 423 E.
  23rd St., New York, NY 10010
SUBJECT: D -- DSS NETWORK SUPPORT
SOL BIO630-02-97
DUE 010197
POC Cynthia McClarin
DESC: The Department of Veterans Affairs Medical Center, New
  York, NY intends to negotiate a sole source contract to Integrated
  Strategies and Support Inc. (incumbent) for DSS network support.
  Closing date is 12/18/97. Interested concerns having the ability
  to provide equal service should submit their request by fax
  (212) 951-3289.
CITE: (I-345 SN010634)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services--Potential Sources Sought
OFFADD: NASA Langley Research Center, Bid Distribution Office,
  MS 126, Hampton, Virginia 23681-0001
SUBJECT: D -- STRUCTURAL ACOUSTIC OPTIMIZATION SOFTWARE
SOL N/A
POC NASA Langley Research Center, Industry Assistance Office,
  MS 144, 757- 864-2461, Hampton, VA 23681-0001.
DESC: The National Aeronautics and Space Administration (NASA)
  seeks to transfer into commercial application software entitled
  "Structural Acoustics Optimization (SAOpt)" for minimizing
  noise transmission in structural acoustics problems. Lockheed
  Martin Aeronautical Systems Co. has assigned the copyright
  for SAOpt to NASA and it is therefore available for copyright
  licensing. A Technical Briefing will be held at Langley Research
  Center on January 6, 1997 to provide interested companies the
  opportunity to learn about this technology and the process
  that will be followed to establish licenses for commercialization.
  THE SAOpt SOFTWARE - The SAOpt software is designed to work
  with today's structural and acoustic codes for noise prediction
  optimizing a process to integrate acoustic considerations into
  the vehicle design process. The result gives designers of aircraft
  and land vehicles the ability to define the design relationships
  between structural design and low frequency noise reduction.
  Research using this software has shown that noise reduction
  can be achieved with little or no impact on weight and structural
  integrity. POTENTIAL COMMERCIAL USES - The algorithm and modeling
  codes within the SAOpt software are not restricted to interior
  problems. Therefore, the potential application of the technology
  is significantly greater than transportation vehicles, and
  includes the full range of consumer and commercial products
  where noise control or noise tailoring is a concern. BENEFITS
  - This software automatically seeks optimal solutions for complex
  designs. Previous techniques have relied on iterative and separate
  analyses of structural and acoustic effects. While the technology
  developed to date has been principally focused on reducing
  interior noise in aircraft, in fact, the technology is applicable
  to any noise reduction problem - for both interior and exterior
  spaces. THE TECHNOLOGY - SAOpt consists of a suite of optimization
  algorithms integrated with computational tools such as finite
  element and boundary element methods for the acoustic solution.
  Existing technology has been integrated to produce the computational
  algorithm using commercially available code including: MSC/NASTRAN
  (developed by MacNeal-Schwendler Corp.) as the Finite Element
  Method (FEM) structural tool, COMET/Acoustics (developed by
  Automated Analysis Corp.) as the Boundary Element Method (BEM)
  acoustics tool, and CONMIN as the nonlinear optimization tool.
  Several other optimization algorithms are currently under development
  to be integrated into the software, providing the ability to
  optimize problems when sensitivity derivatives are not available.
  A UNIX shell script is used to control and coordinate the iterative
  design process, integrating these programs. The script has
  been designed to allow for easy plug-in of other FEM or BEM
  structural or acoustic solutions, increasing the versatility
  of the software. This integrated design tool may represent
  a unique capability within the aerospace industry. General
  capabilities of SAOpt include optimization for minimum noise,
  weight, or combined noise and weight objectives. Constraints
  can be included as bounds on design variables, or on weight,
  noise or structural integrity/stress. Optimization can be performed
  at a single frequency or within a prescribed frequency bandwidth
  (called multi-frequency). OPTIONS FOR COMMERCIALIZATION - This
  technology opportunity is part of the NASA Technology Transfer
  Program. The program seeks to stimulate development of commercial
  applications from NASA-developed technology. The program goal
  is to assure that the NASA-developed software is deployed in
  the private sector to the benefit of U.S. industry. In addition,
  NASA seeks to directly benefit from the commercial versions
  of the code that is currently offered. There are a variety
  of licensing options available that will be fully explored
  at the briefing. INTELLECTUAL PROPERTY United States copyright
  in the Structural Acoustics Optimization (SAOpt) Software.
  COMMERCIAL OPPORTUNITY PROGRAM (COOPPR) - The Langley Research
  Center's Commercial Opportunity Program is designed to present
  government-developed technology to the private sector. It does
  so by integrating the combined interests and talents of Langley
  management, technical staff, Patent Counsel, and the Technology
  Applications Group to match potential firms with identified
  NASA proprietary technologies which are available for licensing
  and commercialization. 1. HOW THE PROGRAM WORKS - NASA identifies
  companies with experience and competence in related technologies,
  and a track record in commercializing similar products. Candidate
  companies should also be financially sound and have effective
  marketing organizations. After attending a technical briefing,
  those companies interested in joining with NASA in a Joint
  Space Act development Agreement, and the accompanying license
  agreement, will be invited to submit detailed plans for commercializing
  the proposed technology. Thus, Langley's Commercial Opportunity
  Program leads to a working partnership between industry and
  NASA to transfer advanced and commercially valuable technology
  to the private sector for commercial product applications.
  2.WHAT YOU NEED TO DO - Companies interested in attending a
  technical briefing on January 6, 1997 to learn more about the
  Structural Acoustics Optimization Software should contact:
  NASA Technology Applications Team, Research Triangle Institute,
  Attn: C. Gary Hughes, P.O. Box 12194, Research Triangle Park,
  NC 27709, TEL: (919) 541-7205, FAX: (919) 541-6221, email:
  hughes@rti.org. The briefing will be held at Langley Research
  Center, Hampton, Virginia, from 9:00 AM to 12:00 noon on January
  6, 1997. Afternoon appointments will be available for private
  discussion. 3. WHAT YOU NEED TO KNOW - NASA intends to commercialize
  this technology by copyright license and/or Joint Space Act
  Development Agreement. Following the briefing, companies will
  be invited to submit a commercialization plan for joint development
  and a copyright license agreement to Robin W. Edwards, Mail
  Stop 212, NASA Langley Research Center, Hampton, VA 23681-0001.
  Commercialization plans will be reviewed by an in-house evaluation
  team of civil service NASA employees composed of representatives
  from the following: Technology Applications Group, Patent Counsel,
  and the Structural Acoustics Branch. The evaluation team may
  consult with outside advisors as required. Following selection,
  a Federal Register notice of intent to grant license will be
  published.
CITE: (I-345 SN010618)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: E--Purchase of Structures and Facilities
OFFADD: 204 siginaka way sitka, ak 99835
SUBJECT: E -- FURNISH AND DELIVER FOUR (4) PREFABRICATED STEEL
  BRIDGES.
SOL R10-03-97-01
DUE 021397
POC poc: linda spitzler 907-747-4277.
DESC: Furnish and deliver four (4) prefabricated steel bridges
  with bridge railings, treated timber footings with backwalls
  and place in designated storage area at the log transfer facility
  located at Port Frederick, Alaska. Bridges are to be fabricated
  in accordance with specifications. One (1) prefabricated bridge
  is seventy feet in length; two (2) bridges are forty feet in
  length and one (1) bridge is fifty feet in length. IFBs may
  be requested by fax at (907) 747-4289, Attn: Contracting. We
  anticipate issuance of this solicitation on 1/13/97.
CITE: (I-345 SN010491)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: USDA - Forest Service, 4931 Broad River Road, Columbia,
  South Carolina 29210-4021
SUBJECT: F -- GROWING CONTAINER LONGLEAF SEEDLINGS
SOL RFP-12-97-10
DUE 011597
POC Contact Contracting Officer Delia K. Heath at (803) 561-4000
  for information. For solicitations and/or plans contact Ruby
  Little at (803) 561-4017.
DESC: The Francis Marion and Sumter National Forests plan to
  contract for Growing Containerized Longleaf Pine Seedlings.
  The contractor shall furnish all labor, supervision, supplies,
  equipment, fertilizer, insecticides, herbicides, and other
  materials necessary to grow 1-0 containerized longleaf pine
  seedlings. The contractor shall sow seed, culture the seedlings,
  extract plugs from containers, pack, store and load seedlings
  for shipment. Contractor shall arrange shipping for containerized
  longleaf pine seedlings unless otherwise notified by the Contracting
  Officer. Shipping cost is not included in the quoted price.
  No materials or labor will be furnished by the Government unless
  specifically identified in the Government Furnished Property
  Clause.
CITE: (I-345 SN010544)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: Idaho Panhandle National Forests, 3815 Schreiber Way,
  Coeur d'Alene, Idaho 83814-8363 15
SUBJECT: F -- WEEDING OF TREE SEEDLINGS AND PROTECTION OF SOWN
  SEED/PREDATORY CONTROL
SOL RFP R1-04-97-27
DUE 020597
POC Contact Contract Clerk (208) 765-7497
DESC: Weeding of Tree Seedlings (approximately 21 acres 1-0 stock
  and approximately 31 acres other stock) and Protection of Sown
  Seed/Predatory Control (approximately 20 acres) in Kootenai
  County, Idaho. Estimated starting date April 15, 1997. One
  year contract with 2 option years. No show me trip is scheduled
  at this time, contact Cleve Chatterton or Shelly Kimball, Coeur
  d Alene Nursery, Idaho Panhandle National Forests, (208) 765-7388
  for additional information. See Note(s): 1.
CITE: (I-345 SN010658)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: DOT--Maritime  Administration, 201 Mission Street, Room
  2200, San Francisco, CA 94105
SUBJECT: J--PROVIDE ENGINEERING/DRAWING SERVICES FOR THE TRAINING
  SHIP GOLDEN BEAR AND PERFORM ANNUAL REGULATORY SURVEYS, MAIN
  AND AUXILIARY PROPULSION SYSTEM REPAIRS AND HABITABILITY SPACE
  UPGRADES
SOL DTMA94-97-Q-00001 AND DTMA94-97-B-00002
DUE 122796
POC Pat Russo, (415) 744-2593, To expedite requests use fax number,
  (415) 744-2576.
DESC: Provide engineering services to support specification preparation
  for repair solicitation. The solicitation number for these
  services is DTMA94-97-Q-00001. Provide all labor, material
  and equipment necessary to perform annual regulatory surveys,
  main and auxiliary propulsion system repairs  and habitability
  space upgrades. A separate solicitation will be issued for
  the  preceding work description--DTMA94-97-B-00002. Work location
  will be aboard the vessel at its mooring at the California
  Maritime Academy, Vallejo, Ca. Any interested firm may request
  a copy of the solicitation for work on this vessel and all
  responsible  offerors may submit bids which shall be considered
  by the agency. Please request a copy of the solicitation by
  letter or facsimile to  (415) 744-2576. The Maritime Administration
  requires that to be eligible for award under this solicitation
  offerors must: Be holders of the Marad Master Lump Sum Repair
  Agreement (MLSRA) or shall apply for and agree to the terms
  and conditions of the MLSRA. Offerors may accept the MLSRA
  with their bid: non holders shall provide all annual representations
  and certifications as required by the MLSRA. NOTE: For Minority,
  Women-Owned and Disadvantaged Business Enterprises: The Department
  of Transportation (DOT) Office of Small and Disadvantaged 
  Business Utilization (OSDBU), has a program to assist minority,
  women-owned and disadvantaged business enterprises to acquire
  short-term working capital assistance for transportation-related
  contracts. Loans are available under the DOT Short Term Lending
  Program (STLP) at prime  interest rates to provide accounts
  receivable financing. The maximum  line of credit is $500,000.
  For further information and applicable forms concerning the
  STLP, please call the OSDBU at (800) 532-1169.
CITE: (M-345 SN010561)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Commander, Naval Sea Systems Command, SEA 02631H,  2531
  Jefferson n Davis Hwy,  Arlington, VA  22242-5160
SUBJECT: J--MAINTENANCE, REPAIR, AND RESTORATION OF A/N37U-1
  MOORED MINE CLEARING SETS
SOL N00024-97-G-6369
POC Ms. Janel Hradecky, SEA 02631H, (703) 602-0951, Contracting
  Officer, Mr. Steve Caracciolo, (703) 602-0951.
DESC: The Naval Sea Systems Command intends to issue orders on
  multiple e occasions over the period of Basic Ordering Agreement
  N00024-97-G-6369 with Government Systems Segment, A Business
  Unit of Analysis & Technology, 258 Bank Street, New London,
  CT 06320. Orders will be issued for:  Engineering Change Kits;
  Repair, Restoration, and/or Modification Services; Maintenance
  Support Material; Installation and Checkout Kits; and Engineering
  Services.  Orders will be issued pursuant to 10 U.S.C. 2304(c)(1).
  Government Systems Segment (GSS) is the sole designer and manufacturer
  of the A/N37U-1 Moored Mine Clearing Set.  As such, GSS is
  the only company which currently possesses the in-depth technical
  knowledge of the equipment requirement to satisfactorily perform
  the work under the orders contemplated herein.  No other source
  has the technical qualifications and necessary resources to
  perform the work described herein, nor will any other supplies
  or services satisfy the Navy's requirements. Companies interested
  in subcontracting opportunities should contact GSS directly.
CITE: (I-345 SN010567)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: DIRECTORATE OF CONTRACTING, BUILDING 622, FT STEWART
  GA 31314-5189
SUBJECT: J--REFURBISH PETROLEUM LABORATORY
SOL W80H6M-6325-1000
POC Sandy Sanders (912) 767-1868 Contracting Officer Connie L.
  Skipper (912) 767-1868 (Site Code DAKF10)
DESC: The Army intends to solicit and award a contract on a Sole
  Source basis to Engineered Air Systems, Incorporated, 1270
  North Price Road, St. Louis, Missouri 63132 to Refurbish One
  (1) Trailer Mounted Petroleum Laboratory. The work shall be
  completed wthin 260 calendar days after contractor receives
  the laboratory at his facility. The SIC for this project is
  7699. All responsible business concerns may submit a bid. There
  is a non-refundable fee of $10.00 for the solicitation package.
  Please submit by copany check, certified or cashier check or
  money order made payable to: TREASURER OF THE UNITED STATES.
  NO CASH will be accepted. All requests must be in writing to
  the above address. When requesting a package, please indicate
  the synopsis number DAKF10-97-#-0003, and give a
CITE: (I-345 SN010585)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Corporate Jet Aerospace Inc, 2300 Horizon Drive, Fort
  Worth Tx 76177-5300
SUBJECT: J--MAJOR PEROIDIC INSPECTION & VARIOUS SERVICES ON ONE
  (1) LEARJET 35A  
SOL RFP SOL CJI-0004-FY97
DUE 010697
POC Mr. Marvin Tuomala, (817)837-2105
DESC:  Corporate Jets Aerospace,Inc.,under Contract No.DEA-93-C-0001,intends
  to issue a subcontract for services to conduct a 300 Hour Airframe
  Inspection and various other services on one(1)Learjet 35A
  airplane owned and operated by the Federal government. All
  responsible sources interested in receiving this Solicitation
  package shall submit a written request on company letterhead
  that contains the following information: (1)Soliciation Number,
  (2)Name of the Point of Contact, (3)Point of Contact's telephone
  number, (4)Facsimile number, (5)a brief description on the
  Offeror's qualifications and certifications relating to this
  Solicitation package, (6)business type(small, small disadvantaged,
  or large), and (7)signed by a responsible company offical.
  Only written or faxed requests for copies will be accepted,
  no telephone calls please.Fax Number:(817)837-2252.      
LINK http://cbdnet.access.gpo.gov
LINKDESC: 
CITE: (W-345 SN010587)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Department of Veterans Affairs Medical Center, 423 E.
  23rd St., New York, NY 10010
SUBJECT: J -- BLOOD CELL COUNTERS
SOL BIO630-03-97
DUE 011897
POC Kim Stevens
DESC: The Department of Veterans Affairs Medical Center, New
  York, NY intends to negotiate a sole source contract to Coulter
  Electronics Inc. (incumbent) for preventive maintenance on
  two (2) Coulter blood cell counters. Interested concerns should
  submit requests via fax (212) 951-3289. Closing date 12/18/96.
CITE: (I-345 SN010644)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: DOT/Volpe National Transportation Systems Center, 55
  Broadway, Kendall Square, Cambridge, MA 02142
SUBJECT: J -- INSTALLATION & START-UP TO CONVERT R12 REFRIGERANT
  TO R134A REFRIGERANT FOR COOLERS ON ARMY LSV 4 WATERCRAFT
SOL DTRS57-97-Q-80055
DUE 123196
POC Karen Marino, Purchasing Agent, (617)494-2437.
DESC: The Volpe Center plans to procure through Simplified Acquisition
  procedures the installation and start-up of prototype replacements
  to convert from the R-12 refrigerant to R-134A refrigerant
  for coolers and R-404A refrigerant for freezers. Four units
  of equipment in the Army watercraft LSV 4 will be retrofitted
  under this contract, this involves the removal and replacement
  of the existing R-12 condensing units with new R-134A or R-404A
  condensing units. The work will be performed in the watercraft
  dockside at Ft. Eustis, VA. Removal, modification, and start-up
  shall begin on or about February 3, 1997 and shall be completed
  within two weeks. Small Business firms under SIC Code 1711
  that are interested in proposing on this requirement must request
  a Request for Quotation (RFQ) in writing. Quotation issuance
  date will be on or about December 31, 1996. A single award
  will result from this quotation. NO telephone requests will
  be accepted - only written requests for this quotation will
  be accepted - however, we will accept requests for this quotation
  via facsimile, at (617)494-3649, ATTN: Karen Marino, DTS-852.
CITE: (I-345 SN010649)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Navy Public Works Center Code 826 Bldg 343 2730 McKean
  St. Ste 1 San Diego CA 92136-5294
SUBJECT: J -- RETROFIT TWO MCQUAY WATER CHILLERS
SOL N63387-97-Q-Q040
DUE 122796
POC Tony Zamora, Purchasing Branch Supervisor, (519)545-9411,
  FAX: (619)545-0243.
DESC: 2 EACH Retrofit two McQuay Model PEH050 centrifugal water
  chillers from R-12 to HFC134A non-CFC refrigerant. Copies of
  this solicitation will be provided in response to written or
  faxed requests. Telephone requests will not be honored.
CITE: (I-345 SN010661)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: M--Operation of Government-Owned Facilities
OFFADD: Fleet and Industrial Supply Center, San Diego, Bid Officer,
  937 N. Harbor Drive, San Diego, CA 92132-0212
SUBJECT: M--NAVAL COMMUNICATIONS STATION TECHNICAL CONTROL FACILITY
SOL N00244-97-R-5062
DUE 031197
POC Fax Solicitation Request to Bid Officer (619) 532-2575, or
  call (619) 532-2692; Contract Specialist Gerri Thornton (619)532-2560;
  Contracting Officer, S.K. Wasson
DESC: Operation and maintenance services for the Naval Communications
  Station Stockton Technical Control Facility, AN/FSC-79 SATCOM
  Earth Terminal, AN/WSC-5 Satellite Transceiver and Designed
  Assigned Multiple Access (DAMA) system.  A Top Secret clearance
  is required. Requirement will include facility maintenance
  and support services. Site visit and pre-proposal conference
  will be announced in the solicitation (est. 2/11/97).  Performance
  is estimated to begin with phase-in on 1 Sep 97, full performance
  by 1 Oct 97, for a base year and three option years.  This
  procurement is being conducted under the Commercial Activity
  OMB A-76 guidelines to determine if performance by contract
  or government is more advantageous.  Unrestricted.  The solicitation
  is available on the internet at http://www.sd.fisc.navy. mil.
   Attachments will be forwarded by the Bid Officer.
CITE: (I-345 SN010595)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: N--Installation of Equipment
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.
SUBJECT: N -- MODERNIZATION OF FOUR ELEVATOR CONTROLLERS
SOL IFB No. 9714
DUE 020497
POC Contact Procurement Division, (202) 226-2557
DESC: Furnish all labor, equipment and materials and perform
  the work for the modernization of four (4) elevator controllers
  in the James Madison Memorial Building of the Library of Congress,
  Washington, D.C. Bidders are strongly urged to perform a field
  inspection of the site of work and to attend a Pre-Bid Conference
  scheduled to be held on Tuesday, January 7, 1997 at 10:00 a.m.,
  local time at Washington, D.C. Information concerning the meeting
  may be obtained by telephoning Mr. James G. Moore, Assistant
  Head, Elevator Engineering, at (202) 225-3988. NOTE: Requests
  for the solicitation package may be made via FAX 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-345 SN010520)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: N--Installation of Equipment
OFFADD: Arnold Engineering Development Center, ATTN: PKP, 100
  Kindel Drive, Suite A332, Arnold AFB TN 37389-1332
SUBJECT: N -- IMPRESSED CURRENT CATHODIC PORTECTION SYSTEMS
SOL F40650-97-Q-0013
DUE 012297
POC Sue Tate, Contract Specialist, (615)454-7801
DESC: This procurement is for the materials, labor, fabrication,
  and installation of an impressed current cathodic protection
  system for each of nine hydraulic elevator cylinders. This
  work will be done at Arnold Air Force Base, Tennessee. Performance
  period is 150 calendar days after notice to proceed. Magnitude
  of this project is $25,000 - $100,000. Requests must be made
  in writing and may be faxed to (615)454-7330. Requests must
  be received no later than 15 days after publication of this
  notice.
CITE: (I-345 SN010638)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: Commander (fcp), U.S. Coast Guard, Maintenance and Logistics
  Command Atlantic, 300 East Main Street, Suite 965, Norfolk,
  VA 23510-9113
SUBJECT: Q -- OPTOMETRY SERVICES
SOL DTCG84-97-R-3KB821
DUE 021197
POC Contact Maria Otero, Contract Specialist at 757/628-4117/Marie
  A. Gilliam, Contracting Officer at 757/628-4117.
DESC: Provide Optometry Services for the U.S. Coast Guard ATC
  Mobile, Mobile AL on a routine, part-time basis each Wednesday
  and Friday, six (6) hours per day, to all beneficiaries referred
  by the professional staff of the Health Services Clinic. The
  contract performance period will begin approximately 01 April
  1997 or date of award, whichever occurs later, through 30 September
  1997 with four (4) one-year options. The SIC Code is 8042 with
  $5 million or less average annual receipts for small businesses
  within the last three (3) fiscal years. This solicitation will
  be issued on or about January 10, 1997. All requests for solicitations
  shall be submitted in writing and shall indicate that the business
  is a small business. Facsimile requests may be transmitted
  to (757) 628-4134. Any correspondence shall reference solicitation
  number DTCG84-97-R-3KB821. All responsible small business concerns
  may submit an offer which will be considered by this agency.
  "The Department of Transportation (DOT), Office of Small Disavantaged
  Business Utilization (OSDBU), has a program to assist minority,
  women-owned and disavantaged 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 rates to provide accounts receivable
  financing. The maximum line of credit is $500,000. For further
  information and applicable forms concerning the STLP, call
  the OSDBU at (800) 532-1169." See Note (1)
CITE: (I-345 SN010513)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: Commander (fcp), U.S. Coast Guard, Maintenance and Logistics
  Command Atlantic, 300 East Main Street, Suite 965, Norfolk,
  VA 23510-9113
SUBJECT: Q -- MEDICAL LABORATORY TECHNOLOGIST
SOL DTCG84-97-R-3KB899
DUE 012297
POC Contact Xiomarys Vargas, Contract Specialist at (757) 628-4118/Marie
  A. Gilliam, Contracting Officer at (757) 628-4109.
DESC: The Maintenance and Logistics Command Atlantic intends
  to award a nonpersonal services contract to the qualified individual
  or business capable of providing non-personal outpatient Medical
  Laboratory Technology services to all eligible beneficiaries
  at the U. S. Coast Guard Training Center, Cape May, New Jersey
  in accordance with the established principles, practices, and
  ethics of the Medical and Medical Laboratory Technology profession.
  The Statement of Work, in addition to the specific services
  required, will be provided in the solicitation. The performance
  period will be for a base year plus four (4) twelve month option
  periods. The SIC Code is 8099. This solicitation will be issued
  on or about December 23, 1996. Request for solicitation must
  be in writing. Telephone requests will not be honored. Facsimile
  requests may be transmitted to (757) 628-4134; Attn: Xiomarys
  Vargas; however, the MLCLANT assumes no responsibilty for the
  receipt of facsimile transmissions. "This Notice is for informational
  purposes for Minority, Women-Owned and Disadvantaged Business
  Enterprises: The Department of Transportation (DOT), Office
  of Small Disadvantaged Business Utilization (OSDBU), has a
  program to assist minority, women-owned and disadvantaged business
  enterprises to acquire short-term working capital assistance
  for transportation-related contracts. Loans are available under
  the DOT Short-Term Lending Program (STLP) at prime interest
  rates to provide accounts receivable financing. The maximum
  line of credit is $500,000. For further information and applicable
  forms concerning the STLP, call the OSDBU at (800) 532-1169.
  For information concerning the acquistion, contact the contracting
  official listed above." Any correspondence concerning this
  acquistion shall reference Request For Prospal (RFP) Number
  DTCG84-97-R-3KB899. All responsible sources may submit an offer
  which will be considered by this agency. See Numbered Note(s):
  1
CITE: (I-345 SN010545)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: Social Security Administration, Office of Acquisition
  and Grants, 1710 Gwynn Oak Avenue, Baltimore, Md. 21207-0696
SUBJECT: Q -- MEDICAL CONSULTANT SERVICES--OTOLARYNGOLOGY
SOL SSA-RFP-97-2922
DUE 012697
POC Christine Nagengast Tel: (410) 965-9520
DESC: The Social Security Administration (SSA) intends to procure
  the services of Medical Consultants in the specialty of Otolaryngology.
  Consultation services shall be oral or written from the review
  of SSA disability case files.  There will be no contact with
  patients. Competitive pricing will be solicited and accepted.
   The period of performance shall be one year from 06/01/97
  or date of award, with provisions for the inclusion of two
  one-year option periods. SSA-RFP-97-2922 is scheduled for release
  on or about 12/26/96 with proposals due on or about 01/26/97.
   Only written requests for solicitation SSA-RFP-97-2922 will
  be accepted 20 days from date of this publication.  Requests
  can be faxed to (410) 966-9310, or mailed to the address listed
  above.  No telephone requests will be honored. This requirement
  is a 100% small business set-aside.  Proposals received from
  other than small business will be deemed unacceptable and given
  no further consideration.   This solicitation will be available
  for download in electronic form on the SSA Acquisition Data
  and Information Exchange Bulletin Board System.  For access,
  dial (410) 966-4889 within the Baltimore, MD area or 1-800-SSA-SHELL
  for other access.  Set your modem to 8 data bits, no parity,
  1 stop bit (8-N-1), full duplex and VT-100 or ANSI terminal
  emulation.  Further instructions are available on line.   For
  technical assistance, call the SYSOP at (410) 965-8086.  The
  solicitation will also be available for downloading from SSA's
  Acquisition Information Home Page at http://www.ssa.gov/oag/oag1.htm.
   Please note that the solicitation version on the bulletin
  board will not include the SF-33, Solicitation, Offer and Award.
LINKURL: http://www.ssa.gov/oag/oag1.htm
LINKDESC: 
CITE: (I-345 SN010593)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Commander, Naval Sea Systems Command, SEA 0264A,  2531
  Jefferson Davis Hwy,  Arlington, VA  22242-5160
SUBJECT: R--PROFESSIONAL, ADMINISTRATIVE, AND MANAGEMENT SUPPORT
  SERVICES
SOL N00024-97-R-6405
POC Mike Shaffer, Contract Specialist (0264A), (703)602-7703
DESC: The announcement originally appearing on 04 November 1996,
  and updated on 22 November 1996 in the Commerce Business Daily
  under this heading is hereby indefinitely suspended.
CITE: (I-344 SN010226)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: DLA Administrative Support Center (DASC), Office of Contracting
  (DASC-CP), 8725 John J. Kingman Rd., Suite 0119, Ft. Belvoir,
  VA 22060-6220
SUBJECT: R -- CONTRACTS FOR ADVISORY AND ASSISTANCE SERVICES
  (CAAS) FOR REENGINEERING AND OUTSSOURCING ANALYSIS
SOL SP4700-96-R-0034
POC Gene Breaux, Contract Specialist, (703)767-1195, Kevin P.
  Conneen, Contracting Officer, (703)767-1165
DESC:  Correction: This action originally publicized in the
  CBD                                                       
     dated 26 July 1996 is changedHOW THIS MODIFICATION NOTICE
   WILL APPEAR IN THE CBD The Defense Logistics Agency (DLA)
  has an ongoing need for contracts for advisory and assistance
  services for Headquarters DLA and primary level field activities
  in support of reengineering and/or                        
               outsourcing of Agency business areas.  DLA's responsibilities
  include: inventory control management of 3.6 million consumable
  items; distribution services for the full range of military
  assets for the Department of Defense; reutilization and disposal
  of excess military property; and statutorily mandated stockpiles
  of strategic and critical materiels.  The Agency is capitalizing
  on private sector expertise by exploiting emerging technologies
  and management techniques such as direct vendor delivery,
  prime vendor, supply chain management, flexible manufacturing,
  total asset visibility, electronic commerce/electronic data
  interchange,  electronic catalogs, activity based costing
  and third party logistics. We have identified             
                      a need for expert guidance and analysis
  to advance DLA's progress in                              reengineering
  selected business areas in order to improve support      
  to our customers and reduce overall Agency operating costs.
                                                        This
  will include a requirement for contractor support in the areas
  of: identifying best commercial practices; performing business
  case, economic                                   and market
  analysis; developing rationale for outsourcing or retaining
                                  in-house; identifying best-in-class
  service providers; training; developing                   
            metrics and assessing performance; facilitating conferences
  and studies;                                       and recommending
  innovative business and financial arrangements for        
                                  tapping into the private sector.The
  type of skills necessary to perform                       
                 this work may include personnel with strong
  educational backgrounds who                               
      have extensive experience with Fortune 250 companies and
  Defense                                          components
  such as: principals, senior managers, project managers,   
                                              senior consultants,
  consultants, senior program analysts, program analysts    
                                  and technical specialists.
   We anticipate a multiple award task order type contract 
  for a period of one base year with four one year option periods,
   to be awarded using best value source selection procedures.
                                    Task orders will be issued
  for specific projects to successful contractors.          
                           The Defense Logistics Agency will
  be the primary agency supported                           
                     by this solicitation. However, other DLA
  elements as well as other DoD activities, and Federal Civilian
  Agencies may also receive support. All parties desiring request
  for proposal SP4700-96-R-0034, must  make their request via
  the internet to the DASC-C Homepage at  http://www.dasc.dla.mil/dascc
       Registration is available on the Homepage  under the
  solicitations icon. NO telephone requests will be honored.
  The solicitation  and other pertinant information will be
  available on the DASC-C Home page in the near future *****
   MMMM  
LINK http://www.dasc.dla.mil/dascc
LINKDESC: 
EMAIL gene_breaux@hq.dla.mil
EMAILDESC: 
CITE: (W-345 SN010467)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Department of Veterans Affairs, Stratton VA Medical Center,
  113 Holland Avenue, Albany, NY 12208-3410
SUBJECT: R -- A/E SERVICES - PROJECT 500-201
SOL 500-AE-201
DUE 011497
POC Joseph Turton, (518)462-3311, Ext 2612 FAX (518)462-0051
DESC: Stratton V.A. Medical Center, Albany, NY 12208 is seeking
  qualified architect engineer firms to provide technical services
  for the design and development of Project 500-201, Renovate
  Outpatient Surgical Suite at Bldg. #1 of the VA Complex. The
  proposed work scope of Project 500-201 requires renovation
  of approximately 14,000 gross square feet in the Operating
  Room Suite, including demolition and replacement of existing
  walls, ceilings, and floors and mechanical equipment; reconfiguration
  ofexisting space for more efficient utilization; upgrading
  electrical service and lighting systems; and asbestos abatement.
  An industrial hygienist will be required on the proposed A/E
  Team for this Project. The A/E Contract will be awarded in
  two successive phases. Phase I shall address all issues pertaining
  to the renovation work, develop a scope of work, a conceptual
  design, and a construction cost estimate. Phase II shall consist
  ofthe design/development of construction drawings and specifications
  and construction period services. The following Evaluation
  Criteria will be used during the A/E selection process;(1)
  Specialized experience of the firm to perform the work required;
  (2) Capacity of the firm to perform the work within required
  time frames; (3) Past performance; (4) Specific experience
  and qualifications of the proposed personnel assigned to the
  Project Design Team; (5) Geographic location of the firm's
  working office in relation to the renovation site; (6) Demonstrated
  success in prescribing the use of recovered materials, and
  using waste reduction and energy efficiency in facility design.
  THIS IS NOT A REQUEST FOR PROPOSALS. Firms desiring consideration
  shall shall submit appropriate data described in Numbered Note
  24. Submit data to: VA Contracting Officer (90C), Project 500-AE-201,
  Stratton VA Medical Center, 113 Holland Avenue, Albany, NY
  12208.
CITE: (I-345 SN010479)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: NCCOSC RDTE Division, Code D214B, 53570 Silvergate Avenue,
  Bldg. A33, San Diego, CA 92152-5113
SUBJECT: R -- C2P/CDLMS LIFE CYCLE SUPPORT AND TECHNICAL DEVELOPMENT
SOL N66001-97-R-0152
POC POC Ms. Maria Papet, Code D211, Contract Specialist, (619)553-3385.
  Ms. Melissa Cleland, Contracting Officer.
DESC: R - C2P/CDLMS Life Cycle Support and technical Development
  Services, POC Maria Papet, D211, 619-553-3385. The Naval Command,
  Control and Ocean Surveillance Center Research Development
  Test and Evaluation Division (NCCOSC RDTE) seeks sources for
  and is planning to acquire Command and Control Processor (C2P)/Common
  Data Link Management System (CDLMS) Life Cycle Support and
  Technical Development services. The proposed contract is intended
  to provide contractor support for the maintenance and modification
  of the C2P computer program in both the UYK-43 and Rehost versions,
  and the planned product improvement of the C2P by the addition
  of the CDLMS. Services include Engineering Change Proposal
  (ECP) support for C2P; CDLMS; Network Design Aid (NDA); Communications
  Planning Aid (CPA); Debugging of software; system and software
  modification; software delivery of computer programs to ship
  and shore sites; software maintenance and support; software
  configuration management; system documentation; and technical
  support at tactical data link meetings. A competitive Request
  for Proposal (RFP) is planned for February 1997 for a four
  year indefinite delivery contract (including options). Potential
  offerors must possess a SECRET clearance. U.S. Companies Only
  (NOFORN). The scope of effort that is to be contracted for
  will require respondent to be capable of rapidly committing
  a team of between 30 and 50 highly skilled technical personnel
  with expertise in the following technical disciplines: Data
  Link Communications Engineers, Software Engineers, and Computer
  Systems Analyst Programmers with extensive CMS-2, CDS, and
  Tactical Data Link Implementation experience. Interested firms
  are invited to submit their responses to the sources sought
  in writing to NCCOSC RDTE DIV, Attn: Maria Papet, Code D211,
  53570 Silvergate Ave., Bldg. A33, Room 1602W, San Diego, CA,
  92152-5166. Respondents should submit two (2) copies of their
  qualification packages. Responses should include brochures,
  drawings, and other substantive information demonstrating the
  contractor's ability to provide the aforementioned requirements.
  Please do not upload comments to the NCCOSC Bulletin board.
  Proprietary data submitted in response to the synopsis will
  be protected when clearly identified as such. This is not a
  request for proposals nor does the Government intend to pay
  for any information solicited. The information received under
  this announcement will not be used to qualify any source. It
  is for planning purposes only. knowledgment of receipt will
  not be made, nor will telephone inquiries by honored.
CITE: (I-345 SN010483)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: R -- CHILD WAITING CENTER
SOL N00406-97-R-4034
DUE 020197
POC M. Klose
DESC: Child care services in accordance with the statement of
  work within a solicitation document. Minimum of two care givers
  at seven hours a day, five days a week. Furnish weekly work
  schedule of child care providers for child waiting center at
  naval hospital, bremerton. The child waiting center will provide
  short-term care (approximately one two hours) child care solely
  for patients being seen at the naval hospital bremerton. The
  services specified in the contract shall be performed according
  to established principles and ethics of the child care services
  profession. The quality of child care provided shall meet or
  exceed the current recognized standards established by applicable
  federal laws and by all pertinent directives of the department
  of defense and department of the navy. Contractor is responsible
  for first aid/CPR certification of child care providers and
  background checks on child care provider. The service contract
  act requirements are applicable with wage determination no.
  94-2559, latest revision. Duration of contract period-shall
  be effective from date of award through one year thereafter.
  This requirement will also include the option of one additional
  year for child care services. FOB destination - child waiting
  center, naval hospital, building HP87, boone road bremerton
  wa 98312-1898 all responsible sources may submit (offer/bid/quotation)
  which shall be considered by naval supply center puget sound.
  Telephone requests will not be honored. Fax requests will be
  honored.
CITE: (I-345 SN010541)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: U.S. ARMY SOLDIER SYSTEMS COMMAND, ACQUISITION DIRECTORATE,
  ATTN AMSSC-AD, NATICK MA 01760-5011
SUBJECT: R--TASK ORDER SUPPORT SERVICES
SOL DAAK60-97-R-9604
DUE 122796
POC Contract Specialist XINIA B. LLOVET-ZURINAGA (508) 233-4146
  (Site Code DAAK60)
DESC: In conjuction with the SBA the SIC code previously published
  on 25 October 1996 subject as above is changed from 8731 to
  8711. This acquisition will be conducted under full and open
  competion; however, the goals for Small and Small Disadvantage
  Businss Subcontracting Plan are changed to 30 percent for Small
  Business and 5 percent for Small Disadvantage Business on a
  total value of the contract basis. Firms that have previously
  requested a copy of the draft solicitation package DO NOT NEED
  TO REQUEST AAIN as they have been included on the solicitation
  mailing list. New requests for copies of the draft/final RFP
  must be submitted in writing via facsimile (508 233-5286) or
  e-mail (xllovetz@natick-emh2.army.mil) requests are acceptable.
  The draft solicitation is scheduled to be released on or about
  6 January 1997. The draft solicitation will include a copy
  of the solicitation mailing list. Comments on the draft slicitation
  are required to be received no later than two days prior to
  the pre-solicitation Industry Conference that is tentatively
  scheduled to be held on or about 21 January 1997.
CITE: (I-345 SN010578)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Federal Aviation Administration, 800 Independence Avenue,
  S.W., Washington, D.C., 20591
SUBJECT: R -- AMENDMENT 0003 TO THE NATIONAL AIRSPACE SYSTEM
  IMPLEMENTATION SUPPORT CONTRACT II (NISC II) REQUEST FOR INFORMATION
SOL DTFA01-96-R-340N2
DUE 013197
POC Mr. Brian Anderson, ASU-340, Federal Aviation Administration,
  800 Independence Avenue, S.W., Washington, D.C.  20591, phone
  (202) 267-7540
DESC: The Federal Aviation Administration (FAA) will be issuing
  Amendment 0003 to Request for Information (RFI) DTFA01-96-R-340N2
  within one week.  Amendment 0003 to the RFI document provides
  information concerning Organizational Conflict of Interest
  (OCI) issues, sets a tentative date for the upcoming Bidders
  Conference and a general update of milestones concerning the
  follow-on NISC acquisition. This is NOT a request for proposals.
   The Government does not intend to award a contract on the
  basis of this solicitation or to otherwise pay for the information
  solicited.  Availability of any formal solicitation will be
  announced separately.  This synopsis is for informational purposes
  ONLY, and this announcement does not constitute a contract
  or an offer to contract by the Government of any kind. This
  RFI is not to be construed as a commitment by the Government.
  The RFI is available on the internet at URL "http://www.faa.gov/asu/asu300/nisc/rfi-nisc.htm"
  (lower case) where it can be read and selectively copied or
  downloaded.  Interested parties in the NISC Program are assumed
  to be capable of accessing the RFI through the internet.  Amendments
  will be posted to this internet site as they occur.  Interested
  parties should check this site frequently for changes in that
  the mailing list described in Section 1.6 of the RFI will no
  longer be maintained.  To ensure you are viewing the most recent
  version of the RFI, press the reload option on the toolbar
  of you WEB browser.  A diskette version of the RFI is also
  available from the contracting officer.  Forward any comments
  via E-mail to the contracting officer at  "brian.anderson@faa.dot.gov",
  or mail to: Federal Aviation Administration, ATTN: Brian Anderson
  (ASU-340), Contracting Officer, 800 Independence Ave., SW,
  Washington, DC 20591.  All comments provided will be subject
  to release pursuant to the provisions of the Freedom of Information
  Act.  Do not submit any business sensitive or proprietary information.
   The FAA reserves the right to use or not use any specific
  ideas that are provided.  A summary of changes to the RFI is
  also provided in Section 4.2 of the RFI.
LINKURL: http://www.faa.gov/asu/asu300/nisc/rfi-nisc.htm
LINKDESC: 
CITE: (I-345 SN010611)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: NIH, OPM, 6120 Executive Blvd, Rockville, MD 20892-7260
SUBJECT: R -- TEMPORARY SECRETARIAL SERVICE
SOL 263-97-B-(AB)-0012
DUE 122096
POC Miss Ann Bryant, Contract Specialist, National Institutes
  of Health, Office of Procurement Management, 6120 Executive
  Blvd., EPS/802, Rockville, MD 20892, 301/402-3080.
DESC: Temporary Secretarial Services. Requirement shall be for
  Government-Wide usage, with services performed within the Washington
  Metropolitan Area and located within a 50-mile radius of Bethesda,
  Maryland. Performance period shall be for twelve (12) months,
  beginning o/a April 1, 1997, with options renewable for an
  additional four (4) one year option periods. This requirement
  is a small business set-aside. To enable firms to determine
  their size as required for this requirement and for Part VI
  (Reps & Certs), the small business size standard is a concern,
  including its affiliates, having average annual sales or receipts
  for its past three fiscal years not in excess of $5.0 Million.
  Solicitation will be issued o/a December 20, 1996, with responses
  due approximately 30 days thereafter. See Note Numbered 1.
CITE: (I-345 SN010619)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 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 220000D, 1 Administration Circle, China Lake, CA 93555-6100
SUBJECT: R -- NORTH RANGE SUPPORT SERVICES
SOL N68936-97-R-0027
POC Carol Alkhafi, Contract Specialist, (619) 939-8564, or Maureena
  Mueller, Contracting Officer, (619) 939-8176.
DESC: This action, originally publicized in the CBD dated 12/9/96,
  is corrected to add Numbered Note 26.
CITE: (I-345 SN010623)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Department of the Navy, NAWCAD, Contracts Competency
  Division, MS32, 22541 Millstone Road, Patuxent River, MD 20670-5304
SUBJECT: R -- PROPERTY COORDINATION SUPPORT
SOL N00421-96-R-5051
DUE 031797
POC Louise Holmes, Contract Specialist, (301) 342-1844, Ext.
  110 Doris Browder, Contracting Officer.
DESC: Competition limited to eligible 8(a) concerns under SIC
  code 8744. The Naval Air Warfare Center, Aircraft Division(NAWCAD)
  requires plant and minor property mangement/inventory, at the
  following locations: The principal place of performance is
  NAWCAD, Patuxent River, MD with some effort at Lakehurst, NJ
  and Arlington, VA. This effort will support all functions necessary
  for reviewing, inspecting, tagging, documenting, tracking,
  storing, managing, picking-up, transporting, warehousing, and
  disposing of controlled minor property. The period of performance
  shall be five years, with an estimated start date of 1 October
  1997 and end date of 30 September 2002. This effort will require
  an estimated amount of 380,000 man hours, for the entire five
  years. Labor categories include Program Manager; Task Leader,
  General Clerk II, Stock Clerk, Material Coordinator, Shipping/Receiving
  Clerk, Warehouse Specialist, Forklift Operator, Material Handling,
  Laborer, Word Processor I and Word Processor II. The estimated
  man hours for the Program Manager,(10,000) will be perform
  at the contractor's facility, all other man hours will be performed
  at Government sites. It is anticipated this solicitation will
  be awarded as a Cost Plus Fixed Fee type contract. All requests
  for copies of the solicitation are preferred to be submitted
  in writing to the attention of Louise Holmes, code 2.5.5.2.2G.
  Solicitation requests may be faxed to (301) 342-1864, attention
  Louise Holmes. See numbered note (26)
CITE: (I-345 SN010653)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Commander, U.S. Army Missile Command, Acquisition Center,
  Redstone Arsenal, Al 35898-5280
SUBJECT: R -- NON-LINE OF SIGHT PROJECT OFFICE PROFESSIONAL AND
  MANAGEMENT SUPPORT SERVICES
SOL DAAH01-97-R-0057
DUE 021497
POC (PCF) John Caudle, Contract Specialist, AMSMI-AC-CFHA, (205)
  876-8063, Janice A. Daniels, Contracting Officer, AMSMI-AC-CFHA,
  (205) 876-7321.
DESC: The U.S. Army Missile Command intends to procure an effort
  entitled "Non-Line of Sight (NLOS) Project Office Professional
  and Management Support Services." The objectives of the effort
  are to analyze and integrate data from logistics, product assurance,
  quality assurance, and configuration management functions to
  present project status, long range plans, and program accomplishments
  in relation to program objectives, budgetary performance shall
  be for a base year and four one-year options. The first year
  shall include a base effort of 28,000 man-hours plus a surge
  option containing up to 10,000 additional man-hours. Each of
  the four one-year options also contain a base of 28,000 man-hours
  plus a surge option containing up to 10,000 additional man-hours.
  This requirement has been accepted by the Small Business Administration
  for limited competition among eligible 8(a) firms. The applicable
  SIC code is 8711. The type of contract anticipated for this
  effort is cost-plus-fixed-fee for the labor line items and
  cost reimbursement for travel and other direct costs. 8(a)
  firms interested in receiving a copy of the solicitation should
  forward a request in writing to the address shown above, ATTN:
  AMSMI-AC-MOD, or datafaxed to (205) 842-2621. Verbal telephone
  requests for the solicitation will not be accepted. A SECRET
  facility and SECRET storage capability, or execution of a written
  agreement to establish such a facility and capability within
  30 days of contract execution, will be required of the successful
  offeror. The solicitation will include provisions for restricting
  organizational conflicts of interest. The geographical location
  for the principal place of performance is Huntsville, Alabama.
  DAAH01-97-R-0057, when issued, may be viewed on the MICOM Electronic
  Bulletin Board System at Internet address (world wide web URL)
  "www.redstone.army.milprocbbs" or by telephone modem. To login
  to the BBS by modem, modem settings should be as follows: 9600
  to 300 baud, 8 bit, 1 stop bit, no parity, and terminal emulation
  to VT100. The BBS telephone number is 205-955-8175 or 205-955-8176.
  Once connected, hit return and a SERVICE prompt will appear.
  At this prompt, type "bbs" and at the password prompt type
  "user." After logging in to the BBS, enter your first and last
  name, company name, and generate a password for your company.
  You are reminded that the BBS is intended for informational
  purposes only. Offerors will be allowed 30 days response time
  for receipt of proposals from issuance date of the solicitation.
  All responsive sources may submit a proposal which shall be
  considered by the agency.
CITE: (I-345 SN010692)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services--Potential Sources Sought
OFFADD: US Department of Commerce/National Oceanic and Atmospheric
  Administration, 1325 East West Highway - Station 4301, Silver
  Spring, Maryland  20910-3283
SUBJECT: R -- SUPPORT/MAINTENANCE SERVICES FOR ELECTRONIC SECURITY
  SYSTEM & SUBSYSTEMS
SOL 7-403401
POC Sandy Souders/Lawrence Frazier (301) 713-0854
DESC: The U.S. Dept. of Commerce/NOAA intends to negotiate on
  a sole source basis with ISS, Inc. at 17075a Tech Road, Silver
  Spring, MD for modification of ISS's existing requirement for
  services to provide support, service, and maintenance of the
  ISS installed electronic security system and subsystems in
  the NOAA Silver Spring Metro Center Complex and other NOAA
  sites in and around the Washington, D.C. Metropolitan area
  for the period 1/01/97 - 9/30/97.  Interested parties are invited
  to submit information as to their capabilities and any other
  pertinent data to the address above, to be received no later
  than 15 days after the date of this notice.  No solicitation
  document exists, therefore a request for such document will
  not be considered. Award will be made under Simplified Acquisition
  Procedures. (Reference No. 7-403401)
CITE: (I-345 SN010276)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services--Potential Sources Sought
OFFADD: USPFO For Tennessee; PO Box 40748, Powell Avenue; Nashville,
  TN 37204-0748
SUBJECT: R--CONSULTANT SERVICES FOR CLAIM EVALUATION
SOL N/A
POC Point of Contact - SGT Barry Baxter, Contract Specialist,
  615-313-2654, Contracting Officer - LTC James Coonce, 615-313-2650
DESC: The consultant shall provide the Government with an independent
  and objective review in the evaluation of claims submitted
  on awarded construction contracts.  Testimony shall not be
  on behalf of the Government.  Services may include, but not
  be limited to, the following tasks as appropriate:  Provide
  discovery assistance including meeting with the Government
  to review documentation available for use in the claim analysis,
  providing the Government with suggestions/recommendations,
  document discovery requests including production of documents,
  interrogatories, request for admissions, deposition questions,
  and assisting the Government in preparing responses to the
  contractor s discovery requests;  Review available documentation
  including contract documents, contractor s claim, Government
  determination, response, correspondence, meeting minutes, change
  orders, requests for information and responses, and submittals;
   Perform an independent Critical Path Method (CPM) Scheduling
  Analysis of the contractor s claim including reviewing the
  contractor s as-planned baseline schedule, reviewing the contractor
  s schedule updates, preparing a daily specific as-built schedule
  for the project, identifying the project s as-built critical
  path, performing an as-planned to as-built schedule comparison,
  identifying and quantifying delays, acceleration, and mitigation,
  determine causation, assign responsibility for each delay,
  determine properly adjusted completion date, determine whether
  actual delays were independent/concurrent, excusable/inexcusable,
  and compensable/non-compensable;  Perform cost analysis for
  performing work under applicable changed conditions including
  required labor hours, equipment costs, and materials for specific
  changes, loss of efficiency, extended overhead, acceleration;
   Provide pre-trial and trial assistance to the Government upon
  request including input for settlement negotiations and preparation
  of questions for cross examination of opposing party s expert
  witness(es);  Provide expert witness testimony as required
  including written reports, expert deposition, trial graphics
  and testimony at trial.  This is a sources sought synopsis
  therefore all interested parties should forward a written request
  to the USPFO For Tennessee, Attn:  SGT Barry Baxter, P.O. Box
  40748, Powell Avenue, Nashville, Tennessee 37204-0748 or by
  fax at 615-313-2659 within 30 days after publication of this
  notice.   This procurement is open to large as well as small
  business firms (unrestricted).
CITE: (D-345 SN010547)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Officer in Charge of Construction, Naval Facilities Engineering
  Command, Contracts Marianas (Guam), PSC 455 Box 175, FPO AP
  96540- 2200
SUBJECT: S-TREE SERVICES FOR VARIOUS U. S. NAVY FAMILY HOUSING,
  GUAM, M. I.
SOL N62766-96-B-9013
DUE 020497
POC P.O.C. Rose N. Dejapa, Contract Specialist, Tel: Country
  Code 011 (671) 339-8098/2252
DESC: This solicitation is to obtain tree services at various
  U. S. Family Housing areas by means of indefinite quantity
  type contract. The Contractor shall provide all labor, supervision,
  tools, materials, transportation and equipment necessary to
  prune trees, remove trees, stumps, and roots as specified.
   All work shall be accomplished under the direct supervision
  of a certified arborist. The Contractor shall provide proof
  of arborist certification to the Contracting Officer 15 days
  after award.  This procurement is 100% set-aside for Small
  Business concerns.  Approximate date of availability of specification
  is on or about 30 December 1996.  Bid Opening is schedule for
  2:00 P.M. Guam time on 04 February 1997. SIC CODE 0783
CITE: (I-345 SN010274)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Department of Army, New England Division, Corps of Engineers,
  424 Trapelo Road, Waltham, Massachusetts  02254-9149
SUBJECT: S--GROUNDS MAINTENANCE SERVICES
SOL DACW33-97-Q-0024
DUE 020497
POC Julie E Mackley, 617-647-8413
DESC:  Furnish all labor, equipment and materials necessary to
  perform grounds maintenance services, Birch Hill Dam, South
  Royalston, Massachusetts.  Services shall be performed between
  April 1, 1997 and November 30, 1997, with options for two additional
  recreation seasons.  Specifications available on or about 010697
  at no charge.  The proposed contract listed here is a 100%
  small business set-aside.  The average annual receipts of a
  concern and its affiliates for the preceding three fiscal years
  must not exceed $5,000,000.00.  All responsible sources may
  submit a bid which will be considered by the New England Division.

EMAIL Julie.E.Mackley@USACE.Army.Mil
EMAILDESC: 
CITE: (W-345 SN010327)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Contracting Division, DOC, NTC, P.O. Box 10039, Fort
  Irwin, California 92310-5000
SUBJECT: S--SERVICE TO RENT CRANES
SOL DAKF04-97-R-0002
POC Melinda Weinmann, (619) 380-5014/Contracting Officer, Patricia
  Cuff, (619) 380-5007.
DESC: Correction: This action was originally publicized in the
  CBD dated 5 June 1995. Solicitation number DAKF04-95-R-0005
  has been cancelled and this requirement will be resolicited
  as solicitation number DAKF04-97-R-0002. Government intends
  to issue a solicitation on or about 6 December 1996. The contractor
  shall provide all labor and equipment necessary to rent 10
  ton, 18 ton and 25 ton cranes in accordance with specifications
  of the solicitation. It is the intention to award a firm fixed
  price requirements type contract resulting from this solicitation
  to a single responsive, responsible contractor. Please, no
  phone calls; written or faxed requests only to (619) 380-3693
  and must include company name, telephone number, address, company
   size, solicitation number and project description. See Note
  1.
CITE: (M-345 SN010475)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: VA MEDICAL CENTER, 3350 LA JOLLA VILLAGE DRIVE, SAN DIEGO,
  CA 92161
SUBJECT: S -- SUPPLEMENTAL GROUNDS AND BUILDING MAINTENANCE
SOL IFB 664-090-96:BN
DUE 012297
POC Bruce Nolan, Contracting Officer (619) 552-7406
DESC: The solicitation for this previously advertised procurement
  will not be issued and is now cancelled in its entirety.
CITE: (I-345 SN010486)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Department of Veterans Affairs, VA Palo Alto Health Care
  System 3801 Miranda Avenue, Palo Alto, CA 94304-1290
SUBJECT: S -- DISPOSAL AND RETURN OF OUTDATED DRUGS
SOL 640-47-97
DUE 122796
POC Marcelina Bell, Contract Specialist, 510-447-2560, x36165.
DESC: Contractor shall provide service for the disposal and return
  of outdated drugs for the VA Palo Health Care System; to include
  the following locations: VA Palo Alto Health Care System, 3801
  Miranda Avenue, Palo Alto, CA, Menlo Park Division, 795 Willow
  Road, Menlo PArk, CA and Livermore Division, 4951 Arroyo Road,
  Livermore, CA. Request for solicitation must be in writing
  or FAX to (510) 455-7405. Solicitation will be available 12/9/96.
CITE: (I-345 SN010489)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Department of Veterans Affairs, VA Palo Alto Health Care
  System 3801 Miranda Avenue, Palo Alto, CA 94304-1290
SUBJECT: S -- DISPOSAL AND RETURN OF OUTDATED DRUGS
SOL 640-47-97
DUE 122796
POC Marcelina Bell, Contract Specialist, 510-447-2560, x36165.
DESC: Contractor shall provide service for the disposal and return
  of outdated drugs for the VA Palo Health Care System; to include
  the following locations: VA Palo Alto Health Care System, 3801
  Miranda Avenue, Palo Alto, CA, Menlo Park Division, 795 Willow
  Road, Menlo PArk, CA and Livermore Division, 4951 Arroyo Road,
  Livermore, CA. Request for solicitation must be in writing
  or FAX to (510) 455-7405. Solicitation will be available 12/9/96.
  Written requests should be mailed to 4951 Arroyo Road, Livermore,
  CA 94550
CITE: (I-345 SN010509)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Naval Surface Warfare Center, Carderock Division, 9500
  McArthur Blvd., West Bethesda, MD 20817-5700
SUBJECT: S -- S-GUARD SERVICES
SOL N62477-96-B-6338
DUE 020697
POC Isabell M. Watts, Contract Specialist, 410-293-3847, Dolores
  Adams, Contracting Officer, 301-227-4577.
DESC: Specification 21-96-6338, Unarmed Guard Services at the
  Naval Surface Warfare Center, Acoustic Research Detachment,
  Bayview, Idaho. Guard Service to maintain order, enforce applicable
  regulations, protect life and prevent damage or loss of property.
  The solicitation will provide for one (1) year plus four (4)
  option years of performance. This is a combination firm fixed
  price lump sum and indefinite quantity contract. Proposed procurement
  is 100% set aside for small business concerns whose average
  annual receipts of the concern and its affiliates for its preceding
  three fiscal years must not exceed $9,000,000.00. The Standard
  Industrial Classification Code for this procurement is 7381.
  No telephone requests for solicitation packages will be accepted.
  Only written or faxed requests will be accepted. Send Fax requests
  to 301-227-3871. The projected date for availability of the
  solicitation is 08 January 1997. The projected bid opening
  date is 06 February 1997.
CITE: (I-345 SN010533)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: 81 CONS/LGCV, 200 FIFTH STREET, ROOM 104, KEESLER AFB,
  MS 39534-2102 Attn:/Carlet Jones
SUBJECT: S-C4 SYSTEM SECURITY AND BASE TELECOMMUNICATIONS CENTER
  OPERATIONS
SOL N/A
DUE 010397
POC Carlet Jones tel: 601/377-1802/Johnson L. Tullos
DESC: Subject solicitation is amended to reflect a SIC of 7379,
  with a size standard of $18.0 million.  It remains a 100% small
  business set-aside. The performance period is 1 Jul 96 through
  30 Sep 96, with options to extend for a total of 57 months.
CITE: (I-345 SN010560)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Dept. of Veterans Affairs Medical Center 4801 E. Linwood
  Blvd. Kansas City, MO 64128-2295
SUBJECT: S -- PEST MANAGEMENT SERVICES
SOL IFB 589-09-96
DUE 013097
POC Kathleen Campbell, Contracting Officer, Ruby Banks, Contracting
  Officer 816-861-4700 Ext. 6932
DESC: Furnish all labor, equipment and supplies necessary to
  perform integrated pest management services at the Dept. of
  Veterans Affairs Medical Center including Papa's Pizza Eatery,
  both located at 4801 E. Linwood Blvd, Kansas City, MO, and
  the Therapeutic Residence (TR) Building, located at 409 E.
  Armour Blvd, Kansas City, MO. The contract will be for 1 base
  year plus 4 option years. Estimated 4 visits per month with
  routine call back within 12 hours and emergency call back within
  4 hours. This is a total set-aside for small business concerns.
  Solicitation available OOA 12/30/96. Request for this solicitation
  will be accepted in writing only to the CO. No phone or fax'ed
  requests will be accepted. SIC Code for this procurement is
  7342. Subject to the availability of funds.
CITE: (I-345 SN010621)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Officer In Charge, NAVFAC Contracts, Code 495, Building
  H-29, P.O. Box 2032, Portsmouth Naval Shipyard, Portsmouth,
  NH 03801-2032
SUBJECT: S -- SEWAGE SYSTEM PUMPTING AND CLEANING SERVICES, PORTSMOUTH
  NAVAL SHIPYARD, KITTERY, ME
SOL N62472-97-B-6503
DUE 021597
POC Contracting Office Staff, (207) 438-4600.
DESC: The work is to provide all labor, materials, equipment,
  transportation, and supervision as necessary to obtain sewage
  system pumping an cleaning services for the removal and disposal
  of solids, liqids and non-hazardous contaminants. The solicitation
  will include a base period of year year plus 2 option periods.
  All requests for solicitation must be in writing. A FAX is
  acceptable. FAX Number (207) 438-2916.
CITE: (I-345 SN010635)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Commanding Officer, Navy Public Works Center, Naval Facilities
  Engineering Command Contracts, Bldg. 55, Pearl Harbor, HI 96860-5470
SUBJECT: S -- INDEFINITE QUANTITY CONTRACT FOR TERMITE CONTROL
  SERVICES, OAHU, HAWAII
SOL N62755-96-B-2974
DUE 030397
POC V. Kop Choy, (808) 474-3385; Contracting Officer: A. Yuen,
  (808) 474- 3385.
DESC: The Contractor shall provide all labor, supervision, tools,
  materials, equipment, and transportation necessary for termite
  control services at various locations, Oahu, Hawaii. The work
  includes, but is not limited to soil treatment for subterranean
  termite control, tent fumigation for drywood termite control,
  removal and reinstallation of obstructions and tree trimming.
  The contract includes option provisions to extend the term
  in subsequent years. The total term of the contract will be
  a 12-month base period plus four option years. If the Government
  does not award a follow-on contract in time, the Government
  may require the Contractor to continue performance for an additional
  period up to six months under the Option to Extend Services
  clause. In either case, the Government will not synopsize the
  options when exercised. This contract will replace a contract
  for similar services awarded in 1992 for $907,285 (IDQ) incumbent
  contractor (e.g., value of last option exercised, firm name,
  address, etc.) with the solicitation package. We do not require
  requests under the Freedom of Information Act to provide this
  general information. Provide street address, phone number,
  and facsimile number (if available) when requesting solicitation
  package. SIC Code 7342 applies. The proposed contract listed
  here is 100 percent small business set-aside. Offers from concerns
  other than small business concerns are not solicited. Bid opening
  date is approximate.
CITE: (I-345 SN010650)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: HQ Space and Missile Systems Center (AFMC) SMC/PKD, Operational
  Contracting, 400 N. Douglas St.,Ste 212E, LAAFB, CA 90245-4640
SUBJECT: S -- REFUSE COLLECTION
SOL F0469397B0002
DUE 012497
POC Anthony Mitchell,Contracting Negotiator (310)363-5080; Contract
  Officer Christine M. Hickey, (310)363-5076.
DESC: Provide all labor, equipment, materials and transportation
  necessary to perform Refuse collection Recycling and Disposal
  services at Los Angeles Air Force Base Area A, B, Lawndale
  Annex in El Segundo Ca., and at three military family housing
  areas located twenty miles south of El Segundo in San Pedro
  , Ca. Solicitation will be distributed on or about 20 December
  1996. Refuse in an approximate quantity of 2541 tons annually
  shall be removed from containers in sizes ranging from 2 cubic
  yard containers to 40 cubic yard containers and residential
  type refuse containers. This solicitation will be opened to
  both large and small businesses. Interested Small Business
  concerns should, as early as possible, but not later than 15
  days of this notice, indicate interest in the acquisition by
  providing the Contracting Office above with a Statement of
  Capability to perform SIC 4953. Therefore, replies to this
  notice are requested from all business concerns. Telephone
  request for bid sets will not be honored. Estimate date of
  award on or about 01 Mar 97.
CITE: (I-345 SN010659)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: NASA's Goddard Space Flight Center, Code 212, Greenbelt,
  MD 20771
SUBJECT: S -- CUSTODIAL SUPPORT SERVICES
SOL RFO5-01160/106
POC Cheryl LeFebvre, Contract Specialist, (301) 286-9896 Steven
  T. Kramer, Contracting Officer, (301) 286-6872.
DESC: NASA's Goddard Space Flight Center (GSFC) intends to issue
  a draft Request for Offer (RFO)5-01160/106 for Custodial Support
  Services sometime in early January 1997. The Contractor shall
  provide all supervision, personnel and labor, supplies and
  materials, tools, equipment, communication devices, transportation
  and fuel necessary to provide custodial services, interior
  pest control, and operating the center-wide recycling program.
  The result of this RFO will be a Performance Based, Fixed-Price/Indefinite
  Delivery/Indefinite Quantity Contract. The contract will consist
  of a one year basic period and four, 1-year option periods
  for a total of five years. This is a competitive procurement
  set-aside under the Section 8(a) program. This procurement
  is being conducted under NASA's MideRange Pilot Test Program
  Procedures using the Best Value Selection (BVS) process. All
  responsible sources may submit an offer which shall be considered
  by the Agency. Questions regarding this procurement should
  be addressed to NASA/GSFC, ATTN: Cheryl LeFebvre, Contract
  Specialist, Code 212, Greenbelt, MD 20771, or faxed to (301)
  286-0247. 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.
  See Numbered Note(s): 4.
CITE: (I-345 SN010684)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services--Potential Sources
  Sought
OFFADD: 45CONS/LGCZB, 1201 Minuteman St MS 7200, Patrick AFB
  FL 32925-3237
SUBJECT: S -- PRE-QUALIFIED SOURCES SOUGHT FOR ENERGY SAVINGS
  PERFORMANCE (ESP) SERVICES, CAPE CANAVERAL AS FL
SOL N/A
POC Gerri Frye (407) 494-9964, Contracting Officer/Jim Harris
  (407) 494- 2242, Contract Specialist.
DESC: This notice is published pursuant to the Energy Policy
  Act of 1992 and Title 10 USC 2865. The Air Force intends to
  award an Energy Savings Performance Contract to provide a natural
  gas capability to implement energy conservation measures at
  Cape Canaveral AS FL. Energy Service Contractors (ESCOs) on
  the DoD Pre-Qualified Contractor List of 1996 or ESCOs competitively
  selected by a regulated public utility serving CCAS interested
  in competing for this work should express their interest to
  the above listed contracting office within 15 days after publication
  of this notice. The Air Force will issue a site specific Request
  for Qualifications to all qualified firms that respond within
  the 15-day period. Competition will be restricted, in accordance
  with the statutory authorization, to those firms on the 1996
  DoD Pre-Qualified ESPC Contractor List or ESCOs competitively
  selected by regulated public utility serving CCAS.
CITE: (I-345 SN010683)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 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--OFFSET PRINTING
SOL Program 1990-S
DUE 011097
POC Contract questions: Richard Lee (707) 748-1970. Contracting
  Officer: J. O'Connor.
DESC: Single award contract, from 2/1/97 to as late as 1/31/00--for
  Dept. of the Army (Corps of Eng.)--copy pickup and delivery
  within Sacramento, CA metro region--books, pamphlets and maps:
  approx. 20 orders for approx. 25 to 5,000 (avg. 300) copies
  of 32 to 900 (avg 200) pages per copy--216 x 279mm (8-1/2 x
  11"), with foldins to 914mm (36")--1 to 3 colors--operations
  include copy pickup, films (including digital generation),
  proofs, printing, binding, delivery--10 to 20 workday production
  schedule--quality attributes level III--bid request on firm's
  letterhead.
CITE: (M-345 SN010555)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: 81 CONS/LGCV, 200 FIFTH STREET, ROOM 104, KEESLER AFB,
  MS 39534-2102 Attn:/Steve Taylor
SUBJECT: U-HIGH RELIABILITY SOLDERING INSTRUCTORS
SOL F22600-97-R0002
DUE 031597
POC Steve Taylor tel: 601/377-1810/Johnson L. Tullos
DESC: Contractor shall provide instructors to teach High Reliability
  Soldering courses at Keesler AFB, MS.  Period of performance
  is 1 Oct 97 through 30 Sep 98, with options to extend for a
  total of 54 months. This is a cost comparison study subject
  to OMB Circular No. A-76. Solicitation is 100% set-aside for
  small businesses.  The small business size standard is $5.0
  million.  All responsible sources may submit an offer which
  shall be considered. Only written requests will be honored,
  and they may be faxed to 601/377-1811.  No previous or current
  contract exists.  Tentative issue date is 15 Jan 97. Tentative
  closing date is 15 Mar 97.
CITE: (I-345 SN010559)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: DOT, FED HWY ADMN, Office of Acquisition Management,
  400 7TH ST, SW, Room 4410, Washington, DC 20590
SUBJECT: U -- PRESENATION OF STATEWIDE TRAVEL DEMAND WORKSHOP
SOL DTFH61-97-Q-00041
DUE 123196
POC Stephanie Parker, Contract Specialist, HAM-40G (202) 366-6014.
DESC: The Federal Highway Administration plans to negotiate with
  Holden Transportation Engineering, Inc. to present the Statewide
  Travel Demand Model Workshop in Vermont, Idaho, and Texas.
  This is a Simplified Acquisition and the anticipated award
  date is 12/31/96.
CITE: (I-345 SN010637)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: DOT, FED HWY ADMN, Office of Acquisition Management,
  400 7TH ST, SW, Room 4410, Washington, DC 20590
SUBJECT: U -- PRESENATION OF STATEWIDE TRAVEL DEMAND WORKSHOP
SOL DTFH61-97-Q-00041
DUE 123196
POC Stephanie Parker, Contract Specialist, HAM-40G (202) 366-6014.
DESC: The Federal Highway Administration plans to negotiate with
  Holden Transportation Engineering, Inc. to present the Statewide
  Travel Demand Model Workshop in Vermont, Idaho, and Texas.
  This is a Simplified Acquisition and the anticipated award
  date is 12/31/96.
CITE: (I-345 SN010641)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: U.S.Dept. of Commerce, National Oceanic & Atmospheric
  Administration, Western Administrative Support Center, Acquisition
  Management Division, Procurement Branch, WC33, 7600 Sand Point
  Way NE, Seattle, WA  98115-0070
SUBJECT: U -- COORDINATE AND TRAIN VOLUNTEERS FOR HAWAIIAN ISLAND
  HUMPBACK WHALE NATIONAL MARINE SANCTUARY.
SOL WASC7-727
DUE 122696
POC Randall Brown, (206) 526-6226, fax (206) 527-5848
DESC: Notice of intent to negotiate a sole-source contract with
  Carol Carey to serve as volunteer coordinator.  Proposed individual
  will 1) recruit and train volunteers for the Maui Humpback
  Whale Training Sanctuary, 2) provide information concerning
  volunteer program to interested individuals, 3) coordinate
  volunteer services at all Sanctuary events, 4) edit bi-monthly
  Sanctuary newslettter, 5) train Sanctuary staff on PC programs
  including Quark Express, Pagemaker, and e-mail, 6) develop
  and educational and research workshop during whale watch season,
  7) provide updates to website homepage, and 8) represent the
  Sanctuary program on Maui at various community events and meetings
  that Sanctuary liaison cannot attend.  Period of contract will
  be for a one-year period.  Interested sources responding must
  show qualifications and experience in a relevant field (eg,
  public relations).  Contract will be performed at Government
  site in Maui, Hawaii.  This is a small purchase action with
  an estimated amount of less than $50,000.
CITE: (I-345 SN010678)

[Commerce Business Daily: Posted December 09, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: HQ AMC/DOY, 402 Scott Drive, Unit 3A1, Scott AFB, IL
  62225-5302
SUBJECT: V--AIR TRANSPORTATION SERVICES
SOL F11626-97-R0004
POC HQ AMC/DOYAS, ATTN: Richard Santanello, 402 Scott Dr, Unit
  3A1, Scott AFB IL 62225-5302, 618/256-4407
DESC: Alaskan CONAIR air transportation services utilizing contractor-furnished,
   IFR-equipped, multi-engine aircraft, capable of accommodating
  463L pallets  (88" by 108") and passengers totaling 25,000
  pounds ACL each flight.   Aircraft must be capable of carrying
  a minimum of 60 passengers.  Estimated  156,104 Great Circle
  Statute Miles.  This requirement is for a 6-month  performance
  period beginning 1 April 1997 and includes a "not to exceed"
   6-month performance extension as authorized by FAR 52.217-8.
   Date for receipt  of offers will be on or about 5 February
  1997.   An offeror must be an air  carrier and hold a certificate
  of Public Convenience and Necessity issued  under 401 of the
  Federal Aviation Act of 1958, as amended, or is otherwise 
   authorized by the DoD to engage in air transportation services
  and holds  an air carrier's Operating Certificate issued by
  the FAA under Part 121  of the Federal Aviation Regulations
  (14 CFR 121) for airlift operated by  the offeror.  Further,
  the offeror must have aircraft in the Civil Reserve  Air Fleet
  or offer to place aircraft in such fleet upon request of the
   DoD.*****                       
CITE: (W-344 SN010223)

[Commerce Business Daily: Posted December 09, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: HQ AMC/DOY, 402 Scott Drive, Unit 3A1, Scott AFB, IL
  62225-5302
SUBJECT: V--AIR TRANSPORTATION SERVICES
SOL F11626-97-R0004
POC HQ AMC/DOYAS, ATTN: Richard Santanello, 402 Scott Dr, Unit
  3A1, Scott AFB IL 62225-5302, 618/256-4407
DESC: Alaskan CONAIR air transportation services utilizing contractor-furnished,
   IFR-equipped, multi-engine aircraft, capable of accommodating
  463L pallets  (88" by 108") and passengers totaling 25,000
  pounds ACL each flight.   Aircraft must be capable of carrying
  a minimum of 60 passengers.  Estimated  156,104 Great Circle
  Statute Miles.  This requirement is for a 6-month  performance
  period beginning 1 April 1997 and includes a "not to exceed"
   6-month performance extension as authorized by FAR 52.217-8.
   Date for receipt  of offers will be on or about 5 February
  1997.   An offeror must be an air  carrier and hold a certificate
  of Public Convenience and Necessity issued  under 401 of the
  Federal Aviation Act of 1958, as amended, or is otherwise 
   authorized by the DoD to engage in air transportation services
  and holds  an air carrier's Operating Certificate issued by
  the FAA under Part 121  of the Federal Aviation Regulations
  (14 CFR 121) for airlift operated by  the offeror.  Further,
  the offeror must have aircraft in the Civil Reserve  Air Fleet
  or offer to place aircraft in such fleet upon request of the
   DoD.*****                       
CITE: (W-344 SN010225)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: DOI, Office of Aircraft Services, PO Box 15428, Boise,
  ID 83715-5428
SUBJECT: V--TRANSPORTATION SERVICES
SOL 8097-09
DUE 030497
POC Cindy Knickerbocker, Procurement Technician, 208/387-5760
DESC: Contractor will be required to be certificated under 14
  CFR, Chapter 135, Air Taxi Operators and Commercial Operators.
   Furnish flight services, fully contractor operated and maintained,
  consisting of one (1) Aerospatiale 315B, 316B or equal aircraft
  in support of National Park Service fire suppression programs
  for the approximate period of June 15, 1997, to September 30,
  1997.  The term of this contract will be one (1) year with
  options to renew for two (2) additional years.  Designated
  base is Mammoth, WY.  See notes 1 and 26.
CITE: (W-345 SN010575)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: DOI, Office of Aircraft Services, PO Box 15428, Boise,
  ID 83715-5428
SUBJECT: V--TRANSPORTATION SERVICES
SOL 8097-08
DUE 030497
POC Cindy Knickerbocker, Procurement Technician, 208/387-5760
DESC: Contractor will be required to be certificated under 14
  CFR, Chapter 135, Air Taxi Operators and Commercial Operators.
   Furnish flight services, fully contractor operated and maintained,
  consisting of one (1) Bell 206B III, MD-500 or equal aircraft
  in support of Bureau of Indian Affairs fire suppression programs
  for the approximate period of July 1, 1997, to September 30,
  1997.  The term of this contract will be one (1) year with
  options to renew for two (2) additional years.  Designated
  base is Lame Deer, MT.  See notes 1 and 26.
CITE: (W-345 SN010576)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: DOI, Office of Aircraft Services, PO Box 15428, Boise,
  ID 83715-5428
SUBJECT: V--TRANSPORTATION SERVICES
SOL 8097-10
DUE 030497
POC Cindy Knickerbocker, Procurement Technician, 208/387-5760
DESC: Contractor will be required to be certificated under 14
  CFR, Chapter 135, Air Taxi Operators and Commercial Operators.
   Furnish flight services, fully contractor operated and maintained,
  consisting of one (1) Bell 206L III or equal aircraft in support
  of Bureau of Land Management fire suppression programs for
  the approximate period of May 19, 1997, to August 1, 1997.
   The term of this contract will be one (1) year with options
  to renew for two (2) additional years.  Designated base is
  Phoenix, AZ.  See notes 1 and 26.
CITE: (W-345 SN010586)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: Supply Officer, 1450 Burke Ave., NAS JRB Fort Worth,
  Fort Worth, TX
SUBJECT: V -- MOVING SERVICES
SOL N8344797QR007
DUE 011097
POC Ruth A. Ray,  Purchasing Agent, 817-782-5571, Tongee D. Flemming,
  Contracting Officer, 817-782-5581
DESC: Services to relocate aircraft squadron's administrative,
  maintenance and warehouse facilities from a two story structure
  located at Naval Air Station Dallas TX to a three story structure
  located at Naval Air Station Joint Reserve Base Fort Worth
  TX.  Area consists of 26 office spaces, 5 work spaces, 3 storerooms,
  and a 6,000 sq ft warehouse.  Requires packing, crating, disassembly,
  assembly, shrink wrapping.  Equipment varries in weight from
  300 lbs to 16,000 lbs.   Interested parties may call Ruth Ray
  at 817-782-5571 for solicitation package. This contract action
  a Small Business Set-Aside.
CITE: (I-345 SN010592)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: W--Lease or Rental of Equipment
OFFADD: Operational Contracts Division, AFDTC/PKO, 205 West D
  Avenue, Suite 541,Eglin AFB FL 32542-6862
SUBJECT: W-RENTAL OF 140 TON OR HIGHER CAPACITY CONSTRUCTION
  CRANE & OPERATOR, SITE C-72
SOL F08651-97-Q-1095
DUE 122696
POC James A. Thomas, Contract Specialist, 904/882-3519, Ext 5235;
  Megan Monaghan, Ext 5231, Contracting Officer
DESC: This is a correction of the combined synopsis/solicitation
  for commercial items printed on approximately 5 Dec 96, and
  prepared in accordance with the format in FAR Subpart 12.6,
  as supplemented with additional information included in this
  notice.  Corrections consist of a SIC code change to 7353 ($5
  Million), and making this solicitation a 100% set aside for
  small business.  This announcement constitutes the only solicitation;
  proposals are being requested and a written solicitation will
  not be issued.  Corrections will be incorporated into the announcement
  which is being reprinted for your convenience.  The Air Force
  Development Test Center (AFDTC), Eglin AFB FL, intends to award
  a contract for rental of a 140 ton or higher capacity construction
  crane and the services of the crane's operator.  The solicitation
  number for this announcement is F08651-97-Q-1095 and is issued
  as a Request for Quote (RFQ).  Work will consist of erection
  of targets composed of 20  x 20  x 1 meter and 2  x 2 x 1 
  concrete blocks.  Work may begin on 11 Jan 97, however this
  date is subject to change due to mission requirements.  Performance
  period for this construction will be 10 days, and may require
  weekend work.  A period of approximately two weeks will be
  required for testing, and upon completion of the test the target
  must be disassembled.  The period allowed for disassembly will
  be 20 days.  Vendors will be required to submit a cost estimate
  on two different options of construction, and cost of disassembly.
   A cost estimate is also required for the approximately two
  week period of testing, to include post construction teardown
  and commencement costs for disassembly.  If contractor desires,
  the crane may be left on the Eglin AFB Reservation during the
  two week testing phase, however a cost estimate must be given
  for this option, if used.  The government will provide a 35
   long by 13.5  wide trailer with a bed height of 5 10 , a 230
  ton capacity, and an Oshkosh tractor and driver, if necessary,
  to transport the concrete blocks.  It is impracticable to distribute
  the applicable Statement of Work (SOW) with this combined synopsis/solicitation.
   Requests for SOW sets may be sent to AFDTC/PKOO, 205 West
  D Ave., Suite 541, Eglin AFB FL 32542-6862, or contact James
  A. Thomas, at 904-882-3519 ext 5235.  For those companies with
  facsimile capability, requests for SOW sets will be accepted
  at machine number (904) 882-9441, Attn:  AFDTC/PKOV.  The Standard
  Industrial Classification Code (SIC Code) for this acquisition
  is 7353 ($5 million).  This acquisition is a 100% set-aside
  for small business.  This solicitation document incorporates
  provisions and clauses in effect through Federal Acquisition
  Circular 90-42.  The following FAR clauses apply to this synopsis/solicitation:
  52.212-1, Instructions to Offerors-Commercial; 52-212-2, Evaluation-Commercial
  Items (Evaluation will be based solely on price); 52.212-3,
  Offeror Representations and Certifications-Commercial Items
  (Offerors must submit a completed copy of the Representations
  and Certifications with their offer); 52.212-4, Contract Terms
  and Conditions-Commercial Items; and 52.212-5, Contract Terms
  and Conditions-Commercial Items.  The following clauses are
  also incorporated by reference: 52.222-26; 52.222-35; 52.222-36;
  52.222-41; 52.222-42; 52.222-43; 52.222-44; 52.247-64; and
  52.249-4.  This synopsis/solicitation is urgent and compelling
  and bids must be submitted no later than 4:00 P.M. CST on 26
  Dec 1996.  Bid format is at the discretion of the offerors,
  however a completed copy of the Representations and Certifications
  must be submitted with the bid.  Bids may be mailed or faxed
  to the address or fax number given above. 
CITE: (W-345 SN010557)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: W--Lease or Rental of Equipment
OFFADD: Operational Contracts Division, AFDTC/PKO, 205 West D
  Avenue, Suite 541,Eglin AFB FL 32542-6862
SUBJECT: W-RENTAL OF 140 TON OR HIGHER CAPACITY CONSTRUCTION
  CRANE & OPERATOR, SITE C-72
SOL F08651-97-Q-1095
DUE 122696
POC James A. Thomas, Contract Specialist, 904/882-3519, Ext 5235;
  Megan Monaghan, Ext 5231, Contracting Officer
DESC: This is a correction of the combined synopsis/solicitation
  for commercial items printed on approximately 5 Dec 96, and
  prepared in accordance with the format in FAR Subpart 12.6,
  as supplemented with additional information included in this
  notice.  Corrections consist of a SIC code change to 7353 ($5
  Million), and making this solicitation a 100% set aside for
  small business.  This announcement constitutes the only solicitation;
  proposals are being requested and a written solicitation will
  not be issued.  Corrections will be incorporated into the announcement
  which is being reprinted for your convenience.  The Air Force
  Development Test Center (AFDTC), Eglin AFB FL, intends to award
  a contract for rental of a 140 ton or higher capacity construction
  crane and the services of the crane's operator.  The solicitation
  number for this announcement is F08651-97-Q-1095 and is issued
  as a Request for Quote (RFQ).  Work will consist of erection
  of targets composed of 20  x 20  x 1 meter and 2  x 2 x 1 
  concrete blocks.  Work may begin on 11 Jan 97, however this
  date is subject to change due to mission requirements.  Performance
  period for this construction will be 10 days, and may require
  weekend work.  A period of approximately two weeks will be
  required for testing, and upon completion of the test the target
  must be disassembled.  The period allowed for disassembly will
  be 20 days.  Vendors will be required to submit a cost estimate
  on two different options of construction, and cost of disassembly.
   A cost estimate is also required for the approximately two
  week period of testing, to include post construction teardown
  and commencement costs for disassembly.  If contractor desires,
  the crane may be left on the Eglin AFB Reservation during the
  two week testing phase, however a cost estimate must be given
  for this option, if used.  The government will provide a 35
   long by 13.5  wide trailer with a bed height of 5 10 , a 230
  ton capacity, and an Oshkosh tractor and driver, if necessary,
  to transport the concrete blocks.  It is impracticable to distribute
  the applicable Statement of Work (SOW) with this combined synopsis/solicitation.
   Requests for SOW sets may be sent to AFDTC/PKOO, 205 West
  D Ave., Suite 541, Eglin AFB FL 32542-6862, or contact James
  A. Thomas, at 904-882-3519 ext 5235.  For those companies with
  facsimile capability, requests for SOW sets will be accepted
  at machine number (904) 882-9441, Attn:  AFDTC/PKOV.  The Standard
  Industrial Classification Code (SIC Code) for this acquisition
  is 7353 ($5 million).  This acquisition is a 100% set-aside
  for small business.  This solicitation document incorporates
  provisions and clauses in effect through Federal Acquisition
  Circular 90-42.  The following FAR clauses apply to this synopsis/solicitation:
  52.212-1, Instructions to Offerors-Commercial; 52-212-2, Evaluation-Commercial
  Items (Evaluation will be based solely on price); 52.212-3,
  Offeror Representations and Certifications-Commercial Items
  (Offerors must submit a completed copy of the Representations
  and Certifications with their offer); 52.212-4, Contract Terms
  and Conditions-Commercial Items; and 52.212-5, Contract Terms
  and Conditions-Commercial Items.  The following clauses are
  also incorporated by reference: 52.222-26; 52.222-35; 52.222-36;
  52.222-41; 52.222-42; 52.222-43; 52.222-44; 52.247-64; and
  52.249-4.  This synopsis/solicitation is urgent and compelling
  and bids must be submitted no later than 4:00 P.M. CST on 26
  Dec 1996.  Bid format is at the discretion of the offerors,
  however a completed copy of the Representations and Certifications
  must be submitted with the bid.  Bids may be mailed or faxed
  to the address or fax number given above. 
CITE: (W-345 SN010558)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: W--Lease or Rental of Equipment
OFFADD: Navy Public Works Center Code 846 2730 McKean St Ste
  1 San Diego CA 92136-5294
SUBJECT: W -- RENTAL OF A.P.E. GROUT HANDLING EQUIPMENT
SOL N63387-97-Q-M040
DUE 122795
POC Charles McNeill, Contracting Officer, (619)556-7631, Jessie
  Bermudez, Purchasing Branch Supervisor, (619)556-7244, FAX:
  (619)556-7806.
DESC: Navy Public Works Center San Diego intends to negotiate
  on a sole source basis with Masters Builders Inc., 23700 Chagrin
  Blvd., Cleveland, Ohio 44122. 1 LOT Provide all labor, materials,
  supplies, training, equipment, transportation and supervision
  required to rent an air powered A.P.E. grout handling unit
  (Complete with 200 feet of dual hose grout umbilical and grout
  final mixing unit). 4 EACH Jacket, fiber reinforced polymer
  3/16 inch for encapsulation of 21 inch outside diameter steel
  pier vertical members. Length: 7.59 feet. 2 EACH Jacket, fiber
  reinforced polymer 3/16 inch for encapsulation of 21 inch outside
  diameter steel pier vertical members. Length: 8.59 feet. 2
  EACH Jacket, fiber reinforced polymer 3/16 inch for encapsulation
  of 21 inch outside diameter steel pier vertical members. Length:
  9.42 feet. 2 EACH Jacket, fiber reinforced polymer 3/16 inch
  for encapsulation of 21 inch outside diameter steel pier vertical
  members. Length: 10.75 feet. 2 EACH Jacket, fiber reinforced
  polymer 3/16 inch for encapsulation of 21 inch outside diameter
  steel pier vertical members. Length: 9.25 feet. 2 EACH Jacket,
  fiber reinforced polymer 3/16 inch for encapsulation of 21
  inch outside diameter steel pier vertical members. Length:
  10.25 feet. 2 EACH Jacket, fiber reinforced polymer 3/16 inch
  for encapsulation of 21 inch outside diameter steel pier vertical
  members. Length: 11.25 feet. 2 EACH Jacket, fiber reinforced
  polymer 3/16 inch for encapsulation of 21 inch outside diameter
  steel pier vertical members. Length: 11.67 feet. 2 EACH Jacket,
  fiber reinforced polymer 3/16 inch for encapsulation of 12.75
  inch outside diameter steel pier horizontal members. Length:
  12.11 feet. 1 EACH Jacket, fiber reinforced polymer 3/16 inch
  for encapsulation of 12.75 inch outside diameter steel pier
  horizontal members. Length: 12.53 feet. 1 EACH Jacket, fiber
  reinforced polymer 3/16 inch for encapsulation of 12.75 inch
  outside diameter steel pier horizontal members. Length: 12.86
  feet. 1 EACH Jacket, fiber reinforced polymer 3/16 inch for
  encapsulation of 12.75 inch outside diameter steel pier horizontal
  members. Length: 13.45 feet. 1 EACH Jacket, fiber reinforced
  polymer 3/16 inch for encapsulation of 12.75 inch outside diameter
  steel pier horizontal members. Length: 13.99 feet. 1 EACH Jacket,
  fiber reinforced polymer 3/16 inch for encapsulation of 12.75
  inch outside diameter steel pier horizontal members. Length:
  14.24 feet. 2 EACH Jacket, fiber reinforced polymer 3/16 inch
  for encapsulation of 12.75 inch outside diameter steel pier
  horizontal members. Length: 14.49 feet. 2 EACH Jacket, fiber
  reinforced polymer 3/16 inch for encapsulation of 12.75 inch
  outside diameter steel pier diagonal members. Length: 13.36
  feet. 1 EACH Jacket, fiber reinforced polymer 3/16 inch for
  encapsulation of 12.75 inch outside diameter steel pier diagonal
  members. Length: 14.16 feet. 1 EACH Jacket, fiber reinforced
  polymer 3/16 inch for encapsulation of 12.75 inch outside diameter
  steel pier diagonal members. Length: 14.84 feet. 1 EACH Jacket,
  fiber reinforced polymer 3/16 inch for encapsulation of 12.75
  inch outside diameter steel pier diagonal members. Length:
  15.99 feet. 1 EACH Jacket, fiber reinforced polymer 3/16 inch
  for encapsulation of 12.75 inch outside diameter steel pier
  diagonal members. Length: 15.67 feet. 1 EACH Jacket, fiber
  reinforced polymer 3/16 inch for encapsulation of 12.75 inch
  outside diameter steel pier diagonal members. Length: 16.35
  feet. 1 EACH Jacket, fiber reinforced polymer 3/16 inch for
  encapsulation of 12.75 inch outside diameter steel pier diagonal
  members. Length: 17.07 feet. 6 GALLONS Adhesive, hydrocote
  3061. 7 GALLONS Fillet, hydrocote 1063-SZ. 18 EACH Gaskets,
  bottom seal. For horizontal fiber reinforced polymer jackets.
  13.75 Inch. 21 EACH Gaskets, bottom seal. For vertical fiber
  reinforced polymer jackets. 22 Inch. 32 UNITS Grout, A.P.E.
  part A&B liquid components. For encapsulation of steel pier
  members. 10 Gallons per unit. 192 BAGS Grout, A.P.E. Part C.
  50 LB bag. 6 PAILS Lubricant, brutem grout line-used to aid
  in pumping grout. This is a sole source requirement because
  of existing patents. See Numbered Note(s): 22.
CITE: (I-345 SN010663)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: X--Lease or Rental of Facilities
OFFADD: Federal Aviation Administration, Acquisition Mgmt. Branch,
  Eastern Region, Fitzgerald Federal Building, JFK Airport, Jamaica,
  NY  11430
SUBJECT: X -- ESTABLISHMENT OF A QUALIFIED VENDORS LIST
POC Catherine M. DeToma       (718) 553-3078    Contracting Officer
DESC: The date to return the Screening Information Request forms
  for Weather Observation Services at DuBois-Jefferson County
  Airport, has been extended to December 15, 1996.  All other
  information remains unchanged.
EMAILADD: CBDAEA_at_AEA50@mail.hq.faa.gov
EMAILDESC: 
CITE: (I-345 SN010591)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: X--Lease or Rental of Facilities
OFFADD: U. S. Postal Service, Denver Facilities Service Office,
  8055 E. Tufts Ave., Ste 400, Denver, CO 80237-2881
SUBJECT: X -- NEW CONSTRUCTION LEASED, MESQUITE, NM
SOL 072976-97-A-0054
DUE 012497
POC John L. Brieck, Real Estate Specialist, (505) 875-0376.
DESC: This modification is to correct the proposal due date to
  read 01/24/97
CITE: (I-345 SN010648)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: United States Property and Fiscal Office for Ohio, ATTN:
  AGOH-PF-PC, 2811 West Dublin Granville Road, Room 211, Columbus,
  Ohio 43235-2788
SUBJECT: Y--CONSTRUCT ALTERATIONS FOR BUILDING 875
SOL DAHA33-97-B-0003
POC Major Kay Hensen, (614) 889-7207.
DESC: Construct Alterations for Building 875, Ohio Air National
  Guard, Rickenbacker International Airport, Columbus, Ohio.
  Work involves renovation of the interior of a 40,000 sf industrial
  facility. The new space will be predominantly administrative
  space, with some shop space and warehousing space. The project
  calls for the erection of partition walls of drywall on metal
  studs, suspended acoustical ceilings, carpet and tile flooring,
  fluorescent light fixtures, fire detection/suppression, heating,
  air conditioning, and plumbing. The project is estimated to
  cost between $1,000,000.00 and $5,000,000.00. This solicitation
  is unrestricted. The   Standard Industrial Classification (SIC)
  Code is 1542. The applicable small business size standard including
  affiliates is no more than $17.0 Million average annual revenue
  for the previous three years. The solicitation package will
  be issued on or about December 19, 1996, with bid opening 30
  days later. There is a Seventy ($70.00) dollar non-refundable
  charge for the solicitation package. Payment must be paid in
  the form of a cashier's check, certified check, or money order
  payable to the U.S. Treasury. Request for Packages must be
  in writing, no telephone of facsimile requests will be accepted.
  Indicate the firm's size status such as large business, small
  business, small   disadvantaged business, or 8(a) when requesting
  the solicitation. All responsible sources may submit a bid
  which shall be considered. Direct written requests to the United
  States Property and Fiscal Office for Ohio, ATTN: AGOH-PF-PC,
  2811 W. Dublin Granville Rd., Room 211, Columbus, Ohio 43235-2788.
CITE: (M-345 SN010470)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: United States Property and Fiscal Office for Ohio, ATTN:
  AGOH-PF-PC, 2811 West Dublin Granville Road, Room 211, Columbus,
  Ohio 43235-2788
SUBJECT: Y--CONSTRUCT ALTERATIONS FOR BUILDINGS 885 & 888
SOL DAHA33-97-B-0002
POC Major Kay Hensen, (614) 889-7207.
DESC: Construct Alterations for Buildings 885 & 888, Ohio Air
  National Guard, Rickenbacker International Airport, Columbus,
  Ohio. Work involves renovation of the interiors of two large
  Aircraft Hangars. The project for Building 885 includes renovation
  of the existing locker room and shower area; and renovation
  of existing maintenance area for a Non-Destructive Inspection
  (NDI) Shop. The project for Building 888 includes converting
  aircraft maintenance bays into: an Aerospace Ground Equipment
  Shop; an Aircraft Engine Shop; a Survival Equipment Shop; an
  Aircraft Parts Warehouse; locker room; administrative office
  space; and the construction of a 60+ foot fire   resistance
  wall. These projects will include additional partition walls
  of drywall on metal studs, suspended acoustical ceilings, carpet
  and tile flooring, new electrical fixtures, fire detection/suppression,
  heating, air conditioning, and plumbing. The project is estimated
  to cost between $1,000,000.00 and $5,000,000.00. This solicitation
  is unrestricted. The Standard Industrial Classification (SIC)
  Code is 1542. The applicable small business size standard including
  affiliates is no more than $17.0 Million average annual revenue
  for the previous three years. The solicitation package will
  be issued on or about December 19, 1996, with bid opening 30
  days later.   There is a Seventy ($70.00) dollar non-refundable
  charge for the solicitation package. Payment must be paid in
  the form of a cashier's check, certified check, or money order
  payable to the U.S. Treasury. Request for Packages must be
  in writing, no telephone or facsimile requests will be accepted.
  Indicate the firm's size status such as large business, small
  business, small disadvantaged business, or 8(a) when requesting
  the solicitation. All responsible sources may submit a bid
  which shall be considered. Direct written requests to the United
  States Property and Fiscal Office for Ohio, ATTN: AGOH-PF-PC,
  2811 W. Dublin Granville Rd., Room 211, Columbus, Ohio 43235-2788.
CITE: (M-345 SN010471)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: U.S. Army Engineer District, Savannah, 100 W. Oglethorpe
  Avenue, Savannah, GA 31402
SUBJECT: Y -- REPAVE VARIOUS TERMINAL ROADS - MILITARY OCEAN
  TERMINAL, SUNNY POINT, NC
SOL DACA21-97-B-0016
DUE 020397
POC Gregory Hixson (Technical Questions) 912/652-5189 Linda Elliott
  (Contractual Questions) 912/652-5076.
DESC: Description of Work: Provide asphalt overlay and asphalt
  surface treatment to existing roads. Provide full and partial
  depth repairs and seal cracks as specified. Provide turnout
  widening, shoulder regrading, pavement marking, and herbicide
  treatment for roads. Network Analysis System will be required.
  Estimated cost range of project is from $500,000 to $1,000,000.
  Charge for solicitation documents is $25. Make check payable
  to F&A Officer. Solicitation documents will be available January
  2, 1997 (approx.). In order to receive documents in a timely
  manner, requests should be received by December 23, 1996. This
  solicitation is issued on an unrestricted basis pursuant to
  the "Business Opportunity Development Reform Act of 1988" (Public
  Law 100-656). Only written requests for plans and specifications
  will be accepted. State area code, telephone number, street
  address and nine-digit zip code. Plans and specifications are
  available Monday through Friday, 8:30 A.M. to 5 P.M., 100 West
  Oglethorpe Avenue, Savannah, Georgia 31401-3640.
CITE: (I-345 SN010519)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: DOI, FISH & WILDLIFE SERVICE  PO BOX 25486 DFC, DENVER,
  COLORADO 80225
SUBJECT: Y--STORAGE BUILDING
SOL 60181-7-057
DUE 020497
POC Contracting Officer, Diana T. Boehning  303/236-4772 x230
DESC: Furnish and erect a nominal 30' x 65' storage building
  of post-type construction with wood frame and preformed metal
  siding and roofing.  To include: all metals, carpentry and
  finishes to construct building; furnishing and placing the
  gravel subbase; construct a concrete slab on grade; and furnishing
  and installing the vapor barrier and manhole frame and cover.
   Hotchkiss National Fish Hatchery, Hotchkiss, Colorado.  The
  request for quote will be issued on or about January 6, 1997.
   The Government estimate is under $50K.  This is a total small
  business set-aside.  Submit requests for RFQ via FAX 303/236-4791.
CITE: (I-345 SN010573)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Inland Empire Job Corps Center, 3173 Kerry Street, San
  Bernardino, California 92407
SUBJECT: Y--ASPHALT & CURBING
SOL 9703
POC Purchasing Agent, Andrew Zody, (909) 887-6305, x205.
DESC: The Inland Empire Job Corps Center is soliciting vendors
  for the construction of a new access roadway entrance into
  this center's grounds. Project to include, but not limited
  to: constructing access roads, parking areas, curbs, gutters
  and sidewalks; handicap ramps; storm drains, sewer and water
  connections; demolish portions of existing entrance. Bidders
  may contact purchasing for a bidders packet until 1-30-97.
  Bidders must attend the job walk, date to be determined.
CITE: (M-345 SN010599)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Department of the Army, Baltimore District, Corps of
  Engineers, 10 South Howard Street, Room 7000, P.O. Box 1715,
  Baltimore, MD  21201-1715
SUBJECT: Y -- EAST MOUNT ZION LANDFILL, LANDFILL CAP CONSTRUCTION,
  SPRINGETTSBURY TOWNSHIP, YORK COUNTY, PA
SOL DACW31-97-B-0011
DUE 012797
POC Marie Johnson or Betty Schneider, 410-962-3464 or 962-5638
DESC: Correction:  The above solicitation, which appeared in
  the CBD on 10 December 1996, should also state the following:
   Notice of Evaluation Preference for SDB Concerns - Construction
  Acquisition - Test Program (Apr 96), has been incorporated
  into this solicitation.  The total for the project, or for
  each option year or for each additive/deductive shall include
  a line item for total bonding costs.  FAILURE BY THE OFFEROR
  TO SUBMIT A PRICE FOR BONDING COSTS WILL RENDER THE OFFER NON-RESPONSIVE.
   SUBCONTRACT PLAN REQUIREMENTS: Prior to award, the selected
  large business, low bidder must submit an acceptable subcontracting
  plan within the time limit prescribed by the Contracting Officer,
  consistent with Section 806(b) of Public Laws 100-180, 95-507,
  99-661.  A minimum of 60% of the total planned subcontracting
  dollars shall be placed with small business concerns. At least
  5% of the total planned subcontracting dollars shall be placed
  with small disadvantaged business concerns, to include Historically
  Black Colleges and Universities/Minority Institutions, and
  a minimum of 5% of all subcontracting dollars be placed with
  women owned small businesses.  A plan is NOT required with
  the bid.
CITE: (I-345 SN010674)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Department of the Army, Baltimore District, Corps of
  Engineers, 10 South Howard Street, Room 7000, P.O. Box 1715,
  Baltimore, MD  21201-1715
SUBJECT: Y -- MAINTENANCE DREDGING FISHING BAY, DORCHESTER COUNTY,
  MD
SOL DACW31-97-B-0012
DUE 123096
POC Marie Johnson or Betty Schneider, 410-962-3464 or 962-5638
DESC: Hydraulically dredge approximately 130,000 cubic yards
  of material from the Fishing Bay Project (Farm Creek, McCready's
  Creek, and Goose Creek) and place material in a combination
  of previously used upland sites and beach mourishment sites.
   Constructioin of geotextile tube offshore breakwaters, and
  plant marsh grasses.  Estimated cost is between $500,000.00
  and $1,000,000.00.  Completion no later than 120 calendar days.
   Full size plans and specs (8) $24.00 p/set. NON-REFUNDABLE.
   Make company check or money order payable to FAO, USAED-Baltimore.
   (No Cash Accepted)  Contractors are encouraged to provide
  their Federal Express account number at the time of request
  or have them picked up.  Issuance o/a 30 December 1996, Open
  o/a 30 January 1997.  All responsible sources may submit a
  bid which shall be considered by the agency.  Note:  This procurement
  is Small Business Set Aside.
CITE: (I-345 SN010676)

[Commerce Business Daily: Posted December 09, 1996]
[Printed Issue Date: December 12, 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--CLEAN FUEL TANKS AT LAUGHLIN AFB, TX
SOL F41685-97-R-0014
DUE 123096
POC Sylvia Garza, (210) 298-5495
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 inspect and clean above ground JP-8 bulk storage
  tanks, test certify and repair system.  This solicitation will
  be issued as full and open competition, project requirements
  will be made available on or  about 30 Dec 96.  The applicable
  small business size standard for interested small business
  concerns, including their affiliates, is not more than $5.0
  Million in average annual receipts for the preceding three
  years.  The standard  industrial classification code is 1389.
   Magnitude of this project is between  $25,000.00 and $100,000.00.
   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 offerors meeting this criteria set forth
  in the solicitation may submit an offer which will be considered
  by the government.  Written requests should  cite RFP No.
  F41685-97-R-0014 and should include your nine digit zip code.

CITE: (W-344 SN010229)

[Commerce Business Daily: Posted December 09, 1996]
[Printed Issue Date: December 12, 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--CLEAN FUEL TANKS AT LAUGHLIN AFB, TX
SOL F41685-97-R-0014
DUE 123096
POC Sylvia Garza, (210) 298-5495
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 inspect and clean above ground JP-8 bulk storage
  tanks, test certify and repair system.  This solicitation will
  be issued as full and open competition, project requirements
  will be made available on or  about 30 Dec 96.  The applicable
  small business size standard for interested small business
  concerns, including their affiliates, is not more than $5.0
  Million in average annual receipts for the preceding three
  years.  The standard  industrial classification code is 1389.
   Magnitude of this project is between  $25,000.00 and $100,000.00.
   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 offerors meeting this criteria set forth
  in the solicitation may submit an offer which will be considered
  by the government.  Written requests should  cite RFP No.
  F41685-97-R-0014 and should include your nine digit zip code.

CITE: (W-344 SN010230)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: National Park Service, Denver Service Center, P.O. Box
  25287 DSC-CAC, Denver, CO 80225-0287
SUBJECT: Z-RESURFACE RANCH ROADS AND OTHER IMPROVEMENTS, LYNDON
  B. JOHNSON NATIONAL HISTORICAL PARK, GILLESPIE COUNTY, TEXAS,
  LYJO-193
SOL 1443IB121199901
DUE 020397
POC Branch of Construction Contracts, 303/987-6744
DESC: The work of this contract consists of asphalt overlay;
  constructing new pullouts; reconstructing intersections and
  parking area; road realignment; cattleguard and wing wall replacement;
  constructing grasscrete access; surface drainage improvements;
  chip and seal; and associated site work.--Estimated price range,
  $1,000,000 to $2,500,000.--Time for completion, 150 calendar
  days.- -Bid opening date is approximate; actual date will be
  established at the time bidding documents are available.--All
  responsible sources may submit a bid which will be considered.
CITE: (D-344 SN010234)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Officer in Charge of Construction, Naval Facilities Engineering
  Command, Contracts Marianas (Guam), PSC 455, Box 175, FPO AP
  96540-2200
SUBJECT: Z-WATER BLASTING SERVICES TO VARIOUS U.S. NAVY FAMILY
  HOUSING LOCATIONS, GUAM, M.I.
SOL N62766-96-B-9022
DUE 020497
POC Contact M. Cris Calimlim, Contract Specialist, L. A. Guzman,
  Contracting Officer, Tel: (671) 333-2252
DESC: This procurement is a 100% set-aside for Small Business
  Concerns.  Those prospective offerors who are Small Businesses
  are invited to participate in this procurement.  The Offeror
  shall provide management, technical expertise, labor, material,
  supplies, equipment, supervision, and transportation necessary
  to perform Water Blasting Services to Various U. S. Navy Family
  Housing Locations, Guam, M.I.  The services shall be composed
  of water blasting sidewalks, walking paths, curbs, concrete
  driveways, trash pick-up and mail boxes, concrete pads, bus
  shelters, and exterior wall (synthetic stucco) to remove embedded
  dirt, mildew, molds, or fungus, oil and grease residue, other
  foreign matter and deleterious materials.  These services are
  to be performed under a Fixed Price/Indefinite Quantity Type
  Contract.  Specifications are expected to be ready for issue
  on or about 31 December 1996. Availability of the solicitation
  is limited and will be furnished on a first-received, first-served
  basis.  For more information, please contact the Contracts
  Office at the above address or phone numbers.  SIC CODE 7349
CITE: (I-345 SN010275)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Director Strategic Systems Programs, 1931 Jefferson Davis
  Hwy, Arlington, VA 22241-5362
SUBJECT: Z--FACILITY CAPITAL MAINTENANCE IN SUPPORT OF THE TRIDENT
  II(D5) MISSILE PROGRAM
POC Barry A. Rothenberg, (703) 607-0822.
DESC: This procurement will provide capital maintenance of facilities
  at the Naval Industrial Reserve Ordnance Plant (NIROP) Magna,
  Utah in support of the TRIDENT II (D5) Missile Program. Negotiations
  will be conducted with Alliant Techsystems Inc., Bacchus Works,
  Magna, Utah 84044-0098, the contractor having custody of the
  property and use of the facilities on which the work is to
  be performed. Interested parties should contact Alliant at
  the above address. See Note 22. SECURITY CLEARANCE REQUIRED.
CITE: (M-345 SN010476)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: U.S.P.F.O. for MA, Contracting, 143 Speen St., Natick
  MA 01760-2599
SUBJECT: Z -- UPGRADE HEATING DISTRIBUTION SYSTEM
SOL DAHA19-97-B0001
DUE 012397
POC William B. Devitt, Contract Specialist, 508-233-5761 FAX
  508-233-6122.
DESC: PRE-SOLICITATION: The project covered by this statement
  consists of furnishing all plant, labor, supplies, equipment,
  materials and transportation for upgrading the heating system
  for the main aircraft hangar (Building #15) in accordance with
  the Plans and Specifications. The project includes replacing
  an existing boiler and converting another boiler to hot water.
  Heat fixtures and piping will be replaced. Work involves all
  associated demolition, some site work, removal of trench drains
  and associated electrical work and does include asbestos removal.
  Project has critical time parameters as follow: a. Heat system
  will not be off prior to 15 April 97, b. Hangar will be available
  for use during June 1997. There is one additive bid item for
  painting and sealing the hangar floor. All work to be performed
  at Barnes Air National Guard Base, Westfield, MA in accordance
  with the plans and specifications. Performance period is for
  180 days after receipt of the Notice to proceed. Estimated
  magnitude of construction is between $250,000.00 and $500,000.00.
  Interested parties qualified to perform work under SIC 1711,
  Plumbing, Heating and Air Condi-tioning, should notify this
  office, in writing, of their intrest in bidding as the prime
  contractor. Bid packages are not yet available but anticipated
  issue date is on/about 23 DEC 96.
CITE: (I-345 SN010510)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: OICC/ROICC Jacksonville, NAVFACENGCOM Contracts, 1005
  Michael Rd., Camp Lejeune, NC 28547-2521
SUBJECT: Z -- INTERIOR PAINTING & FINISHED SURFACE PREPARATION
  OF FAMILY HOUSING AT THE MARINE CORPS BASE, CAMP LEJEUNE, NORTH
  CAROLINA AND MARINE CORPS AIR STATION, NEW RIVER, JACKSONVILLE,
  NORTH CAROLINA
SOL N62470-96-B-4940
DUE 013097
POC Kathie Rowe, (910) 451-2582, FAX (910) 451-5629
DESC: The Contractor shall provide all labor, supervision, tools,
  materials, equipment and transportation necessary for preparation
  of surfaces and application of paint on interior surfaces of
  family housing units; waxing of floors; and refinishing of
  certain wood floors, doors, stairs and landings, handrails
  and newel posts, as well as refinishing of cabinets; and incidental
  related work. Indefinite Quantity Contract to be awarded for
  a period of one year with a guaranteed minimum of $45,000,
  commencing 15 days after award. Estimated cost range $1,000,000
  - $5,000,000. The proposed contract is unrestricted, the size
  standard for which a concern, including its affiliates, having
  sale or receipts for its preceding three fiscal years not in
  excess of $7,000,000. Plans and specifications will be available
  on or about 31 December 1996 until supply is exhausted. TELEPHONE
  REQUESTS WILL NO LONGER BE HONORED. ONLY WRITTEN AND FAX REQUESTS
  WILL BE ACCEPTED. Please state area code, telephone number,
  street address, nine-digit zip code and whether you are participating
  as a prime or subcontractor. Requests for plans and specifications
  should be FAXED to Ms. Kathie Rowe. PLEASE NOTE: FAX# (910)
  451-5629. All responsible sources may submit an offer which
  will be considered. No deposit Required.
CITE: (I-345 SN010516)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Operational Contracting Office, 8110 Industrial Dr.,
  Suite 200, USAF Academy, CO 80840-2315
SUBJECT: Z - - BASEWIDE UTILITY REQUIREMENTS CONTRACT, PROJECT
  96-2000
SOL F0561197B0201
DUE 022497
POC Margaret Wages (719) 333- 4744/ Contracting officer, John
  Peters (719) 333- 2734
DESC: Project includes, but is not limited to, repairing and
  upgrading the base-wide utility systems.  Contractor shall
  provide all labor, materials and equipment necessary to perform
  the following:  Install, repair, and replace the water distribution
  system, sanitary sewer system, storm sewer system, natural
  gas distribution system, high tempature hot water, electrical
  distribution, transmission, and lighting system, pavement repair,
  seeding and sodding.  The resultant contractor will be permitted
  storage on site.  performance period will be one year from
  the date of award with two one-year options.  A minimum of
  $100,000 per year is guaranteed.  The contract maximum is $9,000,000.00
  worth of work over the term of the contract.  Responsible sources
  may request this solicitation by letter, or fax (719) 333-4404
  containing their business size and street address.  For informational
  purposes the applicable SIC code and small business size standard
  for this solicitation is one where the average annual receipts
  of the concern and its affiliates for the preceding three fiscal
  years does not exceed $7 million, applicable SIC code is 1623.
   This solicitation is being competed as unrestricted IAW the
  Small Business Competitie Demonstration Program.  Bids will
  be evaluated in accordance with DFARS 252.219-7008 entitled
  "Notice of Evaluation Preference for Small Disadvantaged Business
  Concerns-Construction Acquistions-Test Program".  The soliciation
  is tentatively scheduled for issuance on or about 9 Jan 97.
   Women owned and small disadvantaged business concerns are
  encouraged to submit offers.  Copies of this solicitation are
  limited to 60 and availability is on a first come first served
  basis.  Concerns may review the solicitation at this address
  or local plan rooms if copies are no longer available. 
CITE: (W-345 SN010549)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 5th Contracting Squadron/LGCV, 211 Missile Ave, Minot
  AFB, ND 58704-5027
SUBJECT: Z--REMOVE CONSTRUCTION DEBRIS AND SOIL
SOL F3260497Q0190
DUE 010197
POC SSgt Bartelt (701) 723-4177, Contracting Officer: Delores
  Smith (701) 723-3829.
DESC: The Contractor shall provide all personnel, equipment,
  tools, materials, supervisions, and other items and services
  necessary to perform all work required to accomplish removal
  of construction debris and soil, including backfill, grade
  and seeding the area at the west end of the runway at Minot
  AFB, ND as defined in the performance work statement. Work
  is 100% General. The work is not in a restricted area. Performance
  period is 120 days. All requests for solicitation must be writing
  to include point of contact, solicitation number, phone and
  FAX number, and size of business. Request for solicitation
  may be Faxed to (701) 723-4173. Issue date O/A 10 Dec 96. This
  project is set aside for small business concerns, (see number
  item 1).
CITE: (M-345 SN010568)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: U.S. Postal Service, Facilities Service Office, Attn:
  Marsha Crisp, P.O. Box 27497, Greensboro, NC 27498-1103
SUBJECT: Z--PARKING DECK REPAIRS AT THE GENERAL MAIL FACILITY,
  591 BREVARD ROAD, ASHEVILLE, NC 28810-9998.
SOL 362575-97-A-D187
DUE 012397
POC Dorothy L. Dawson, Facilities Contract Specialist (910) 665-2875.
DESC: The work includes furnishing of all labor, materials, equipment,
  licenses, permits, and services necessary for and incidental
  to the removal of all the existing concrete to deck slab, insulation
  perimeter flashing and waterproofing membrane and replace with
  new. This project is to be completed in four phases. The estimated
  cost of the project is between $475,000.00 and $625,000.00
  with completion within 150 calendar days after receipt of Notice
  to Proceed. Solicitation packages are available at $25.00 per
  set, non-refundable, referencing Solicitation No. 362575-97-A-D187.
  Your request(s) must have only this solicitation number 362575-97-A-D187
  on your check/money orders and made payable to: U.S. Postal
  Service. Do Not Send Cash. Solicitation packages will be issued
  on or about December 23, 1996.
CITE: (M-345 SN010569)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Facilities Service Office, U.S. Postal Service, P.O.
  Box 701, Columbia, MD 21045-0701
SUBJECT: Z--HVAC UPGRADE AND INSTALL A/C, MPO, MARIETTA, OH 45750-9998
SOL #232098-97-A-0032
DUE 011497
POC Joan Robinson, Facilities Contract Specialist, (410) 997-6241.
DESC: The U.S. Postal Service is soliciting proposals for the
  replacement of the existing heating system and the addition
  of an air conditioning system at the Marietta OH Main Post
  Office, located at 275 Front St. The work includes but is not
  limited to, asbestos removal, removal and disposal of the existing
  boiler and piping, provide and install a new hot water boiler
  and piping and air conditioning, and related work. To be considered
  responsive the contractor/proposer must have a minimum of five
  (5) years as a contractor and previous experience on similar
  projects. Other requirements include the following: (1) Successful
  completion and favorable references for similar projects; (2)
  Financial stability. The proposals will be evaluated in the
   areas listed in descending order of importance: (1) cost/price,
  (2) previous experience, (3) references, and (4) financial
  stability. The award will be made on the offer determined to
  be in the best interest of the Postal Service. Project will
  be bid on the basis of a single prime contract. The estimated
  price range is between $400,000.00 and $500,000.00 with completion
  within 180 calendar days after receipt of the Notice to Proceed.
  Proposals are due by 4:00 p.m. on January 14, 1997. Plans and
  specifications will be available on or about December 13, 1996
  at a cost of $45.00 per set, Non-Refundable. Make Checks/Money
  Orders payable to: USPS Disbursing Officer, referencing Solicitation
  #232098-97-A-0032. Please Do Not Send Cash. Address to obtain
   solicitation packages is as follows: Lee & Gegner Associated
  Architects, Attn: Steve Gegner, 326 Front St., Marietta OH
  45750-2900. Offers will not be publicly opened. The number
  of offers received, the identity of the offerors, the amount
  of any one offer, or relative standing of the offer will not
  be disclosed to anyone except those postal personnel whose
  official duties require such information until award of contract
  is made. The Postal Service reserves the right to reject any
  or all offers.
CITE: (M-345 SN010571)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 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, Virginia 23709-5000
SUBJECT: Z--REPLACE ROOF, BUILDING 261, NORFOLK NAVAL SHIPYARD,
  PORTSMOUTH, VIRGINIA
SOL N62470-96-5077
DUE 012997
POC Bid Packages, Sandra Johnson, (757) 396-5121; Contract Specialist,
  Laura L. Lathrop; Contracting Officer, Rosalind D. Rogers.
DESC: The work includes removing and disposing of the existing
  16 year old built-up roof system, including roof drains and
  rain leaders serving the approximately 88,200 SF roof area
  of Building 261, and provision of a new, 2-layer modified bitumen
  roofing system, roof drains and rain leaders, and incidental
  related work, such as cleaning of subsurface drainage structures
  into which storm drainage from building from building is directed,
  disconnection of steam condensate lines from existing roof
  drains and provision of separate flash tanks to isolate their
  impact on roof drainage, etc. Estimated cost range: $1,000,000
  to $5,000,000. 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 30 December
  1997. A limited number of plans and specifications will be
  available on a first-come-first-served basic 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-345 SN010574)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: US ARMY CORPS OF ENGINEERS, CHIEF, CONTRACTING DIVISION,
  P.O. BOX 2711, LOS ANGELES CA 90053-2325
SUBJECT: Z--LOS ANGELES RIVER ESTUARY MAINTENANCE DREDGING, LONG
  BEACH, CALIFORNIA
SOL DACW09-97-B-0004
DUE 022597
POC Plans and Specifications 213)452-3253/3257 (Site Code DACW09)
DESC: The work consists of Maintenance Dredging of the Entrance
  Channel to Queen's Way Marina. The Standard Industrial Classification
  (SIC) code is 1629, Dredging and Surface Cleanup Activities,
  $13.5M average annual gross revenue for the last (3) three
  fical years. Estimated cost range is 500,000.00 to 1,000,000.00.
  Plans and Specifications will be available on or about January
  22, 1997 at a cost of $8.00 half size dwgs with specs and $10.00
  full size dwgs with spec non refundable. All responsible sources
  ust submit an offer. Small and Disadvantaged firms are encouraged
  to participate as a Prime Contractors or as members of joint
  ventures with other small businesses. In addition, all interested
  contractors are reminded that the successful contractor will
  be expected to place subcontracts to the maximum practicable
  extent with small and disadvantaged firms in accordance with
  the provisions of Public Law 95- 507. " To beconsidered small,
  a firm must perform the dredging of at least 40% of the yardage
  with its own dredging equipment owned by another small dredging
  concern."
CITE: (I-345 SN010580)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 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, Virginia 23709-5000
SUBJECT: Z--REPLACE ROOF, BUILDING 261, NORFOLK NAVAL SHIPYARD,
  PORTSMOUTH, VIRGINIA
SOL N62470-96-5077
DUE 012997
POC Bid Packages, Sandra Johnson, (757) 396-5121; Contract Specialist,
  Laura L. Lathrop; Contracting Officer, Rosalind D. Rogers.
DESC: The work includes removing and disposing of the existing
  16 year old built-up roof system, including roof drains and
  rain leaders serving the approximately 88,200 SF roof area
  of Building 261, and provision of a new, 2-layer modified bitumen
  roofing system, roof drains and rain leaders, and incidental
  related work, such as cleaning of subsurface drainage structures
  into which storm drainage from building from building is directed,
  disconnection of steam condensate lines from existing roof
  drains and provision of separate flash tanks to isolate their
  impact on roof drainage, etc. Estimated cost range: $1,000,000
  to $5,000,000. 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 30 December
  1997. A limited number of plans and specifications will be
  available on a first-come-first-served basic 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-345 SN010589)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 92d Contracting Squadron W. 110 Ent St. (Suite 200),
  Fairchild AFB, WA 99011-9403, Attn: Theodore D. Sweet, Director
  Of Business Programs
SUBJECT: Z-REPAIR NOSE DOCK RAMPS, FAIRCHILD AFB, WASHINGTON
SOL F45613 97 R0004
DUE 021097
POC Contracting Officer, Mr David E. Olson, (509) 247-4867
DESC: The work for this project consists of, but  is not limited
  to, the removal and  replacement of  approximately 2.4 acres
  of airfeild pavement asphaltic concrete  pavement (ACP), subgrade,
  inactive fuel facilities and other apron appurtenan- ces.
  The contractor shall furnish all materials, labor, tools, equipment,
  utilities, water and fuel supply, vehicular transportation
  and necessary incidental services  for: (1) removal and excavation
  of existing pavement and subgrade, (2) excava- tion, removal,
  and disposal of aboveground walls, mechanical and electrical
   components, steel doors, and miscellaneous materials, (3)
  soil inspection for  petroleum contamination, (4) removal,
  disposal, and/or treatment of contamin- ated soil, (5) construction
  of airfield subbase, base and pavement , as indicated, (6)
  painting, striping, and marking, as indicated.  Acquisition
  will be through competitive negotiation procedures with qualified
  offerors.  The areas of eval- uation and their relative rank
  order, as stated in Section M of the solicitation, the Government
  will award a contract resulting from this solicitation to the
  respon- sible  offeror whose offer conforms to the solcitation
  requirements and will  provide the best value to the Government
  considering price and past perform- ance.  Performance period
  for this project is 75 calendar days.  The SIC code is 1611.
   Estimated construction cost is between $250,000 and $500,000
  and shall be bid lump sum.  The work is located in a controlled
  area.  Government furnished materials are not provided.  This
  procurment will be evaluated using  past performance and cost
  factors.  Interested parties should provide evidence capacity
  to obtain bonds for a project of this magnitude, and information
  that  demonstrates a capability to perform projects of this
  magnatude.  To obtain further information or to request a
  solicitation package, contact the Contracting Officer, David
  E. Olson at (509) 247-4867.  Request for solicitation packages
   must be submitted in writting or by fax.  All responsible
  sources may submit a bid, proposal, or quotation which shall
  be considered by the agency.  The fax  number for the Contracting
  Office is (509) 247-5221.  This acqusistion is un- restricted,
  and will issue on or about 6 January 1997.    
CITE: (W-345 SN010590)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 81 CONS/LGCC, 200 FIFTH STREET, ROOM 102, KEESLER AFB,
  MS 39534-2102 Attn:/MS VICKI A. MORAN
SUBJECT: Z-CHILLER REPLACEMENT BLDG 7205, KEESLER AFB MS
SOL N/A
DUE 012397
POC MS VICKI A. MORAN tel: 601/377-1820/ROBERT F. WINLAND, CONTRACTING
  OFFICER
DESC: THIS PROJECT WAS PREVIOUSLY SYNOPSIZED AS F2260097B0007.
   THE MAGNITUDE OF PROPOSED CONSTRUCTION HAS BEEN CHANGED TO
  BETWEEN $1,000,000 AND $5,000,000.
CITE: (I-345 SN010597)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 92d Contracting Squadron W. 110 Ent St. (Suite 200),
  Fairchild AFB, WA 99011-9403, Attn: Theodore D. Sweet, Director
  Of Business Programs
SUBJECT: Z--RENOVATE EDUCATION CENTER, BLDG 2365, FAIRCHILD AFB,
  WASHINGTON
SOL F45613 97 R0005
DUE 021097
POC Contracting Officer, Mr David E. Olson, (509) 247-4867
DESC: This project consists of, but is not limited to, the interior
  renoivation of all buildings finishes,  replacement of all
  exterior ramps, construction of a new unisex bathroom, replacement
   of roofs on buildings 2367, and 2368, upgrade lighting and
  HVAC, and provide vapor  retarding in building 2370.  All
  work is to  comply with Air Mobility Command  and base  standards
  and the Americans with Disabilities Act.  Also included in
  this project is the  complete demolition and refinishing of
   all interior and  specified exterior finishes.  Estimated
   cost is between $500,000 and $1,000,000.Government Fuurnished
  materials are not included. The SIC is 1542.  Performance
  period is 150 calendar days.  The work is not located in a
   restriced area or a controlled area. Acqusition will be through
  competitive negotiation procedures  with qualified offerors.
   The areas of evaluation and their relative rank order, as
  stated in Section  M of the solicitation, the government will
  award a contract resulting from this solicitation to  thesponsible
  offeror whose offer conforms to the solicitation requirements
  and will provide the  best value to the government considering
  price and past performance.  All responsible sources may submit
  a bid, proposal, or quotation which shall be considered by
  the agency.  Interested parties should provide evidence of
  capacity to obtain bonds for a project of this magnitude,
  and information that demonstrates a capability to perform projects
  of this magnitude.  To  obtain further information or to request
  a solicitation package, contact the Contracting Officer, David
  E. Olson, at (509) 247-4867.  Request for solicitation packages
  must be  submitted in writing or by FAX.  The FAX number for
  the Contracting Office is (509) 247-5221.  The acquisition
  is unrestricted, and will issue on or about 9 Jan 97.  
CITE: (W-345 SN010600)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Resident Officer in Charge of Construction, Attn: Contracting
  Officer, 181 Wainwright Rd, Halligan Hall,Stop 21A,U.S. Naval
  Academy,Annapolis, MD 21402-5013
SUBJECT: Z -- PRE SOLICITATION NOTICE -- REPLACE ICE RINK CHILLER
  AND COOLING TOWER, DAHLGREN HALL, U.S. NAVAL ACADEMY, ANNAPOLIS,
  MD
SOL N62477-96-B-0523
DUE 020397
POC David Julian 410-293-3163
DESC: The project will include replacement of the ice rink refrigeration
  system at Dahlgren Hall.  The new system shall be a multi-compressor,
  reciprocating water cooled brine (40% Ethylene Glycol) chiller,
  specifically manufactured for ice rink duty.  The existing
  cooling tower, associated piping and equipment located within
  the existing outdoor cooling tower enclosure shall be replaced
  with one new forced draft counter flow cooling tower and associated
  piping.  This project is UNRESTRICITED.  All responsible sources
  are encouraged to respond. The SIC code for this project is
  1711.  The projected date for the availability of the solicitation
  is 2 January 1997.  The projected bid opening is 2 February
  1997.  The estimated cost range for this project is between
  $250,000.00 and $500,000.00.  There is a non-refundable charge
  of $23.00 for this solicitation payable by check or money order
  to the Treasurer of the United States.
CITE: (I-345 SN010609)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Resident Officer in Charge of Construction, Attn: Contracting
  Officer, 181 Wainwright Rd, Halligan Hall,Stop 21A,U.S. Naval
  Academy,Annapolis, MD 21402-5013
SUBJECT: Z -- IFB -- REPLACE ICE RINK CHILLER AND COOLING TOWER,
  DAHLGREN HALL, U.S. NAVAL ACADEMY, ANNAPOLIS, MD
SOL N62477-96-B-0523
DUE 020397
POC David Julian 410-293-3163
DESC: The project will include replacement of the ice rink refrigeration
  system at Dahlgren Hall.  The new system shall be a multi-compressor,
  reciprocating water cooled brine (40% Ethylene Glycol) chiller,
  specifically manufactured for ice rink duty.  The existing
  cooling tower, associated piping and equipment located within
  the existing outdoor cooling tower enclosure shall be replaced
  with one new forced draft counter flow cooling tower and associated
  piping.  This project is UNRESTRICITED.  All responsible sources
  are encouraged to respond. The SIC code for this project is
  1711.  The projected date for the availability of the solicitation
  is 2 January 1997.  The projected bid opening is 2 February
  1997.  The estimated cost range for this project is between
  $250,000.00 and $500,000.00.  There is a non-refundable charge
  of $23.00 for this solicitation payable by check or money order
  to the Treasurer of the United States.
CITE: (I-345 SN010610)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 17th CONS/LGC, Goodfellow AFB TX 76908-4705 Attn:/Lt
  Lawrence Kokocha
SUBJECT: Z--UTILITIES UPGRADE IDIQ 
SOL F41614-97-B0002
DUE 020497
POC Tsgt Renardo C. Hollowell tel (915) 654-3806/Walter M. Houston
  (915) 654-5174
DESC:    The proposed work includes, but is not limited to, furnishing
  and installing new  water, sanitary sewer, storm drainage
  lines and replacement of existing water,  sanitary sewer,
  storm drainage lines and unclassified exacavation. Demolition
  of existing and installation of new fire hydrants, valves,
  taps, fittings,  road bores, storm sewer curb inlet boxes,
  storm sewer grate inlet boxes,  sanitary sewer manholes, and
  backfill material to be furnished and installed. Performance
  time is 365 days with one option year.  Acquisition will be
  unrestricted  in accordance with public law and federal acquisition
  regulations.  The magnitude  of this project is between $1.0M
  and $5.0M (SIC-1623 size standard  $17M).  Bids from all responsible
  bidders will be accepted.   Statement Of Work (SOW), plans,
  schedules, drawings, and specifications will be  distributed
  via electronic media.  PRINTED SOW, plans, schedules, drawings,
  and  specifications will only be provided at time of award
  only.  Requests may be made by letter or FAX (915/654-3255).
   Telephone requests will NOT be considered.   Estimated issue
  date of sloicitation 30 Dec 96.  Bid opening tentatively scheduled
   for 04 Feb 97.  When  available, solicitation will be limited
  to one per requester. 
CITE: (W-345 SN010617)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Department of the Army, Baltimore District, Corps of
  Engineers, 10 South Howard Street, Room 7000, P.O. Box 1715,
  Baltimore, MD  21201-1715
SUBJECT: Z -- RENOVATE BUILDING 1675, FORT DETRICK, MD
SOL DACA31-97-B-0013
DUE 123196
POC Marie Johnson or Betty Schneider, 410-962-3464 or 962-5638
DESC: Renovate existing warehouse for storage and renovate existing
  administrative area.  Project includes changes in existing
  electrical service, new lighting, new HVAC ducting, ADA provisions,
  revisions to existing sprinkler system and new carpet and ceiling.
   Estimated cost is between $100,000.00 and $250,000.00.  Completion
  no later than 180 calendar days.  Full size plans and specs
  (9) $24.00 p/set; half size $17.75 p/set.  NON-REFUNDABLE.
   Make company check or money order payable to FAO, USAED-BAltimore.
   (No Cash Accepted).  Contractors are encouraged to provide
  their Federal Express account number at the time of request
  or have them picked up.  Issuance o/a 31 December 1996, Open
  o/a 4 February 1997.  All responsible sources may submmit a
  bid which shall be considered by the agency.  Note:  This procurement
  is Unrestricted.
CITE: (I-345 SN010677)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 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 ELECTRICAL DISTRIBUTION SYSTEM AT MCGUIRE
  AFB NJ
SOL F28609-96-B0010
DUE 020597
POC Craig King, Contact Specialist, at 609-724-3519.
DESC: Replace electrical power distribution system at McGuire
  AFB. WRITTEN REQUESTS ONLY - Fax requests accepted at (609)724-5931.
  Work to be performed includes but is not limited to the following:
  All primary and secondary aerial electrical power distribution
  and street lighting circuits shall be removed from poles and
  disposed of by the contractor. Switches, transformers, lighting
  fixtures and all associated equipment shall be removed and
  disposed of by the contractor. New 12.47/7.2KV electric power
  distribution and 240V street lighting circuits shall be installed
  underground. Performance period is 240 calendar days from receipt
  of Notice To Proceed. IFB will be issued on or about 6 January
  97. The proposed procurement listed herein is unrestricted.
  Standard Industrial Classification Code for this procurement
  is 1623. Any concerns responding to this solicitation is classified
  as a small business if the average annual receipts of the concern
  and its affiliates for the preceding three fiscal years do
  not exceed $17.0 million dollars. Proposed contract is between
  $1,000,000.00 and $5,000,000.00.
CITE: (I-345 SN010685)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Public Works Office, Naval Weapons Station Earle Colts
  Neck, NJ 07722-5025
SUBJECT: Z -- REPLACE HEATING SYSTEM IN BUILDING C-33 AT NAVAL
  WEAPONS STATION EARLE COLTS NECK, NJ 07722-5025.
SOL N62472-95-Q-4243
DUE 012297
POC MR. Brian New Purchasing Agent (908) 866-2482.
DESC: 0Price for all labor, equipment, material and supervision
  necessary to demolish and remove the existing oil fired hot
  water boiler and HVAC with associated equipment. Contractor
  shall install a new boiler and HVAC system with 60,000 btu
  cooling and 125,000 btu heating capacity for building C-33.
  All work shall be completed within 90 days after date of award.
  A payment bond or alternate payment protection is required.
  The small business size standard (not set-aside) is $7.0 million.
  The SIC code code for this procurement is 1711. Interested
  companies shall express interest as soon as possible. A limited
  number of specifications shall be made available on a first
  come first serve basis. RFQs will be issued 6 Jan 97. NO COLLECT
  CALLS WILL BE ACCEPTED. Written requests only. FAX'd requests
  will be honored. FAX no. is (908) 866-1122.
CITE: (I-345 SN010687)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property--Potential
  Sources Sought
OFFADD: Department of Transportation, Federal Aviation Admin.
  (FAA), Procurement Branch, AWP-55, P.O. BOX 92007, WWPC., Los
  Angeles, CA.  90009-2007
SUBJECT: Z -- INSTALL DSR MODIFICATION, BUILDING REHABILITATION
  AND FIRE MODIFICATION AT THE LOS ANGELES ARTCC, PALMDALE, CA
SOL DTFA08-97-R-703634
POC Alice C. Clark (310) 725-7563 or FAX (310) 536-8550
DESC: The Federal Aviation Administration, has a requirement
  to renovate, the existing Control and Automation Wing in preparation
  for DSR equipment; rehabilitate Automation Wing and Control
  Wing Host Room and modify fire protection at Los Angeles Air
  Route Traffic Control Center, Palmdale, California. The Standard
  Industrial Classification (SIC) Code is 1542. The estimated
  price range for this acquisition is between $6,000,000.00 and
  $12,000,000.00. Screening Information Request (SIR) is the
  evaluation criteria used by FAA to evaluate offeror submittals.
  Screening decisions will be based on the evaluation criteria
  established in SIR. The purpose of the SIR is to obtain information
  which will allow the FAA to identify the offeror which provides
  the best value, make a selection decision and award the contract
  to conclude the competitive process. Specific evaluation factor(s)
  include:  (A) SPECIALIZED EXPERIENCE OF THE FIRM. Firm shall
  submit detailed review of at least two projects accomplished
  recently which demonstrate successful accomplishment of a business/office/industrial/commerce
  building renovation project where the facility remains operational
  during construction. These reviews must illustrate the scope
  of the effort, its complexity, how schedules were implemented
  and how objectives were met (include time tables). Projects
  completed for the Federal Government or FAA in particular should
  be included, if any.  (B) CAPABILITY AND CAPACITY OF FIRM TO
  ACCOMPLISH THE WORK. Firm shall submit a complete resume of
  the experience of each line and staff executive, supervisor
  and technical staff member presently employed by the company
  who will be devoting all or a majority of their time to this
  project. Resumes should include: name, educational background,
  present position or title, type of experience by years and
  any other information in sufficient detail to facilitate evaluation
  of qualification and administrative or technical competence.
  Special emphasis should be placed on experience with building
  renovation construction. Resumes of key individuals employed
  by subcontractors shall also be included. For executive/supervisory
  personnel a minimum of three years of direct executive or supervisory
  control of an organization is needed. Firm shall provide relevant
  recent experience and technical knowledge of project personnel
  and outside consultants. Firm shall provide current workload,
  total number of on-going projects, their construction value
  or fee and percentage of completion.  (C) ORGANIZATIONAL STRUCTURE.
  Information necessary to determine the organizational structure
  of the firm.  (D) PAST PERFORMANCE. Firm shall provide information
  on past performance on contracts with the Department of Transportation
  and other Government agencies and private industry in terms
  of cost control, quality of work, accuracy of construction
  cost estimates and the number, dollar amount and reasons for
  construction change orders. Include date showing the project
  original contract completion date and the actual contract completion
  date.  (E) FINANCIAL CAPACITY/BONDING INFORMATION/DCAA AUDIT,
  IF ANY. Firms shall provide net worth, banking references and
  credit references. Person(s) authorized by the firm to sign
  offers and contract documents.  (F) GEOGRAPHIC LOCATION. Construction
  firms proximity to the project construction site will be evaluated.
  Rating will be given to firms based upon location in descending
  order (1) within California (2) those firms located outside
  of California.  (G) PRE-QUALIFICATION OF SUBCONTRACTORS: Pre-screening
  documents and selection list of potential subcontracting firms
  will be required.  The actual subcontractor list will be required
  within 10 calendar days after contract award.  (H) MINORITY/WOMEN
  EMPLOYMENT. Firms shall provide the percentage of minority
  employees in all job classifications and pay scales. This will
  be evaluated in relation to the percentage of minorities in
  the immediate locality and general surrounding area. Identify
  the number of women in all classification and pay scales. 
  A REQUEST FOR OFFER (RFO) SOLICITATION PACKAGE WILL BE ISSUED
  ONLY TO THOSE OFFERORS THAT HAVE BEEN PRE-QUALIFIED FOR THIS
  PROCUREMENT. OFFEROR SHOULD FORWARD THEIR SUBMITTAL DOCUMENTS
  PACKAGE TO THE ADDRESS LISTED ABOVE. ALL SUBMITTAL DOCUMENTS
  MUST BE RECEIVED AT THE DESIGNATED OFFICE NO LATER THAN DECEMBER
  27, 1996.
CITE: (I-344 SN010235)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 10--Weapons
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 10-ARM,ASSEMBLY,LEVER
SOL N0010497QLB39
DUE 012897
POC Contact Point, Richard D Zmuda, 02132.7, (717)790-1703, Fax,
  (717)790-7335, Twx, Not-avail
DESC: NSN 1H-1015-15-056-0376-MI, SPEC NR TDP VER 002, Qty 5
  EA, Deliver to Defense Distrbution Depot San Diego San Diego
  CA , See Notes 1,9
CITE: (I-345 SN010425)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 10--Weapons
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 10-KITE-OTTER,MULTIPLA
SOL N0010497RJA62
DUE 012897
POC Contact Point, Wilson T Kury, 02131.13, (717)790-4768, Fax,
  (717)790-7317, Twx, Not-avail
DESC: NSN 7H-1075-00-391-9280, SPEC NR TDP VER 001, Qty 81 EA,
  Deliver to Defense Distrbution Depot San Diego San Diego CA
  , Receiving Officer Fisk Norfolk Norfolk VA , Contract 100
  Percent Small Business Set Aside, See Note 9
CITE: (I-345 SN010426)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 10--Weapons--Potential Sources Sought
OFFADD: ASC/YG Precision Strike System Program Office, Contracting
  Division (ASC/YGK), 102 West D Avenue, Suite 300, Eglin AFB
  FL 32542-6807
SUBJECT: 10 -- DSU-33A/B PROXIMITY SENSORS
SOL F08626-97-C-0114
POC Merilee Kennedy, Contract Specialist, (904) 882-8787 ext
  3109 or John Sullivan Contracting Officer, (904) 882-8515 ext
  2115.
DESC: The Precision Strike System Program Office (YG), Product
  Support Office (PSO), Contracting Directorate (YGK), Aeronautical
  System Center (ASC), Air Force Material Command (AFMC), Eglin
  AFB FL plans an acquisition of approximately 7,000 to 10,000
  DSU-33A/B proximity sensor units (P/N 9331005) to satisfy Navy
  inventory requirements. The DSU-33A/B proximity sensor (end
  item) is classified "Confidential". The sensors shall provide
  a doppler radar proximity function for General Purpose (GP)
  bombs, such as the M117 and MK 80 series, in both high and
  low drag configurations. These bombs will have fuze systems,
  such as the FMU-139/B, FMU-139A/B and FMU-152/B capable of
  initiating the sensor via the FZU-48 or the Fuze Function Control
  Set (FFCS) and accepting the sensor fire pulse for bomb detonation.
  The sensor shall be qualified (certifiable) for use on the
  following aircraft: Marine AV-8, Navy/Marine FA-18, and Air
  Force A-10, F-15, F-16, F-111, and B-52. The first delivery
  of this non-developmental item will be required eight months
  after contract award which is anticipated for Jun 97. A complete
  reprocurement data package is not available. The approved system
  specification and unauthenticated drawing package are available
  for informational purposes by contacting the Contracting Officer
  or the Contract Specialist shown below. At present, the DSU-33A/B
  proximity sensor units are being produced by Motorola, Inc.,
  of Scottsdale, Arizona. This synopsis is not a Request for
  Proposal (RFP) or an Invitation for Bid (IFB) and is not to
  be construed as a commitment by the Government. All responses
  to this synopsis shall be evaluated in the following areas:
  1)Ability to demonstrate technical knowledge of the radio frequency
  proximity sensor, production processes, and interface requirements
  in General Purpose (GP) bombs and related US Navy and Air Force
  aircraft, 2)Adequate production facilities and production capabilities
  to produce and assemble proximity sensor hardware in the absence
  of a technical data package, 3)Ability to deliver qualified
  hardware in accordance with production schedule, and 4)Ability
  to perform acceptance tests of the proximity hardware in accordance
  with approved procedures. Acquisition will be oriented toward
  a purchase of 8,000 - 10,000 units in an estimated price range
  not to exceed $14M (includes any qualification testing if and
  production facilitization if required) and postured toward
  a "buy to budget" or "variation in quantity" pricing methodology.
  Responses to this synopsis should be received within 30 days
  of the publication date and must state whether the potential
  source is a small business concern IAW FAR 52.219-1. The Air
  Force reserves the right to consider a small business set-aside
  based on the responses submitted. Responding firms must have
  a secret level security clearance and be export controlled
  certified, IAW DoD 5230.25. Export control certification may
  be obtained through the Defense Logistics Services Center,
  Battle Creek MI 49016-3412, telephone number 1-800-352-3572.
  An Ombudsman has been established for this acquisition. The
  only purpose of the Ombudsman is to receive and communicate
  serious concerns from potential offerors when an offeror prefers
  not to use established channels to communicate his/her concern
  during the proposal development phase of this acquisition.
  Potential offerors should use established channels to request
  information, pose questions, and voice concerns before resorting
  to use of the Ombudsman. Potential offerors are invited to
  contact ASC's Ombudsman, Colonel Timothy Kinney, ASC/SK, 205
  W. D Avenue, Suite 318, Eglin AFB FL 32542-6865 at (904) 882-9051
  with serious concerns only. For technical information on this
  synopsis, contact ASC/LIW (Linwood Rodgers, 904-882-8368, ext
  3063). For contracting questions or submission of a qualification
  package, contact ASC/YGK (John Sullivan, Contracting Officer,
  904-882-8515, ext. 2115 or Merilee Kennedy, Contract Specialist,
  904-882-8787, ext 3109 or FAX 904-882-7983). Collect calls
  will not be accepted. See Numbered Note 25 and 26.
CITE: (I-345 SN010487)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 12--Fire Control Equipment
OFFADD: US Army Armament and Chemical Acquisition and Logistics
  Activity (ACALA), ATTN: AMSTA-AC-PCC (WW5), Rock Island, IL
  61299-7630
SUBJECT: 12 -- PLOTTING BOARDS
SOL DAAE20-97R0018
DUE 020397
POC Contract Specialist: Carol C. Rivard (309) 782-3272, PCO:
  Barry Hartleben (309) 782-7116
DESC: 1220-00-602-7941, Part Number 8270330. Plotting Board and
  carrying case consisting of an acrylic plotting board, 20 5/8
  inches in diameter with engraved index lines and attached rotating
  arm. Water proof nylon cloth case approximately 24 x 23 inches.
  Requirements are a minimum quantity of 1,157 each and a maximum
  quantity of 5,075 each. 1240-01-059-7989, Part Number 11748086.
  Plotting Board material outside edges of core are filled with
  MIL-P-46094 plastic filler and finished with grid pattern on
  face of aluminum. Requirements are no established minimum quantity,
  but a maximum quantity of 1,536 each. FOB is Destination. All
  or part of this action is an unfunded FY97 requirement. Proposed
  contract is a 100 percent small business set-aside. Procurement
  will be a Best Value, 5 year, indefinite delivery/indefinite
  quantity acquisition, in which there will be evaluation factors
  other than price alone. Quality requirements are ANSI/ISO/ASQC
  Q 9002 or equivalent. Estimated issue date of this solicitation
  is 010297. Failure to properly address requests for solicitation
  in accordance with this CBD notice will result in non-receipt
  of the solicitation package. Failure to properly address bids/offers
  in accordance with solicitation instructions may result in
  a late bid which cannot be considered. Written, fax or electronic
  requests for solicitation packages are accepted. No telephone
  requests will be honored. Requests for copies of this solicitation
  should include your commercial and government entity (CAGE)(if
  a CAGE code has been assigned to you) along with your name,
  address, datafax number, and solicitation number. The fax number
  for requests is (309) 782-4728. Electronic requests may be
  accepted through the Automated Acquisition Information System
  (AAIS). All ACALA solicitations are available for viewing/downloading,
  in addition to procurement history, via the AAIS. The AAIS
  can be accessed electronically, 24 hours a day, using a modem
  set to dial (309) 782-7648. Terminal emulation should be VT100,
  no parity, 8 data bits and 1 stop bit. Once connected, enter
  "aais" at the "LOGIN" prompt. At the "PASSWORD" prompt depress
  the "ENTER" key. If electronic means is not possible, procurement
  history will be provided telephonically at (309) 782-8094 on
  a limited basis.
CITE: (I-345 SN010518)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 14--Guided Missiles
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 14-HAND CONTROL ASSEMB
SOL N0010496QLD31
DUE 060596
POC Contact Point, Arthur J Machamer, 02132.9, (717)790-4077,
  Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, Charles
  F Splawn, 02132.13, (717)790-4262
DESC: NSN 7H-1440-01-117-9117, SPEC NR TDP VER 004, Qty 2 EA,
  Deliver to Receiving Officer Fisk Norfolk Norfolk VA , Contract
  100 Percent Small Business Set Aside--Contractor's are requested
  to include their cage code on all requests for this  solicitation.,
  See Notes 1,9
CITE: (I-345 SN010427)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 12, 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--HANDLE ASSEMBLY
SOL SP0460-96-Q-LM28
DUE 123096
POC Contact:  for copies of RFQ solicitations contact the buyer.
    Bob Willis BV512 804-279-5893, FAX 804-279-6078. KO do lores
  O'Brien/804  279-4567.
DESC: PR-NO:  YPG96053000271 NSN 1560-01-268-8179, handle assembly,
   McDonnell Douglas Corp, CAGE 76301. P/N 75A353081-1003.  Specifications,
   P 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.  Tech data
  package availability:  11 -EA Del to  Richmond VA 23297-5900
  Del by 540 days.  All responsible sources may submit  offer
  which DGSC shall consider.
CITE: (I-344 SN010251)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 12, 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--ROD, ACTUATOR, FLAP, TRAILING EDGE
SOL SP0460-97-Q-B448
DUE 122796
POC Contact:  for copies of RFQ solicitations contact the buyer.
    Jeanne YONCEBV617/804-279-5145, FAX 804-279-6078. KO Kimberly
  S. Ratliff  804-279-4535.
DESC: PR-NO:  YPG96213000709 NSN 1560-00-394-5800, rod, actuator,
  flap,  trailing edge "flight safety critical aircraft part"
  Northrop Grumman  Corp. CAGE 76823. P/N 14261255 Rev C. first
  article test ing required.  QPL FAR 52.209-1 OR 52.209-2 (NOTE
  23).  Drawings, interim procurement  descriptions and deviation
  lists may be examined or obtained from Defense  Supply Center.
  option to ext term of contract.  48 months.   Unrestricted.
   Solicitation will be made orally and in writing.  Tech data
   package availability:  15 -EA Del to Richmond VA 23297-5900
  Del by 26  Feb 97.  All responsible sources may submit offer
  which DGSC shall consider.
CITE: (I-344 SN010252)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 12, 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--VANE, TAKE OFF DOOR
SOL SP0460-97-Q-B573
DUE 010897
POC Contact:  for copies of RFQ solicitations contact the buyer.
    Carl Hudson BV610 804-279-6071. FAX 804-279-6078. KO Kimberly
  Hansen  804279-3624.
DESC: PR-NO:  YPG96261000903 NSN 1560-00-159-5164, vane, take
  off door  IAW Northrop Corp, Aircraft Div. CAGE 76823 Dwg 14-11553-2.
   First  article testing required drawings, interim procurement
  descriptions and  deviations lists may BR examined or obtained
  from defense supply Richmond.   Drawing approval required.
   The final contract award decision may be based  upon a combination
  of price, past performance and other evaluation  factors as
  described in the solicitation.  More than one source, intended
   sources 59213 and 9R750. solicitation will be made in writing.
   146 -EA  Del to Barstow CA 92311-5014 Del by 150 days.  All
  responsible sources  may submit offer which DGSC shall consider.
CITE: (I-344 SN010253)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 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--FOAM, RETICULATED, FUEL
SOL SP0400-97-R-0402
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. 
  Dolores O'Brien BV510 804-279-  4567. FAX 804-279-6078. KO
  Kimberly Hansen 804-279-3624.
DESC: PR-NO:  FPG96278003318 NSN 1560-01-396-4066, foam, reticulated,
   fuel McDonnell Douglas Corp CAGE 76301. P/N 68B580059-173-REV
  "H".   Option to extend term of contract 48 months.  Other
  than full and open  more than one source, intended sources
  76301, 2V686.  Specifications,  plans or drawings relating
  to the procurement described are not available  and cannot
  be furnished by the government.  145 -EA Del to New  Cumberland
  PA 17070-5001 Del by 150 days.  140 -EA Del to Stockton CA
   95296 Del by 150 days.  All responsible sources may submit
  offer which DGSC  shall consider.
CITE: (I-345 SN010270)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
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 -- NOUN: SUPPORT, STRUCTURAL; NSN: 1560-01-254-7794;
  P/N: 70308-03801-117; QUANTITY: MIN-122 EACH AND MAX-804 EACH
SOL DAAJ09-97-B-0006
DUE 121596
POC Eddie M. Whitfield, AMSAT-A-PLBC, (314) 263-0770, Marsha
  M. Flakes, Contracting Officer.
DESC: CORRECTION - This requirement was originally publicized
  in the CBD dated 12 Sep 96 under Request for Proposal Number
  DAAJ09-96-R-0621. The purpose of this modification is to cancle
  Request for Proposal Number DAAJ09-96-R-0621 and to replace
  it with Invitation for Bid (IFB) Number DAAJ09-97-B-0006. Any
  future correspondence relative to this requirement should reference
  the IFB number. This modification also revises the maximum
  quantity from 402 each to 804 each. In addition, the opening
  date has been changed to 15 Dec 96. All other information publicized
  in the original synopsis remains the same.
CITE: (I-345 SN010502)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 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 -- FAIRING, AIRCRAFT
SOL DAAJ09-97-Q-0379
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: 1560-01-334-2573; P/N: 7-311111223-605; QTY: 3 Each,
  applicable to the AH-64 Aircraft. FOB Origin with delivery
  of 3 each by 97 Feb 07 to Stockton, CA. This procurement requires
  prequalification. Contractors who desire to be prequalified
  must submit qualification documentation in accordance with
  procedures contained in Section L of the solicitation. 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 and 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-345 SN010527)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 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-345 SN010528)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 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 -- SUPPORT, ENGINE, MOUN
SOL DAAJ09-97-Q-0376
DUE 013197
POC Pamela Moran, Contracting Officer, Point of contact is Debbie
  Tillman, AMSAT-A-PLBE, (314) 263-0784, Datafax (314) 263-0784.
DESC: NSN: 1560-01-264-2085; P/N: 7-311670131-3; QTY: 24 Each,
  applicable to the AH-64 Aircraft. FOB Destination with delivery
  of 24 each by 300 days ARO to Stockton, CA. This proposed contract
  action is for supplies for which the Government does own specifications
  and drawings. The principal medium 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 by 253 days ARO, with delivery of 24 each
  by 585 days ARO.
CITE: (I-345 SN010531)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Taipei Economic And Cultural Representative Office In
  The United States, Defense Procurement Division, 5010 Wisconsin
  Ave., N.W, Washington, DC 20016
SUBJECT: 15--S70C AIRCRAFT MAINTENANCE SPARE PARTS
SOL EA6164C079
DUE 010597
POC Mr. Hsu, Wei-Kuang, 202/8956804
DESC: The Taipei Economic and Culture Representative Office in
  The United States, Defense Procurement Division requires:S70C
  AIRCRAFT MAINTENANCE SPARE PARTS WINDOWS INSTL etc., 13 Items.
  Copies of the bidder's package for this procurement may be
  obtained from Mr. Hsu, Wei-Kuang, Taipei Economic and Culture
  Representative Office in The United Stated, Defense Procurement
  Division, 5010 Wisconsin Avenue, N. W., Washington, D.C. 20016;
  telephone: (202)895-6804, telefax: (202)966-4578. Persons interested
  in obtaining a copy of the bidder's package should include
  the cage number, seller code, address, phone number and point
  of contact of the person making the request. D&B "Rating" is
  prefered. All responsible source may submit an offer.**** 

EMAIL echsiung@tecrodpd.com
EMAILDESC: 
CITE: (W-345 SN010603)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Taipei Economic And Cultural Representative Office In
  The United States, Defense Procurement Division, 5010 Wisconsin
  Ave., N.W, Washington, DC 20016
SUBJECT: 15-S70C AIRCRAFT MAINTENANCE SPARE PARTS
SOL EA6164C079
DUE 010597
POC Mr. Hsu, Wei-Kuang, 202/895-6804
DESC: The Taipei Economic and Cultural Representative Office
  in The United States, Defense Procurement Division requires
  :S70C AIRCRAFT MAINTENANCE SPARE PARTSWINDOW INSTL ect., 13
  items. Copies of the bidder's package for this procurement
  may be obtained from Mr. Hsu, Wei-Kuang, Taipei Economic and
  Cultural Representative Office in The United States, Defense
  Procurement Division, 5010 Wisconsin Avenue, N.W., Washington,
  D.C. 20016;telephone: (202)895-6804, telefax: (202)966-4578.
  Persons interested in obtaining a copy of thebidder's package
  should contact the Division by telefax by Jan. 5, 1997. Request
  for the bidder's package should include the cage number, seller
  code, address, phone number and point of contact of the person
  making the request. D&B "RATING" is prefered. All responsible
  source may submit an offer. ****   
EMAIL echsiung@tecrodpd.com
EMAILDESC: 
CITE: (W-345 SN010614)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 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--SEAT, AIRCRAFT
SOL SP0460-97-Q-B567
DUE 010297
POC Contact:  for copies of RFQ solicitations contact the buyer.
    Dorothy Carter BV412/ 804-279-4134. FAX 804-279-6078.  KO
  Dolores Obrien  804-279-4567.
DESC: PR-NO:  YPG96325000354 NSN 1680-00-913-4841, seat, aircraft
   Lockheed Aero syste systems CAGE 98897 P/N 695923-5, Rev "L"
  sources  Oro manufacturing Co CAGE 76912, Newgard Industries
  Inc CAGE 59686.   Specifications, plans or drawings relating
  to th the procurement described  are not available and cannot
  be furnished by the government.  More than  one source intended
  sources see above.  Total small business (SB)  set-aside (NOTE
  1) 275 -EA Del to Richmond VA 23297-5900 Del by 40 days.  
  All responsible sources may submit offer which DGSC shall consider.
CITE: (I-345 SN010273)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 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-TIP,AIRCRAFT
SOL N0038397QN065
DUE 012197
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-1615-01-408-2090-LU, Ref Nr 65170-11025-052, Qty 55
  EA, Delivery FOB Origin-----, Drawings not available., See
  Note 22
CITE: (I-345 SN010406)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Taipei Economic And Cultural Representative Office In
  The United States, Defense Procurement Division, 5010 Wisconsin
  Ave., N.W, Washington, DC 20016
SUBJECT: 16-PTA6A-25 ENGIN MAINTENANCE SPARE PARTS
SOL EA6171C080
DUE 010597
POC mR. hSU, wEI-kUANG, 202/895-6804
DESC:  The Taipei Economic and Cultural Representative Office
  in The United States, Defense Procurement Division requires
  GPT6A-25 ENGINE MAINTENANCE SPARE PARTS TORQUE CONTROL etc.,64
  ITEMS. Copies of the bidder's package for this procurement
  may be obtained from Mr. Hsu Wei-Kuang, Taipei Economic and
  Cultural Representative Office in The United Stated, Defense
  Procurement Division, 5010 Wisconsin Avenue, N.W., Washington,
  D.C. 20016; telephone:(202) 895-6804, telefax:(202)966-4578.
  Persons interested in obtaining a copy of the bidder's package
  should contact the Division by telefax by Jan. 051 ,1997. Request
  for the bidder's package should include the cage number, seller
  code, address, phone number and point of contact of the person
  making the request. D&B "RATING" is prefered. All responsible
  source may submit an offer.**** 
EMAIL echsiung@tecrodpd.com
EMAILDESC: 
CITE: (W-345 SN010478)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 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
SUBJECT: 16 -- LOAD PLATE, HUB, MAIN
SOL DAAJ09-97-Q-0326
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: 1615-01-164-3847; P/N: 7-311411096-3; QTY: 42 Each,
  applicable to the AH-64 Aircraft. FOB Origin with delivery
  of 42 each to Texarkana, TX by 97 Dec 30. 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, McDonnell Douglas Helicopter Systems.
  This is a flight safety part requiring engineering/fatigue
  testing. Firms that can 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 by 354 days ARO, with delivery of 21 each
  804 days ARO and 21 each 30 days thereafter.
CITE: (I-345 SN010526)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 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
SUBJECT: 16 -- SEAT, AIRCRAFT
SOL DAAJ09-97-R-0194
DUE 012997
POC Vivian Jennings, Contract Specialist, AMSAT-A-PLBB, 314-263-0780
  or Carol Woerheide, Contracting Officer, AMSAT-A-PLBB, 314-263-0779,
  Datafax 314-263-9012.
DESC: NSN 1680-00-923-4318, P/N 114ES019-2, IAW ATCOM Spares
  Technical Data Package 114ES019, Rev E. Applicable to the CH-47
  Aircraft. The Government intends to issue a Indefinite Delivery
  Indefinite Quantity, Firm Fixed Price Type Contract with five
  consecutive ordering periods. The minimum quantity is 343 each
  and the maximum quantity is 1543 each. Delivery will be FOB
  Destination for the first ordering period and FOB origin for
  the subsequent ordering periods. Required delivery with First
  Article Testing is 240 DACA, first article test report due
  168 DACA. Required delivery without first article test is 343
  each 180 DACA. This procurement requires prequalification.
  All responsible sources may submit a proposal which shall be
  considered by the agency. Justification for other than full
  and open competition is FAR 6.302-1, Only One Source or Only
  a Limited Number of Responsible Sources. This proposed contract
  action is for supplies for which the Government does not have
  specifications and drawings to permit full and open competition.
  Approved Sources are Oro Manufacturing Co., Monroe, NC 28110-3996,
  Newgard Industries, Monroe, NC 28110-3936, and C.R. Daniels,
  Inc., Ellicott City, MD 21043-4112. The time required for approval
  of a new supplies is such that award and delivery cannont be
  delayed pending approval of a new source. The principle medium
  which the Government will use for technical data transmittal
  during this procurement is the 4.75 inch diameter compact disk
  with embedded reader software. Windows 3.1, or Windows NT operating
  environmental and a CD Reader are required. Firms are encouraged
  to seek source apporval in order to compete for future solicitations
  IAW the instructions contained in Section L of the solicitation.
  Information on meeting of qualifications may also be obtained
  from ATCOM, ATTN: AMSAT-R-EB. Subject to availability of funds.
  No telephone requests will be accepted. You may fax your request
  ATTN: AMSAT-A-PLBB, Vivian Jennings, Contract Specialist on
  314-263-9012. Numbered Note(s) 1, 23 and 26 apply.
CITE: (I-345 SN010646)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Taipei Economic And Cultural Representative Office In
  The United States, Defense Procurement Division, 5010 Wisconsin
  Ave., N.W, Washington, DC 20016
SUBJECT: 16-PTA6A-25 ENGIN MAINTENANCE SPARE PARTS
SOL EA6171C080
DUE 010597
POC Mr. Hsu, Wei-Kuang
DESC: The Taipei Economic and Cultural Representative Office
  in The United States, Defense Procurement Division requires
  GPT6A-25 ENGINE MAINTENANCE SPARE PARTS TORQUE CONTROL etc.,64
  ITEMS. Copies of the bidder's package for this procurement
  may be obtained from Mr. Hsu Wei-Kuang, Taipei Economic and
  Cultural Representative Office in The United Stated, Defense
  Procurement Division, 5010 Wisconsin Avenue, N.W., Washington,
  D.C. 20016; telephone:(202) 895-6804, telefax:(202)966-4578.
  Persons interested in obtaining a copy of the bidder's package
  should contact the Division by telefax by Jan. 05 ,1997. Request
  for the bidder's package should include the cage number, seller
  code, address, phone number and point of contact of the person
  making the request. D&B "RATING" is prefered. All responsible
  source may submit an offer.**** 
EMAIL enhsiung@TECRODPD.com
EMAILDESC: 
CITE: (W-345 SN010679)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 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 -- INFRARED DETECTING SETS & RADARS FOLLOW-ON SUPPORT
  FOR P-3 AIRCRAFTS
SOL N/A
POC Contact, Ann Phan, Phone (703)604-2000
DESC: The Naval Air Systems Command intends to issue a sole source
  firm fixed-price Basic Ordering Agreement with Texas Instruments
  (TI) Incorporated, 2501 W. University Drive, P.O. Box 801,
  McKinney, TX 75070 for follow-on support supplies and services
  related to the following TI systems: AN/APS-137, AN/APS-115,
  AN/APS-116, AN/AAS-37, and AN/ASQ-81. The supplies and services
  to be provided may include any or all of the following: change
  kits to retrofit changes or to modify configuration items,
  support equipment end items, spares/repair parts, software;
  engineering, prototyping and testing of change kits; contractor
  installation of change kits; repair of repairables; services
  and/or materials necessary to bring existing government furnished
  equipment and associated related equipment delivered to the
  government up to currently improved design and to repair, restore,
  alter, maintain and overhaul such equipment and test them;
  testing of hardware/software; provide technical manuals, provisioning
  technical documentation; training; integrated logistics support;
  engineering studies; etc. As the designer, developer, and sole
  manufacturer of these infrared detecting sets and radar systems
  for the Navy P-3 aircraft, TI is the only source that possesses
  the necessary expertise, engineering drawings and data to perform
  this effort. - NAVAIR Synopsis No. 30187-96.
CITE: (I-345 SN010690)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories--Potential
  Sources Sought
OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421
  Jefferson Davis Hwy, Arlington, Va 22243-5120
SUBJECT: 16 -- E-2C AIRCRAFT INFLIGHT REFUELING SYSTEM
SOL N/A
POC Contact, James E. Funkhouser, Phone (703)604-6100
DESC: This purpose of this announcement is to conduct a market
  investigation on a potential Commercial Off The Shelf (COTS)
  or Non Developmental Item (NDI) infight refueling system (probe)
  for the E-2C aircraft. Further action may or may not occur
  as a result of this market investigation. Interested vendors
  must respond in writing within thirty (30) days of publication
  of this synopsis to Mr. James E. Funkhouser (CODE: AIR-2.2.5.F1)
  at the address shown above. - NAVAIR Synopsis No. 20188-96.
CITE: (I-345 SN010521)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling
  Equipment
OFFADD: Taipei Economic And Cultural Representative Office In
  The United States, Defense Procurement Division, 5010 Wisconsin
  Ave., N.W, Washington, DC 20016
SUBJECT: 17-AIRCRAFT ARRESTING SYSTEMS MODEL:BAK-14 AND 61QS2/BAK12
SOL EA6059C085
DUE 010597
POC Mr. Hsu, Wei-Kuang, 202/895-6804
DESC: The Taipei Economic and Cultural Representative Office
  in The United States, Defense Procurement Division requires
  GAIRCRAFT ARRESTING SYSTEM MODEL:BAK-14 AND BAK-12etc.,2 ITEMS.
  Copies of the bidder's package for this procurement may be
  obtained from Mr. Hsu Wei-Kuang, Taipei Economic and Cultural
  Representative Office in The United Stated, Defense Procurement
  Division, 5010 Wisconsin Avenue, N.W., Washington, D.C. 20016;
  telephone:(202) 895-6804, telefax:(202)966-4578. Persons interested
  in obtaining a copy of the bidder's package should contact
  the Division by telefax by Jan.05 ,1997. Request for the bidder's
  package should include the cage number, seller code, address,
  phone number and point of contact of the person making the
  request. D&B "RATING" is prefered. All responsible source may
  submit an offer.****  
EMAIL ECHSIUNG@TECRODPD.COM
EMAILDESC: 
CITE: (W-345 SN010548)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling
  Equipment
OFFADD: Naval Air Warfare Center AD, Contracts Dept. Code 233,
  Bldg 129-2, Lakehurst, NJ 08733-5083.
SUBJECT: 17 -- PECULIAR SUPPORT EQUIPMENT FOR V-22 AIRCRAFT
SOL N68335-97-R-0124
DUE 021597
POC Joyce Reidinger Contract Specialist, Code 2131JR, (908) 323-2148.
DESC: This contract action is for Peculiar Support Equipment
  (PSE), to include logistical support analysis (LSA) (depending
  on complexity of the PSE) and Interim Support Item List (ISIL)
  for the Engineering and Manufacturing Development (EMD) variant
  of the V-22 aircraft. The PSE is required to support flight
  test and operational Test and Evaluation of the V-22. The Government
  intends to negotiate with Allison Engine Company under the
  authority of FAR 6.302-1. This firm is considered the only
  supplier as they are the designer, developer and sole producer
  of the T-406 engine and has design cognizance for the PSE required
  to support the engine. Delivery is scheduled for the March
  97- June 98 timeframe. Interested parties may identify their
  interest and capability to respond to the requirement or submit
  proposals. This notice of intent is not a request for competitive
  proposals. A determination by the Government not to open the
  requirement to competition based upon responses to this notice
  is solely within the discretion of the Government. Information
  received as a result of the notice of intent will normlly be
  considered solely for the purpose of determining whether to
  conduct a competitive procurement. The Government will not
  pay for information received. All responses should be directed
  to the buyer, Joyce Reidinger, Code 2131JR at 908-323-2148.
CITE: (I-345 SN010686)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 19--Ships, Small Craft, Pontoons, and Floating Docks
OFFADD: Supervisor of Shipbuilding, Conversion and Repair, USN,
  Code 410, P.O. Box 215, Portsmouth, Virginia  23705-0215
SUBJECT: 19 -- USS LAMOURE COUNTY (LST-1194), SSP 532-97, DPMF
SOL N62678-97-R-0038
DUE 013097
POC Priscilla Tarr, Contract Specialist (757) 396-7768 ext. 456!
DESC: Miscellaneous mechanical, electrical, piping and structural
  repairs to include drydocking.  To qualify for an award under
  this solicitation, the offeror must execute a current NAVSEA
  Master Ship Repair Agreement (MSR).  If not previously done,
  adequate time must exist to allow proper assessment of the
  contractor's data.  The inspection dates and location will
  be determined at a later date.  The availability dates are
  tentatively set for 31 March 1997 through 18 July 1997 with
  the work to be done at the contractor's plant. The place of
  performance is restricted to the homeport area.
CITE: (I-345 SN010435)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 19--Ships, Small Craft, Pontoons, and Floating Docks
OFFADD: Supervisor of Shipbuilding, Conversion and Repair, USN,
  Code 410, P.O. Box 215, Portsmouth, Virginia  23705-0215
SUBJECT: 19 -- LCM(8) 200549, SSP 046-97, ROH & LCM(8) 200569,
  SSP 047-97, ROH
SOL N62678-97-R-0036
DUE 011897
POC Priscilla Tarr, Contract Specialist, (757) 396-7768 ext.
  456!
DESC: Miscellaneous repairs.  To qualify for an award under this
  solicitation, the offeror must execute a current NAVSEA Agreement
  for Boat Repair (ABR).  If not previously done, adequate time
  must exist to allow proper assessment of the contractor's data.
   The inspection dates will be determined at a later date with
  the inspection to be held at the U.S. Amphibious Base, Little
  Creek, Norfolk, VA. The availability dates are tentatively
  set for 03 February 1997 through 17 May 1997 with the work
  to be done at the contractor's plant. The place of performance
  is unrestricted.
CITE: (I-345 SN010436)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 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-TRACK PARTS
SOL IAP-769,170-05
DUE 012297
POC Alberto A. Solano, Actg. Mat. Mgr. #1, (507) 272-4601, E.H.
  Womble, Contracting Officer, (507) 272-4620
DESC: Track Parts, Rail, conductor, copper alloy c 11000, per
  dwg. 5124-112. Certificate of compliance, and dimensional reports
  are required.  When requesting solicitations state Name, Address,
  Fax, phone number, and Solicitation number. Request 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. 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-345 SN010416)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 25--Vehicular Equipment Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 25--MODIFICATION KIT. (PARTS KIT, BRAKE SHOE GUIDE PIN)
   CONSISTING OF:  2 EACH WASHERS - BRAKE SHOE
SOL SP0750-97-Q-0468
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)  Julie Lewis (614) 6 92-1097
DESC: PR-NO:  YPC96295001777 NSN 2530-00-319-6001, CAGE 19207
  Part No  8332057 CAGE 53335 Part No 1447M1 CAGE 78500 Part
  No MPS611 modification  kit. (parts kit, brake shoe guide pin)
  consisting of:  2 each washers -  brake shoe guide pin (upper),
  2 each pins - brake shoe guide (Long), 2  each pins - brake
  shoe guide (short), 2 each waswhers - brake shoe  guide pin
  (lower), 4 each nuts - (5/16-24)(pin to backing plate), 4 
  each lockwashers - (5/16)(pin to backing plate) in accordance
  with ordnance  Corps drawing 8332057. technical data is available
  at DCSC for this  solicitation.  4,000 -EA Del to New Cumberland
  PA 17070-5001 3,800 -EA  Del to Lathrop CA 95330 small business
  size standard is 1000 employees.   Solicitation not available
  until 15 days after published in the CBD.   Written requests
  for drawings are to be submitted to Defense Supply Center 
  Columbus, Attn: dsccvtrd, P.O. Box 3990, Columbus, OH 43216-5000,
  by  FAX (614) 692-2998 or Call (614) 692-2344.  Requests should
  include the  IFB/RFP/RFQ number, opening/closing date, NSN
  YPC/ZPC or NPC number;  buyer's name and your complete name
  and address.  Federal, military and  commercial specifications
  cannot be provided by DSCC.  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.
    All responsible sources may submit offer which DCSC shall
  consider.
CITE: (I-345 SN010308)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 25--Vehicular Equipment Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 25--WINDOW, VEHICULAR. ON DRIVER'S SIDE OF GM/CANADA
  LAV-25  SERIES VEHICLES.
SOL SP0750-97-Q-0429
DUE 013097
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Julie Lewis (614) 6 92-1097
DESC: PR-NO:  YPC96304000955 NSN 2510-01-157-4078, CAGE 56161
  Part No  6993386 windshield assembly, driver's. used on GM/Canada
  lav-25 series  vehicles.  GM of Canada LTD part number 6993386.
   23 -EA Del to Barstow  CA 92311-5014 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.   Delivery
  Evaluation Factor (DEF) applies.  While price is a signficant
   factor in the evaluation of offers, the final award decision
  will be based  upon a combination of price and past performance
  as described in this  solicitation.  All responsible sources
  may submit offer which DCSC shall  consider.
CITE: (I-345 SN010312)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 25--Vehicular Equipment Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 25--POWER CONTROL UNIT
SOL SP0750-97-Q-0430
DUE 013097
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Julie Lewis (614) 6 92-1097
DESC: PR-NO:  YPC96317001542 NSN 2590-01-139-9666, CAGE 19207
  Part No  12306915 CAGE 20418 Part No 12306915 power C0NTROL
  unit. manufacturer  I/A/W drawing No. 19207 12306915 and the
  latest revisions.  3 -EA Del to  (Call contracting office)
  solicitation not available until 15 days after  published in
  the CBD.  Written requests for drawings are to be submitted
  to  Defense Supply Center Columbus, Attn: dsccvtrd, P.O. Box
  3990, Columbus,  OH 43216-5000, by FAX (614) 692-2998 or Call
  (614) 692-2344.  Requests  should include the IFB/RFP/RFQ number,
  opening/closing date, NSN YPC/ZPC  or NPC number; buyer's name
  and your complete name and address.  Federal,  military and
  commercial specfications cannot be provided by DSCC.  This
   is an unrestricted acquisition with a 10% preference for SDB
  concerns.   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-345 SN010315)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 25--Vehicular Equipment Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 25--CONTROL ASSEMBLY, PUSH-PULL (DEFROSTER CONTROL).
   4 INCH  MAX. TRAVEL. ON M998 HMMWV. IN
SOL SP0750-97-Q-0465
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)  Julie Lewis (614) 6 92-1097
DESC: PR-NO:  YPC96324000494 NSN 2590-01-194-6990, CAGE 19207
  Part No  12340531-3 CAGE 34623 Part No 5589175 CAGE 70436 Part
  No 64E-632-11  control assembly, push-pull (defroster control).
   4.00 IN. max. travel  distance.  Used on a.m.  General M998
  (HMMWV) series trucks.  I/A/W u.s.   Army TACOM drawing 12340531,
  P/N 12340531-3, and related documents.   4,100 -EA Del to Memphis
  TN 38114-5210 small business size standard is  1000 employees.
   Solicitation not available until 15 days after published 
  in the CBD.  Written requests for drawings are to be submitted
  to Defense  Supply Center Columbus, Attn: dsccvtrd, P.O. Box
  3990, Columbus OH  43216-5000, by FAX (614) 692-2998 or Call
  (614) 692-2344.  Requests should  include the IFB/RFP/RFQ number,
  opening/closing date NSN YPC/ZPC or NPC  number; buyer's name
  and your complete name and address. federal,  military and
  commercial specifications cannot be provided by DSCC.   Delivery
  Evaluation Factor (DEF) applies.  While price is a significant
   factor in the evaluation of offers, the final award decision
  will be based  upon a combiantion of price and past performance
  as described in this  solicitation.  All responsible sources
  may submit offer which DCSC shall  consider.
CITE: (I-345 SN010316)

[Commerce Business Daily: Posted December 09, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Commander (VPL), MLCPAC, Coast Guard Island, Bldg. 50-7,
  Alameda, CA 94501-5100
SUBJECT: 28--SUPPLY FORK AND BLADE POWER PACK ASSEMBLIES TO OVERHAUL
   EMD MODEL 8-645E2 ENGINES USED ON COAST GUARD CUTTERS
SOL DTCG85-96-Q-625L33
DUE 122796
POC Contact Dianne H. Jackson, Contracting Officer 510/437-3809
DESC: (I)  This is a combination synopsis/request for quote for
  commercial items prepared in accordance with the format in
  Subpart 12.6, supplemented with additional information included
  in this notice.  This announcement constitutes the  only request
  for quote will not be issued. (II)  Request for quote DTCG85-96-Q-625L33
  is issued as a request for quote (RFQ) which will result in
  a firm fixed price supply purchase order. (III)  All request
  for quote documents and incorporated clauses are those in effect
  through Federal Acquisition Circular 90-39. (IV)  The SIC
  Code is 3519; the small business standard is 1000 employees.
   (V)  Item 0001, part #40027608, Fork Power Pack Assemblies
  Rebuilt (Premium) 12 ea.       Item 0002, part #40027609,
  Blade Power Pack Assemblies Rebuilt (Premium) 12 ea. The Coast
  Guard Maintenance and Logistics Command Pacific proposes to
  contract for General Motors Corporation, Electro-Motive Division
  (EMD) or equal Premium Fork and Blade Power Pack Assemblies.
   All power packs must be rebuilt to Original Equiipment Manufactures
  (OEM) latest standards.  These power packs should be prperly
  sealed for shipping and sent to:  Maintenance and Logistic
  Command, Pacific; Attn:  VR2; Coast Guard Island, Bldg. 42;
  Alameda, CA  94501-5100; M/F:  DTCG85-96-N-625L33.  The Contractor
  will accept used power packs up to 90 days after each Coast
  Guard cutter's receipt of its four Fork Power packs and its
  four Blade Power packs.  The Coast Guard will ship the same
  number and type of Fork and Blade Power Packs, regular grade
  power packs to contractor under the UTEX unit exchange program.
   These returned regular grade power packs will be the property
  of the contractor.  It will be the contractor's responsibility,
  at no additional cost to the government, to appropriately recycle
  or dispose of the used power packs. (VII)  The Contractor
  will ship four (4) fork premium power pack assemblies and four
  blade premium power pack assemblies for delivery adn acceptance
  to the following:  Maintenance and Logistic Command, pacific;
  Attn:  VR2; Coast Guard Island, Bldg. 42; Alameda, CA  94501-5100;
  M/F:  DTCG85-96-N-625L33   1)  1 Set of 4 ea blades and 4
  ea fork NLT 05 Jan 97   2)  1 Set of 4 ea blades and 4 ea
  fork NLT 05 Feb 97   3)  1 Set of 4 ea blades and 4 ea fork
  NLT 05 Apr 97 The following clauses are referenced but have
  the smae effect as if in full text:  52.212-1, Instruction
  to Offerors-Commercial Items 52.212-2 Evaluation-Commercial
  items, 52.212-3 Offeror Representations and Certificates-Commercial
  items, when submitting a bid please include a completed  copy,
  52.212-5 Contract Terms and Conditions Required to implement
  Statues of Executive Orders-Commercial Items, 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 52.225-3
  Buy American Act-Supplies.  All quotes mustcertify with the
  RFQ that all parts are OEM parts and teh assemblies are the
  part number that are stated.  In addition, if quotes warranty
  covers additinal time or terms, the Contractor must provide
  that coverage to the Coast Guard. The quotes are schedules
  for 27 December 1996 at 10 A.M.  local Pacific time.  The quotes
  will be sent to MLC PAC, Coast Gaurd Island, Bldg. 50-7, Alameda,
  CA  94501-5100.  Facsimile quotes will be accepted.  The facsimile
  is (510) 437-3392.  For information concerning the acquisition,
  contact the contracting officer that is listed above.  
LINK n/a
LINKDESC: 
EMAIL dianne jackson/mlcpac@internet.uscg.mil
EMAILDESC: 
  Officer
CITE: (W-344 SN010231)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 12, 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--BRACKET ASSEMBLY GENERAL ELECTRIC CO CAGE 07482
SOL SP0480-97-Q-J932
DUE 012497
POC Contact:  for copies of RFP/IFB solicitations for copies
  of RFQ  solicitations, contact the buyer Mimi Kirkland/BL4
  71/804-279-5702.  contracting officer Donna Cartwright/ BL479/804-279-3774.
DESC: PR-NO:  YPG96310003560 NSN 2835-00-602-7568, General Electric
  Co  CAGE 07482 acceptable source:  Morris machine Co. Inc.
  05183 first alt  qty 120 EA second alt qty 150 EA 25 -EA Del
  to New Cumberland PA  17070-5001 Del by 17 May 97.  55 -EA
  Del to Kelly AFB TX 78241-5312 Del  by 17 May 97.  All responsible
  sources may submit offer which DGSC shall  consider.
CITE: (I-344 SN010255)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 28--SEAL AIR, AIRCRAFT ENGINE GENERAL ELECTRIC CO
SOL SP0480-97-Q-J939
DUE 012497
POC Contact:  for copies of RFP/IFB solicitations for copies
  of RFQ  solicitations, contact the buyer Mimi Kirkland/ BL
  471/804-279-5709.  contractingofficer Donna Cartwright/ BL479/804-279-3774.
DESC: PR-NO:  YPG96317001300 NSN 2840-00-505-8388, General Electric
  Co  CAGE 07482 P/N 9083M60G06.  110 -EA Del to Kelly AFB TX
  78241-5312 Del  by 24 Feb 99.  75 -EA Del totracy CA 95376-5000
  Del by 24 Feb 99.  1ST  alt qty 235 EA 2ND alt qty 300 EA all
  responsible sources may submit offer  which DGSC shall consider.
CITE: (I-345 SN010271)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 28--OIL PAN.
SOL SP0750-97-Q-0467
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)  Julie Lewis (614) 6 92-1097
DESC: PR-NO:  YPC96324000500 NSN 2815-00-809-8141, CAGE 19207
  Part No  11610077 oil Pan. IAW army drawing 11610077.  200
  -EA Del to Lathrop CA  95330 38 -EA Del to New Cumberland PA
  17070-5001 small business size  standard is 1000 employees.
   Solicitation not available until 15 days  after published
  in the CBD.  Written requests for drawings are to be  submitted
  to Defense Supply Center Columbus, Attn: dsccvtrd, P.O. Box
   3990, Columbus, OH 43216-5000, by FAX (614) 692-2998 or Call
  (614)  692-2344.  Request 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.  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-345 SN010309)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 28-ENGINE,DIESEL       - AND OTHER REPLACEMENT PARTS
SOL N0038397QP431
DUE 012197
POC Contact Point, Grace R Soltis, 0222.08, (215)697-6083, 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 0R-2815-01-432-7343-SX, Ref Nr 4BTA3.9C, Qty 2 EA, Delivery
  FOB Origin--Drawings are NOT available. There are 21 line items
  involved.---, See Notes 22,23
CITE: (I-345 SN010407)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd, St. Louis, MO 63120-1798
SUBJECT: 28 -- BLADE, COMPRESSOR RO
SOL DAAJ09-96-R-0454
DUE 123196
POC Ernie L. Robinson, Contract Specialist, 314-263-0737, AMSAT-A-PLBC.
DESC: Solicitation number DAAJ09-96-R-0454 is cancelled and the
  new number is DAAJ09-97-R-0116.
CITE: (I-345 SN010496)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd., St. Louis, MO
SUBJECT: 28 -- NOUN: DISK AND HUB,TURBIN, NSN: 2840-01-008-5986,
  P/N: 1-140-272- 04, QTY: 220 EACH
SOL DAAJ09-97-B-0011
DUE 010797
POC Sandra K. Blanding, AMSAT-A-PLBC, (314) 263-0797, Marsha
  M. Flakes, Contracting Officer.
DESC: Disk and Hub, Turbin, NSN: 2840-01-008-5986, P/N: 1-140-272-04,
  QTY: 220 Each, Applicable to the T-53 Turbine Engine. FOB Destination
  with delivery of 220 each to Texarkana, Texas. The First Article
  Test Report shall be delivered 288 days ADC, with hardward
  delivery at 20 each beginning 390 days ADC and subsequent monthly
  deliveries of 50 each. Delivery without First Article would
  begin 300 days ADC at 55 each and subsequent monthly deliveries
  of 55 each. All offerors must meet prequalification requirements
  in order to be eligible for award. Firms are encouraged to
  seek source approval by submitting documentation in accordance
  with the Competition Advocates Shopping List (CASL) procedures.
  The qualified sources are Sifco Custom Machining, Co., United
  Engineering & Mfg Co., Allied Signal Inc, Walbar Inc, and Hill
  Industries, Inc. All responsible sources are encouraged to
  submit a proposal, which shall be considered by the agency.
  See Numbered Note(s): 22. 26.
CITE: (I-345 SN010497)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: U.S. Army Aviation and Troop Command, AMSAT-A-PLBC, 4300
  Goodfellow Blvd, St. Louis, MO
SUBJECT: 28 -- NOUN: GEAR ASSEMBLY, ACCES.; NSN: 2840-01-617-6057;
  P/N: 2-070- 000-10; QTY: 17 EA.
SOL DAAJ09-97-R-0150
DUE 013097
POC Shawn E. Kerkes, Contract Specialist, (314) 263-0745, or
  Marsha M. Flakes, Contracting Officer, AMSAT-A-PLBC, (314)
  263-0748, facsimilie (314) 263-9012.
DESC: Noun: Gear Assembly, Access.; NSN: 2840-00-617-6057; P/N:
  2-070-000-10; Qty: 17 each. F.O.B. Origin to Red River Army
  Depot, Texarkana, TX. Applicable to the T-55 Turbine Engine.
  When calling be prepared to state name, address, and solicitaion
  number. This proposed contract action is for supplies for which
  the Government does not own specifications and drawings to
  permit full and open competition. Firms that can recognize
  and can produce the required item(s) described above are encouraged
  to identify themselves to the Contracting Oficer and provide
  evidence to the Contracting Officer which will permit their
  participation in the current or future solicitations. Approved
  source(s) is: Allied Signal Aerospace Inc., Allied Signal Engines,
  111 South 34th St., P.O. Box 52181, Phoenix, AZ 85072-2181.
  Authority and justification is FAR 6.302-1. Intended source(s)
  are listed above. See Numbered Note(s): 22, 23.
CITE: (I-345 SN010498)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd., St. Louis, MO
SUBJECT: 28 -- NOUN: VANE ASSEMBLY; NSN: 2840-00-946-2416; P/N:
  1-101-110-07; MINIMUM QUANTITY: 70 EACH; MAXIMUM QUANTITY:
  346 EACH
SOL DAAJ09-97-R-0078
DUE 123196
POC Eddie M. Whitfield, AMSAT-A-PLBC, (314) 273-0770, Marsha
  M. Flakes, Contracting Officer.
DESC: MODIFICATION: This requirement was originally solicited
  in the CBD dated 12 Sep 96 under Request for Proposal number
  DAAJ09-96-R-0706. The purpose of the modification is to cancel
  Request for Proposal number DAAJ09-96-R-0706 and replace it
  with Request for Proposal number DAAJ09-97-R-0078. Any future
  correspondence relative to this requirement should reference
  the replacement number. In addition, the estimated opening
  date has been revised to 31 Dec 96. All other information publicized
  in the original synopsis remains the same.
CITE: (I-345 SN010503)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd., St. Louis, MO
SUBJECT: 28 -- NOUN: VANE ASSEMBLY; NSN: 2840-01-252-9127; P/N:
  2-100-230-21; MIN QTY: 138 EACH; MAX QTY: 328 EACH
SOL DAAJ09-97-R-0065
DUE 123196
POC Eddie M. Whitfield, AMSAT-A-PLBC, (314) 263-0070, Marsha
  M. Flakes, Contracting Officer.
DESC: CORRECTION - This requirement was originally publicized
  in the CBD dated 12 Sep 96, under Request for Proposal number
  DAAJ09-96-R-0672. The purpose of this modification is to cancel
  Request for Proposal number DAAJ09-96-R-0672 and replace it
  with Request for Proposal number DAAJ09-97-R-0065. Any future
  correspondence relative to this requirement should reference
  the replacement number. In addition, the estimated opening
  date has been changed to 31 Dec 96. All other information publicized
  in the original synopsis remains the same.
CITE: (I-345 SN010504)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Federal Aviation Administration, Acquisition Mgmt. Branch,
  Eastern Region, Fitzgerald Federal Building, JFK Airport, Jamaica,
  NY 11430
SUBJECT: 28 -- COMPONENTS FOR ENGINE GENERATOR
SOL DTFA05-97-P-40039
POC Catherine M. DeToma     (718) 553-3078     Contracting Officer
DESC: The Federal Aviation Administration intends to award a
  Purchase Order to Warren Power Systems, 12 Executive Drive,
  Hudson, New Hampshire, 03051, to purchase DC Buss Systems to
  replace aged and deteriorated Engine Generators at the RTR
  sites at Baltimore- Washington International Airport.  After
  evaluating other systems it was determined that Warren Power
  Systems was the most compatible and would allow for standardization
  with the ability to interchange system components at various
  sites.  This is an emergency purchase. This notice is provided
  for information only.  Contact Catherine DeToma, Contracting
  Officer, FAA, Building # 111, JFK International Airport, Jamaica,
  New York  11430.
EMAILADD: CBDAEA_at_AEA50@mail.hq.faa.gov
EMAILDESC: 
CITE: (I-345 SN010594)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 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, INTAKE AIR CLEANER.  ON THE M88A1
  RECOVERY  VEHICLE.
SOL SP0750-97-Q-0426
DUE 012097
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone) Dee  Schneider (614) 692-3483
DESC: PR-NO:  YPC96225003196 NSN 2940-00-611-6256, CAGE 19207
  Part No  11671553 CAGE 79160 Part No VF1808 filter element,
  intake air cleaner.  used on M88A1 recovery vehicle.  Per army
  (19207) source control drawing  11671553 which specifies vortox
  (79160) Part No.  VF 180 D or Donaldson  (18265) Part No. P13-3549.
   515 -EA Del to Lathrop CA 95330 Del by 200  days after date
  of award.  692 -EA Del to New Cumberland PA 17070-5001  Del
  by 200 days after date of award.  Solicitation not available
  until 15  days after published in the CBD.  Written requests
  for drawings are to be  submitted to Defense Supply Center
  Columbus, Attn: dsccvtrd, P.O. Box  3990, Columbus, OH 43216-5000,
  by FAX (614) 692-2998 or Call (614)  692-2344.  Requests should
  include the IFB/RFP/RFQ number,  opening/closing date NSN YPC/ZPC
  or NPC number; buyer's name and your  complete name and address.
   Federal, military and commercial  specifications, cannto be
  provided by DSCC.  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  evalauiton 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-345 SN010302)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd., St. Louis, MO
SUBJECT: 30 -- GEAR SPUR
SOL DAAJ09-97-Q-0265
DUE 010297
POC Sandra Griffin, Contract Specialist, 314-263-0744 or Marsha
  M. Flakes, Contracting Officer, 314-263-0762, facsimile 314-263-9012.
DESC: NOUN: Gear Spur, NSN: 3020-00-945-4562; P/N: 1-070-072-03,
  applicable to the T-53 Engine. IAW ATCOM Proc Pkg 1-070-072-03,
  REV J. F.O.B. Destination with required deliveries to Texarkana,
  TX. This procurement requires prequalification. This is a 100
  percent Small Business Set-Aside. All responsible soures may
  submit a proposal which shall be considered by the agency.
  Justification for Other Than Full and Open Competition is FAR
  6.302-1, based on the determination that the Government's minimum
  need can only be satisfied by unique services available from
  only one or limited number of responsible sources. Qualified
  sources are ACR Industries, 15375 23 Mile Road, Macomb, MI
  48066-1806, Arrow Gear Company, 2301 Curtiss, Downers Grove,
  IL 60515-4008, Chardam Gear Company, 40810 Brentwood, Sterling
  Heights, MI 48310, Equitable Engineering Company, 1840 Austin
  Street, P.O. Box 1159, Troy, MI 48099. Firms are encouraged
  to seek source approval in order to compete for furture solicitations.
  See Numbered Note(s): 23 and 26.
CITE: (I-345 SN010494)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 31-BALL BEARING SET AS
SOL N0038397QN064
DUE 012197
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-3110-01-209-3087-LU, Ref Nr 65951-11563-043, Qty 24
  EA, Delivery FOB Origin-----, Drawings not available., See
  Note 22
CITE: (I-345 SN010408)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 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, NEEDLE THE TORRINGTON CO (60380)
SOL SP0500-97-Q-4527
DUE 011497
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Steve Ewing/HAB20/X9236 buyer:  S teve
   Ewing/HAB20/X9236
DESC: PR-NO:  YPI96283006819 NSN 3110-00-684-5719, @SURFACE treatment
   Cadmium all external/exposed metal surfaces chromium Outer
  ring chromium  shield side @BORE diameter 0.3750 inches minimum
  and 0.3765 inches maximum  @OVERALL outside diameter 1.7900
  inches minimum and 1.8100 inches maximum  1,375 -EA Del to
  Tinker AFB OK 73145-9013 Del by 28 Jan 97.  RFQ due  date 97
  Jan 14 primary quantity:  1375 delivery schedule:  240 days
   offers will be evaluated with a 10% preference for small disadvantaged
   business concerns while price will be a significant factor
  in the evaluation  of offers, the final contract award will
  be based upon a combination of  price and delivery as described
  in section M of this solicitation specs/Dwgs  are not required
  to obtain a copy of this solicitation please FAX request  to
  (215) 697-6333, X1462, X2978.
CITE: (I-345 SN010459)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd St. Louis, MO
SUBJECT: 31 -- BEARING SHEAR
SOL DAAJ09-97-Q-0079
DUE 121596
POC Evelyn Kelley, Contract Specialist, 314-263-0792, FAX 314-263-9012
  Marilyn J. Bladdick, Contracting Officer, 314-253-0795.
DESC: Reference the Synposis published in the Commerce Business
  Daily on October 30, 1996. This synposis is being amended to
  increase the quantity on this requirement. The quantity is
  being increased by 184 each, from 100 each, to 284 each. All
  assets are to be delivered by July 30, 1997 to Red River Army
  Depot, Texarkana, Texas 75507-5000. All other information publicized
  in the original synposis is correct.
CITE: (I-345 SN010499)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd., St. Louis, MO
SUBJECT: 31 -- NOUN: BEARING, ROLLER; NSN: 3110-01-325-0617,
  PART NUMBERS: 6064T14P01, 606415P03, R1910E 134, QTY: MIN-97
  EA & MAX-559 EA
SOL DAAJ09-97-R-0097
DUE 123196
POC Eddie M. Whitfield, AMSAT-A-PLBC, (314) 263-0770, Marsha
  M. Flakes, Contracting Officer.
DESC: MODIFICATION - This requirement was originally publicized
  in the CBD dated 26 Apr 96, under Request for Proposal number
  DAAJ09-96-R-0302. The purpose of this modification is to cancel
  Request for Proposal number DAAJ09-96-R-0302 and to replace
  it with Request for Proposal number DAAJ09-97-R-0097. Any future
  correspondence relative to this requirement should reference
  the replacement number. This modification also revises the
  requirement from a proposed five year firm-fixed price indefinite
  delivery type contract to a proposed three year firm-fixed
  price indefinite delivery indefinite quantity type contract.
  Also, the FOB point is changed from destination to origin,
  the maximum quantity from 1200 each to 559 each, and contractors
  may now submit a proposal for part numbers 6064T15P03 and R1910E
  134. The opening date has been revised to 31 Dec 96. All other
  information publicized in the original synopsis remains the
  same.
CITE: (I-345 SN010501)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 34--Metalworking Machinery
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 34--BOX FURNACES
SOL SP0490-97-R-0131
DUE 013097
POC Contact:  for copies of RFP Call Martha Meadows at (804)2796611
   or send afax to (804)279-5948
DESC: PR-NO:  PR# 96-14-1022 soliciting for 2 EA, box furnaces,
  IAW  purchase description DSCR-JHTB-96-14-1022.  Accessories,
  technical data  and delivery to ddrw San joaquin site, Lathrop
  CA, required.  Delivery  time is 120 days.  Accessories are
  as follows:  200 amp fused disconnect  switch, scr-2zxx 120CONTROLLER,
  ARC 4100 one Pen circular chart recorder  fully installed,
  thirty hour range timer, and series 942 programming  temperature
  controller.
CITE: (I-345 SN010269)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 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--WINDLASS
SOL SP0770-97-Q-MH14
DUE 020397
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer:  Marcia  Mitchell (614) 692-7356.
DESC: PR-NO:  YPC96278000538 NSN 3950-01-394-8196, CAGE 76727
  Part No  a-17130 CAGE 76727 Part No x-2196 windlass. per new
  England trawler  equipment, 76727 P/N x-2196.  4 -EA Del to
  see Preface to Navy address  Co Del 60 days ADO.  Small business
  size standard is 750 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 technicial 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:
   new England trawler  equipment Co.  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 NOTE 22." all  responsible sources may submit offer which
  DCSC shall consider.
CITE: (I-345 SN010305)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 39--Materials Handling Equipment
OFFADD: U.S. Postal Service, Purchasing and Materials Service
  Center, Attn: Jim Nails, 225 N. Humphrheys Blvd., Memphis,
  TN 38166-6260
SUBJECT: 39--STRAPPING MACHINES
SOL 475630-96-A-Q064
DUE 020397
POC J. D. Nails, Purchasing Specialist, (901) 747-7541.
DESC: Strapping Machines (PSIN 3505b, 3505D, and 3505E) to be
  manufactured in accordance with USPS specifications. Delivery
  will be made to various locations F.O.B. Origin. Request for
  solicitations must be in writing and received within 5 days
  after the date of this notice until supply is exhausted. The
  supply of specifications is limited and will be furnished at
  no charge on a first-come basis. Solicitation will be issued
  on or about 12/27/96. All responsible sources may submit an
  offer. No telephone request for the solicitation will be accepted.
CITE: (M-345 SN010554)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 41--Refrigeration, Air Conditioning and Air Circulating
  Equipment
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 41--ICEMAKER-DISPENSER 115V, AC, 60 HZ, 1 PH
SOL SP0500-97-Q-G034
DUE 122796
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  venard D Cabbler/WFA08/X5583 buy er:
   vernard D  Cabbler/WFA08/X5583
DESC: PR-NO:  YPI96332000590 NSN 4110-01-408-0667, 1 -EA Del
  to Ft  McClellan AL 36205 Del by 01 Dec 96.  Specs:  P/N 1MD-300-30ASLA/31500
   primary quantity:  1 delivery schedule:  delivery 30 days
  offers will be  evaluated with a 10% preference for small disadvantaged
  business concerns  specs/Dwgs are not required this solicitation
  also contains the following  ypis, YPI96338000804, YPI96331000628
  to obtain a copy of this  solicitation please FAX request to
  (215) 697-6333, X1642, X2978.
CITE: (I-345 SN010460)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 47--HOSE ASSEMBLY, NONMETALLIC. 1/4 IN. ID, 25 FT. 
  NOMINAL  LENGTH.
SOL SP0700-97-Q-0046
DUE 020397
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer  (name/phone)Patricia A. Delzell/ (614)692-2068
DESC: PR-NO:  YPC95354000741 NSN 4720-01-265-0360, CAGE 02356
  Part No  5-66033 item 4,5,6 CAGE 31077 Part No B2534 CAGE 59505
  Part No 66033000900  hose assembly, nonmetallic. 1/4 IN. ID,
  25 Ft.  Nominal length,  stewart-thomas Industries Inc.  P/N
  B2534. technical data is proprietary  and cannot be released.
   600 -EA Del to Mechanicsburg PA 17055-0789 Del  by 30 Sep
  96.  Solicittion not available until 15 days after published
  in  the CBD.  Specifications, plans or drawings are not available.
   Automated  Best Value Model (ABVM) applies.  While price may
  be a sinificant factor in  the evalution of offers, the final
  contract award decision will be base  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-345 SN010284)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 47--HOSE ASSEMBLY, NONMETALLIC. 1/4 IN. ID, 25 FT. 
  NOMINAL  LENGTH.
SOL SP0700-97-Q-0046
DUE 020397
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer  (name/phone)Patricia A. Delzell/ 614-692-2068
DESC: PR-NO:  YPC95354000742 NSN 4720-01-265-0360, CAGE 02356
  Part No  5-66033 item 4,5,6 CAGE 31077 Part No B2534 CAGE 59505
  Part No 66033000900  hose assembly, nonmetallic. 1/4 IN. ID,
  25 Ft.  Nominal length,  stewart-thomas Industries Inc.  P/N
  B2534. technical data is proprietary  and cannot be released.
   600 -EA Del to Tracy CA 95376-5000 Del by 23  Aug 96.  Specifications,
  plans or drawings are not available.  Automated  Best Value
  Model (ABVM) applies.  While price may be a sinificant factor
  in  the evaluation of offers, the final contract award decision
  will be base  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-345 SN010285)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 47--HOSE ASSEMBLY, NONMETALLIC. 1/4 IN. ID, 25 FT. 
  NOMINAL  LENGTH.
SOL SP0700-97-Q-0046
DUE 020397
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-vici
  Columbus, OH  43216-6595, for information contac T contracting
  officer  (name/phone)Patricia A. Delzell/ (614)692-2068.
DESC: PR-NO:  YPC96213000675 NSN 4720-01-265-0360, gage 02356
  Part No  5-66033 item 4,5,6 CAGE 31077 Part No B2534 CAGE 59505
  Part No 66033000900  hose assembly, nonmetallic. 1/4 IN. ID,
  25 Ft.  Nominal length,  stewart-thomas Industries Inc.  P/N
  B2534. technical data is proprietary  and cannot be released.
   19 -EA Del to Tracy CA 95376-5000 Del by 30 Nov  96.  Solicitation
  not available until 15 days after published in the CBD.   Specifications,
  plans or drawings are not available.  Automated Best Value
   Model (ABVM) applies.  While price may be a significant factor
  in the  evaluation of offers, the final contract award decision
  will be base 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-345 SN010286)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 47--HOSE ASSEMBLY, NONMETALLIC. 1/4 IN. ID, 25 FT. 
  NOMINAL  LENGTH.
SOL SP0700-97-Q-0046
DUE 020397
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  patriciaa. Delzell/ 614-692-2068
DESC: PR-NO:  YPC96213000676 NSN 4720-01-265-0360, CAGE 02356
  Part No  5-66033 item 4,5,6 CAGE 31077 Part No B2534 CAGE 59505
  Part No 66033000900  hose assembly, nonmetallic. 1/4 IN. ID,
  25 Ft.  Nominal length,  stewart-thomas Industries Inc.  P/N
  B2534. technical data is proprietary  and cannot be released.
   18 -EA Del to Mechanicsburg PA 17055-0789 Del  by 30 Nov 96.
   Solicitation not available until 15 day after published in
   the CBD.  Specifictions, plans or drawings are not available.
   Automated  Best Value Model (ABVM) applies.  While price may
  be a significant factor in  the evaluation of offers, the final
  contract award decision will be baxe  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-345 SN010287)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 47--COUPLING HALF, QUICK DISCONNECT.  EXCEPTION TO DRAWING:
    ZINC PLATING PER ASTM B633
SOL SP0750-97-R-2546
DUE 012797
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Julie Lewis (614) 6 92-1097
DESC: PR-NO:  YPC96302002204 NSN 4730-00-935-1643, CAGE 81361
  Part No  C5-19-1900-2 CAGE 84987 Part No 471-100-2 CAGE 91561
  Part No 6212-020  coupling half, quick disconnect. with self
  closing feature.  Per army  (81361) drawing C5-19-1900, Part
  No.  C5-19-1900-2, and all related  data.  5,059 -EA Del to
  New Cumberland PA 17070-5001 Del by 89 days  after date of
  award.  1,087 -EA Del to Anniston AL 36201 Del by 89 days 
  after date of award.  Solicitation not available until 15 days
  after  published in the CBD.  Written requests for drawings
  are to be submitted to  Defense Supply Center Columbus, Attn:
  dsccvtrd, P.O. Box 3990, Columbus  OH 43216-5000, by FAX (614)
  692-2998 or Call (614) 692-2344.  Requests  should include
  the IFB/RFP/RFQ number, opening/closing date, NSN YPC/ZPC 
  or NPC number; buyer's name and your complete name and address.
   Federal,  military and commercial specifications cannot be
  provided by DSCC.   Automated Best Value Model (ABVM) applies.
   While price may be a signficant  factor in the evalaution
  of offers, the final award decision will be based  upon a combination
  of price and past performance, as described in the  solicitaiton.delviery
  evalaution factor (DEF) applies.  While price is a  signficant
  factor in the evaluation ofo ffers, 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-345 SN010311)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 47--PLUG, CENTERING BEARING.  CONSISTS OF 2 BUSHINGS,
  1 PLUG,  1 ABRASION STRIP AND ADHESIVE.
SOL SP0740-97-Q-0566
DUE 020797
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Tiffany Givens/614692-2374.
DESC: PR-NO:  YPC96310003056 NSN 4730-01-158-9595, CAGE 63630
  Part No  70105-28034-041 CAGE 78286 Part No 70105-28034-041
  plug, centering  bearing.  Consists of 2 bushings, 1 plug,
  1 abrasion strip and adhesive.   2.900 inch overall length
  by 1.960 inch overall width.  4 holes in corners  of piece,
  1.250 inch diameter hole in piece.  Per Sikorsky P/N  70105-28034-041.
   46 -EA Del to Jacksonville FL 32212-0097 delivery 90  days
  after date of award 63 -EA Del to San Diego CA 92136-0000 delivery
   90 days after date of award 75 -EA Del to Tracy CA 95376-5000
  delivery 90  days after date of award solicitation not available
  until 15 days after  published in the CBD.  Specifications,
  plans or drawing are not available.   This acquisition is for
  supplies for which the Gov't does not possess  complete, unrestrictive
  technical data; therefore, the Gov't intends to  solicit/contract
  with only approved sources under the authority of 10  U.S.C.
   2304(C)(1).  Approved sources are:  63630, 78286.  Automated
   Best Value Model (avbm) applies.  While price may be a significant
  factor in  the evaluation of offers, the final award decision
  will be based upon a  combination of price and past perfromance,
  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-345 SN010313)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 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-345 SN010529)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 48--VALVE, SOLENOID(SHUT OFF VALVE ELECTRO HYDRAULIC
  AFCS).  28VDC, APPL:  H53 HELICOPTER.
SOL SP0740-97-Q-0516
DUE 020797
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Connie Giggi/614-69 2-4719.
DESC: PR-NO:  YPC96311001081 NSN 4810-01-122-8248, CAGE 16780
  Part No  15110-6 CAGE 78286 Part No 65652-03178-104 valve,
  solenold(shut off valve  electro hydraulic AFCS).  I/A/W E.G.&
  G. Wright components P/N 15110-6.   8 -EA Del to Tracy CA 95376-5000
  delivery 250 days after date of award 11 - EA Del to Cherry
  Point NC 28533-5001 delivery 250 days after date of award 
  6 -EA Del to San Diego CA 92136-0000 delivery 250 days after
  date of  award solicitation not available until 15 days after
  published in the CBD.   Specifications, plans or drawings are
  not available.  This acquisition is  for supplies for which
  the Gov't does not possess complete, unrestrictive  technical
  data; therefore, the Gov't intends to solict/contract with
   only approved sources under the authority of 10 U.S.C.  2304(C)(1).
    Approved sources are:  16780, 78286.  Automated Best Value
  Model (avbm)  applies.  While price may be a significant factor
  in the evaluation of offers,  the final award decision will
  be based upon a combination of price and  past performance,
  as described in the solicitation.  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 perfromance as described
  in this solicitation.   Automated Best Value Model (avbm) and
  Delivery Evaluation Factor (DEF)  apply.  While price is a
  significant factor in the evaluation of offers,  the final
  award decision will be based upon a combination of price, 
  delivery, and past performance as described in the solicitation.
   All  responsible sources may submit offer which DCSC shall
  consider.
CITE: (I-345 SN010314)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 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-768,060-05
DUE 012297
POC Alberto A Solano, Actg. Mat. Manager, (507) 272-4601, Edward
  H. Womble, Contracting Officer, (507) 272-4620
DESC: Nuts and bolts nickel-cooper alloy.  Different sizes, in
  accordance with Panama Canal Commission Drawings. 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-345 SN010413)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 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-768,080-05
DUE 012297
POC ALBERTO A. SOLANO, ACTG. MAT. MANAGER 1, (507) 272-4601,
  Eugenio Huerta, Contracting Officer, (507) 272-4601
DESC: Small and large pedestals for cylindrical valves.  In accordance
  with drawings 5029-36, 5029-37 and Panama Canal Specification
  500-307, revision #2, dated 7/8/94. 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.
  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-345 SN010414)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 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-767,850-05
DUE 012297
POC Alberto A. Solano, Actg. Mat. Mgr. #1, (507) 272-4601, E.H.
  Womble, Contracting Officer, (507) 272-4601
DESC: Special studs, nickel-cooper alloy.  In accordance with
  drawing S5029-81, Fed spec. QQ-N281D, class A, hot rolled.
  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,
  past performance and delivery.
CITE: (I-345 SN010415)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 49--Maintenance and Repair Shop Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 49--BEAD BREAKER, TIRE.  HYDRAULIC TYPE, FOOT PEDAL
  OPERATED.
SOL SP0770-97-Q-MH08
DUE 013097
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer:  Marcia  Mitchell (614) 692-7356.
DESC: PR-NO:  YPC96271000940 NSN 4910-00-856-0586, CAGE 02708
  Part No  5372-010 bead breaker, tire.  Regent Mfg Inc P/N 5372-010.
   No  technical data available at DCSC to support this solicitation.
   8 -EA  Del to New Cumberland PA 17070-5001 Del 60 days ADO.
   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:
   regent Mfg  Inc (02708). Automated Best Value Model (ABVM)
  applies. while price may be  a signifi cant factor in the evalluation
  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-345 SN010303)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 49--Maintenance and Repair Shop Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 49--SPRAY GUN, PAINT.  TOUCH UP GUN WITH 8OZ CUP
SOL SP0770-97-Q-MH13
DUE 013097
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer:  Marcia  Mitchell (614) 692-7356.
DESC: PR-NO:  YPC96271000942 NSN 4940-01-346-2236, CAGE 17431
  Part No  eghv 605 spray gun, paint.  Mfg Devilbiss/ransburg
  P/N EGHV605.  42 - EA Del to Kelly AFB TX 78241-5312 Del 60
  days ADO.  186 -EA Del to  Lathrop CA 95330 Del 60 days ADO.
   Small business size standard is 500  employees. solicitation
  not available until 15 days after published in the  CBD. this
  acqisition is for supplies for which the government does not
   possess complete, unrestrictive Tech nical 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:   ransburg Corp and its dealers/distributors.
   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 NOTE1." all responsible
  sources may submit offer which DCSC shall  consider.
CITE: (I-345 SN010304)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 49--Maintenance and Repair Shop Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 49--SHOP EQUIPMENT, GENERAL PURPOSE
SOL SP0770-97-Q-MH12
DUE 013097
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer:  Marcia  Mitchell (614) 2-7356.
DESC: PR-NO:  YPC96292001105 NSN 4940-01-421-5287, CAGE 05083
  Part No  19-8004 CAGE 1V571 Part No 19-8004 shop equiement,
  general purpose(CO2  detector) Mfg Bacharach Inc (05083), P/N
  "19-8004" 16 -EA Del to  Richmond VA 23297-5900 Del by 07 Apr
  97.  25 -EA Del to McClellan AFB CA  95652-1621 Del by 07 Apr
  97.  Small business size standard is 500  employees. solicitation
  not available until 15 days after published in the  CBD. specification,
  plans or drawings are not available. this acquisition  is for
  supplies for which the government 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 are Bacharach
  Inc and daigger a and  Co. Automated Best Value Model (ABVM)
  applies. while price may be a signifi  cant factor in the evaluation
  of offers, the final contr act award decision  will be based
  upon a combination of price and past performance, as  described
  in this solici tation. while price will be a significant factor
   in the evaluation of offers, the final contract award price
  may be based upon  a combination of price and delivery as described
  in this solicitation. " See NOTE 1".  All responsible sources
  may submit offer which DCSC shall  consider.
CITE: (I-345 SN010307)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 49--Maintenance and Repair Shop Equipment
OFFADD: US Army Aviation and Troop Command, ATTN: AMSAT-A-PLBC,
  4300 Goodfellow Blvd.,
SUBJECT: 49 -- FLUSH FIXTURE, STATO
SOL DAAJ09-97-Q-0211
DUE 011097
POC Joyce M. Webb, Purchasing Agent, Marsha M. Flakes, Contracting
  Officer, 314-263-0519.
DESC: The purpose of this modification is to cancel Request for
  Quotation DAAJ09-96-Q-1041 and resolicit under Request for
  Quotation DAAJ09-97-Q-0211. The procurement is 100% small business
  set-aside. The principal medium which the Government will be
  used 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.
CITE: (I-345 SN010508)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 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-345 SN010606)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 49--Maintenance and Repair Shop Equipment--Potential
  Sources Sought
OFFADD: US Army Armament and Chemical Acquisition and Logistics
  Activity (ACALA), ATTN: AMSTA-AC-PCC (HT1), Rock Island, IL
  61299-7630
SUBJECT: 49 -- CONTACT MAINTENANCE TRUCK (HEAVY)
SOL DAAE20-97QW049
DUE 020397
POC POC: Judy R. Pagliaro, (309) 793-5086
DESC: 4910-01-333-8470, Part Number 11B250000, requirements are
  629 ea Contact Maintenance Truck (Heavy). FOB is Origin. All
  or part of this action is an unfunded FY98-03. Sources sought
  for planning purposes only. Interested parties contact the
  POC. Estimated issue date of this solicitation is 010297.
CITE: (I-345 SN010657)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--STRAP, WEBBING (98750) SAN ANTONIO AIR LOGISTICS
  CENTER
SOL SP0500-97-Q-G073
DUE 122796
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Ralph Lund/MBA06/X4284 buyer:  ral
  PH  Lund/MBA06/X4284
DESC: PR-NO:  YPI96332000830 NSN 5340-00-107-0340, 24 -EA Del
  to New  Cumberland PA 17070-5001 Del by 22 Jan 97.  RFQ due
  date 96 Dec 27 specs:   IAW Dwg NR 98750 68C37215-15 primary
  quantity:  24 deliveries to  CONUS(excluding Alaska) delivery
  schedule:  60 days ADO subject to Trade  Agreements Act this
  is a small business set-aside, the size standard is  500 while
  price will be a significant factor in the evaluation of offers,
   the final contract award price will be based upon a combination
  of price  and delivery as described in section M of this solicitation
  NOTE 9 applies to  obtain a copy of this solicitation please
  FAX request T9 (215) 697-6333,  X1462, X2978.
CITE: (I-345 SN010452)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--CAP, FILLER OPENING 19207 US ARMY TANK AUTOMOTIVE
  COMMAND
SOL SP0500-97-Q-G477
DUE 012397
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Carol sands/MCA03/X5932 buyer:  man
  NY  caraballo/MCA10/X1057
DESC: PR-NO:  RPI96269001002 NSN 5340-01-083-5674, 1,190 -EA
  Del to New  Cumberland PA 17070-5001 Del by 09 Dec 96.  RFQ
  due date 97 Jan 23  primary quantity 1190 delivery schedule:
   90 days ADO NOTE 2 applies this  purchase is for a national
  defense items and therefore restricted to U.S.  sources.  While
  price will be a significant factor in the evaluation of  offers,
  the final contract award price will be based upon a combination
   of price and delivery as described in section M of this solicitation.
   Other  NOTES:  to obtain a copy of this solicitation please
  send FAX request to  (215) 697-6333ORX1462ORX2978.  Specs/Dwgs
  are not required.
CITE: (I-345 SN010457)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--SEAL ASSEMBLY SOURCE CONTROL ITEM
SOL SP0500-97-Q-F545
DUE 010697
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Mary Longen/LDB24/X0326 buyer:  m.l
  ongen  LDB24/LDB24/X0326
DESC: PR-NO:  YPI96128000089 NSN 5330-01-009-5181, 500 -EA Del
  to New  Cumberland PA 17070-5001 Del by 19 Jan 97.  See NOTES
  9, 22, RFQ due  date 97 Jan 06 specs:  Allied Signal P/N 367180-1
  primary quantity 500  delivery schedule:  120 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:  Rexnord Corp.
   While price  will be a significant factor in the evaluation
  of offers, the final  contract award price will be based upon
  a combination of price and  delivery as described in section
  M of this solicitation.  Other NOTES:  to  obtain a copy of
  this solicitation please send FAX request to (215)  697-6333ORX1462ORX2978.
   Specs/Dwgs are not required.
CITE: (I-345 SN010458)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 54--Prefabricated Structures and Scaffolding
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 54--REVETMENT KIT, PERFABRICATED.  CONTRACTOR FIRST
  ARTICLE  TEST APPLIES.
SOL SP0770-97-Q-MH16
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:  Marcia  Mitchell (614) 692-7356.
DESC: PR-NO:  YPC96284002130 NSN 5450-00-004-9530, CAGE 81349
  Part No  MIL-R-28653-2F revetment kit, prefabricated. I/A/W
  MIL-R-28653.  23 - KT Del to flugplatz Ramstein AB Germany
  Del 150 days ADO.  Small business  size standard is 500 employees.
  solicitation not available until 15 days  after published in
  in the CBD. written requests for drawings are to be  submitted
  to Defense Supply Center Columbus, Attn: dsccvtrd, P.O. Box
   3990, Columbus, OH 43216-5000, by FAX (614) 692-692-2998 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, delivery, and  past
  performance as described in the solicitation. "See NOTE 1."
  all  responsible sources may submit offer which DCSC shall
  consider.
CITE: (I-345 SN010306)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 54--Prefabricated Structures and Scaffolding
OFFADD: Afftc/pkad Directorate Of Contracting, 5 S Wolfe Ave,
  Edwards Afb Ca 93524-1185
SUBJECT: 54--PURCHASE OF MODULAR BUILDING
SOL F04700-97-T-1183
DUE 011797
POC Mike Keeling Contract Specialist, (805) 277-3900 EXT.2249,
  John C. Lemacks Contracting Officer (805) 277-3900 EXT 2253
DESC: Edwards AFB CA has a requirement for 1 each modular building
  meeting the following general description: 20' x 60' bldg,
  ceiling height A.F.F. 8', minimum roof load 20 psf, minimum
  floor load 50 psf, to include AC power supply, bench top type
  ionizing blowers, work stations, work benches, and Pur-Air
  fume extraction systems.  Complete list of specifications and
  drawings will be provided in Request for Quote (RFQ).  This
  acquisition is a 100% small business set-aside.  The SIC code
  is 2452.  The size standard is 500 employees.  All offerors
  interested in being placed on the bidders mailing list must
  fax in their request to (805) 258-9656.  Phone requests to
  be placed on the bidders mailing list will not be honored.
   Anticipated date for issuance of RFQ is 31 Dec 96.  Anticipated
  award date is 24 Jan 97.    
LINK http://cpf.edwards.af.mil/contract/rfp.html
LINKDESC: 
EMAIL keelingm%pk@mhs.elan.af.mil
EMAILDESC: 
CITE: (W-345 SN010550)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 54--Prefabricated Structures and Scaffolding
OFFADD: National Park Service, AKSO, 2525 Gambell St. Rm 107,
  Anchorage, AK 99503
SUBJECT: 54 -- ABOVE GROUND FUEL STORAGE TANKS AND PUMPING STATION
SOL 1443IB991097002
DUE 011597
POC Please fax your request to Teri Hudgins at 907/257-2492
DESC: Supply above ground fuel tanks which are fire resistant
  and double walled to Anchorage International Airport for delivery
  to Lake Clarke National Park & Preserve's Port Alsworth location.
  The tanks being requested are two 2,000 gallon AVGAS tanks
  which are able to be connected, one 2,000 gallon Jet A tank,
  and one 1,000 gallon Jet A tank with an integral fuel pump
  with 75 feet of hose, hose reel and associated components.
  Due to the transportation of these tanks to final destination,
  there are size and weight restrictions.
CITE: (I-345 SN010643)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 55--Lumber, Millwork, Plywood and Veneer
OFFADD: Navy Public Works Center Code 846 Bldg 3213 2730 McKean
  St Ste 1 San Diego CA 92136-5294
SUBJECT: 55 -- PILING COASTAL DOUGLAS FIR
SOL N63387-97-Q-K005
DUE 122796
POC Inge Stillwell, Lead Purchasing Agent, (619)556-8723, Jessie
  Bermudez, Contracting Officer, (619)5567244, FAX:(619)556-7775.
DESC: 118 EACH Piling coastal douglas fir, ASTM D25 40 Feet long
  X 41 Inch minimum butt circumference. Pressure treated with
  ammoniacal copper zinc arsenate (ACZA) at 2.5 PCF minimum net
  preservative. Apply in accordance with AWPA C-1 and C-18. Written
  solicitations will not be forwarded. Oral/FAX quotes will be
  accepted. Quotes received after COB on due date will not be
  considered.
CITE: (I-345 SN010660)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 56--Construction and Building Materials
OFFADD: Navy Public Works Center Code 846 Bldg 3213 2730 McKean
  St Ste 1 San Diego CA 92136-5294
SUBJECT: 56 -- SLEEVING HIGH FLEX TUBING MIL-I-23053/15
SOL N63387-97-Q-N005
DUE 122796
POC Richard Randolph Jr., Purchasing Agent, (619)556-8837, Jessie
  Bermudez, Purchasing Branch Supervisor, (619)556-7244 FAX:
  (619)556-7806.
DESC: 2000 FEET Sleeving, high-flex FR tubing without sealant.
  Color: Black. Size: 25 feet long, 1.70 ID minimum. Tubing made
  of flame retardant polyoletin material. MIL-I-23053/15. Equal
  to Sigmaform Corp P/N: HF-17FRX25. 2000 FEET Sleeving, high-flex
  FR tubing without sealant. Color: Red. Size: 25 feet long,
  1.70 ID minimum. Tubingmade of retardant polyoletin material.
  MIL-I-23053/15. Equal to Sigmaform Corp P/N: RHF-17FRX25. 2000
  FEET Sleeving, high-flex FR tubing without sealant. Color:
  White. Size: 25 feet long, 1.70 ID minimum. Tubing made of
  flame retardant polyoletin material. MIL-I-23053/15. Equal
  to Sigmaform Corp P/N: WHF-17FRX25. Written solicitations will
  not be forwarded. Oral/FAX quotes will be accepted. Quotes
  received after COB on due date will not be considered.
CITE: (I-345 SN010662)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 58--FILTER, FLUID
SOL SP0970-97-Q-A105
DUE 122396
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:  YPE96233000233 NSN 5865-00-310-3292, CAGE 49956
  Part No  444574-1 8 -EA Del to Crane IN 47522-5001 delivery
  schedule:  90 days.   Various increments solicited:  1--24,
  25--49, 50--74, 75--0.   Threshold, PR quantity:  8 EA.  Standard
  size:  750.  Other than full  and open competition:  part numbered
  item. products offered clause  applies.  Issue date:  09 Dec
  96; closing date:  23 Dec 96.  All  responsible sources may
  submit offer which DESC shall consider.
CITE: (I-345 SN010310)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 58--EQUALIZER, RECEIVER
SOL SP0970-97-Q-A103
DUE 012297
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:  YPE96192000486 NSN 5895-00-310-3280, CAGE 49956
  Part No  373197-1 18 -EA Del to Lathrop CA 95330 delivery schedule:
   18 each  within 120 days ADO; balance within 30 days thereafter.
   Various  increments solicited:  1--20, 21--40.  Threshold
  PR quantity:  18 EA.   Standard size:  750.  Unrestricted (sole
  source/single source) (no  preference).  Other than full and
  open competition:  part numbered item.  products offered clause
  applies.  Issue date:  02 Jan 97; closing date:   22 Jan 97.
   All responsible sources may submit offer which DESC shall
   consider.
CITE: (I-345 SN010326)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 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-PANEL,INDICATOR
SOL N0038397QN063
DUE 121696
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-5895-01-362-0294-XH, Ref Nr 601-4500-000-08, Qty 14
  EA, Delivery FOB Origin----- no drawings, See Note 22
CITE: (I-345 SN010409)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 58-RECORDER-REPRODUCER
SOL N0010497RFB22
DUE 012897
POC Contact Point, Michael B Hippensteel, 0243.5, (717)790-1551,
  Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, Brian
  C Garrett, 0243, (717)790-3918
DESC: NSN 7H-5835-01-319-0262, SPEC NR TDP VER 002, Ref Nr 135A983-1,
  Qty 34 EA, Deliveries To Various Destination, Contract 100
  Percent Small Business Set Aside, See Note 22
CITE: (I-345 SN010428)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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-AMPLIFIER,TRANSMITT
SOL 961510183
DUE 012997
POC Contact Point, Patricia F Taylor, 02152.6, (717)790-1552,
  Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, Patricia
  A Shearer, 0215, (717)790-3794
DESC: NSN 7H-5820-01-145-2784, SPEC NR TDP VER 010, Ref Nr 8006-2064-2,
  Qty 15 KT, Deliver to Receiving Officer Fisk Norfolk Norfolk
  VA , Defense Distrbution Depot San Diego San Diego CA , Approx
  Due Date O/A Jan 29 97--Please provide cage code with solicitation
  request., See Note 9
CITE: (I-345 SN010429)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: US Army, CECOM Acquisition Center, Ft. Monmouth, New
  Jersey 07703- 5008
SUBJECT: 58 -- AN/AVS-7, ANVIS/HUD SOFTWARE TRAINING
SOL DAAB07-97-R-J289
DUE 011697
POC Kathleen Hageman, Contract Specialist, (908) 532-5386 Jack
  R. Kulaga, Contracting Officer, (908) 532-1070 AMSEL-AC-CC-A-CC,
  FAX (908) 532-6019.
DESC: The Government intends to procure training for up to eight
  (8) Government software engineers on the ANVIS/HUD system software
  and the corresponding development software support environment.
  The solicitation will be issued sole source to Tracor Aerospace,
  Inc who is the current producer of the AN/AVS-7 system and
  will be awarded as a modification to current contract DAAB07-91-C-K002.
  The Government does not possess the data necessary to acquire
  this training from other than the current source. The U.S.
  Army Communications Electronics Command (CECOM) has established
  an Electronic Bulletin Board (EBB) to provide electronic transmittal
  of Request for Proposals (RFPs) and Invitations for Bids (IFBs)
  from Government to Industry. All interested parties wishing
  to do business with CECOM are invited to access, operate, send
  and receive data from the CECOM EBB system. To become a user
  of the EBB, you will need an identification code and password
  in addition to a computer terminal equipped with the necessary
  hardware and software to interface with the EBB system. A user's
  identification code and password will be issued upon request
  along with instructions for downloading the EBB User's Manual.
  All requests must include (1) company name, (2) point(s) of
  contact name(s) and title(s), (3) return address(es) and (4)
  telephone number(s). Please send your request in writing to
  ebb system operator, U.S. Army CECOM, AMSEL-AC-SB-AA, Attn:
  EBB, Ft. Monmouth, New Jersey 07703-5000. Fax #: (908)-532-6020,
  Commercial #: (908)-532-3820.
CITE: (I-345 SN010480)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: US Army, CECOM Acquisition Center, Ft. Monmouth, New
  Jersey 07703-5008
SUBJECT: 58 -- RF/IF SIGNAL COMBINER ASSEMBLY
SOL DAAB07-97-B-A112
DUE 012297
POC Matthew D. Adams; Contract Specialist; AMSEL-ACCA-A-AB; (908)532-2924;
  Kevin F. Coakley, Sr.; Procuring Contracting Officer; (908)532-2924.
DESC: NSN: 5859-01-293-0748; P/O: AN/FSC-96; P/N: A3058020-001,
  20 each, 100% option, delivery to Red River Army Depot; Texarkana,
  TX 75507-5000. All responsible sources may submit a proposal
  which shall be considered by the agency. Most recent, representative
  unit price was $7,629.00 for a qty of 10 ea, awarded on Sep
  95. The government provides this data without assuming responsibility
  for its accuracy or for any conclusions or interpretations
  which may be drawn from this data. This data is provided solely
  for preparation of an offer. The solicitation may include more
  detailed information concerning price history. Only written
  requests for this solicitation will be accepted. The U.S. Army
  Communications Electronics Command (CECOM) has established
  an Electronic Bulletin Board (EBB) to provide electronic transmittal
  of Request for Proposals (RFPs) and Invitations for Bids (IFBs)
  from Government to Industry. All interested parties wishing
  to do business with CECOM are invited to access, operate, send
  and receive data from the CECOM EBB system. To become a user
  of the EBB, you will need an identification code and password
  in addition to a computer terminal equipped with the necessary
  hardware and software to interface with the EBB system. A user's
  identification code and password will be issued upon request
  along with instructions for downloading the EBB User's Manual.
  All requests must include (1) company name, (2) point(s) of
  contact name(s) and title(s), (3) return address(es) and (4)
  telephone number(s). Please send your request in writing to
  ebb system operator, U.S. Army CECOM, AMSEL-AC-SB-AA, Attn:
  EBB, Ft. Monmouth, New Jersey 07703-5000. Fax #: (908)-532-6020,
  Commercial #: (908)-532-3820. Contractors may request aperture
  cards and notice of revision(s) via EBB, e-mail, or by written
  request to the Contracting Officer at the address set forth
  in paragraph 11 above. Bids shall be submitted in hard copy
  at the time and place specified in the solicitation. No bid
  responses shall be submitted to the Contracting Office.
CITE: (I-345 SN010667)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: U.S. Information Agency, International Broadcasting Bureau,
  Office of Engineering, Acquisition Division, B/ERA, Room 4035,
  330 Independence Ave., SW, Washington, DC  20547
SUBJECT: 58 - FREQUENCY MODULATED (FM) TRANSMITTERS
SOL IA2121-57234719
DUE 020597
POC POC Herman Shaw, Contracting Officer, FAX (202) 205-5466
DESC: The U.S. Information Agency (USIA), International Bureau
  of Broadcasting (IBB) has a requirement for FM broadcast transmitters
  and an associated user training course.  The Contractor selected
  shall fabricate, test and deliver a total of 84 FM transmitter
  packages, of which 66 shall be rated at ten kilowatts and 18
  shall be rated at twenty kilowatts.  Each package is comprised
  of a transmitter, exciter, main/alternate coaxial switch, dummy
  load, and controller.  The Contractor shall meet performance
  specifications, have a field-proven product, and have demonstrated
  past experience in successfully delivering similar products
  in comparable quantities.  The proposed schedule requires delivery
  of 30 ten kilowatt transmitters and 12 twenty kilowatt transmitters
  by November 30, 1997.  The remaining 36 ten kilowatt transmitters
  and 6 twenty kilowatt FM transmitters shall be delivered by
  November 30, 1998.  Delivery is F.O.B. Destination, Athens,
  Greece.  The Request for Proposal (RFP)solicitation will be
  released on January 2, 1996 with a proposal response date of
  February 5,1997.  Interested sources may request a copy of
  the forthcoming RFP solicitation by submitting a written request
  to the above noted contact.  All responsible sources may submit
  a proposal which shall be considered.  This notice is not a
  RFP.
CITE: (I-345 SN010673)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 12, 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--CABLE ASSEMBLY, RADI
SOL SP0451-97-Q-F010
DUE 020397
POC Contact:  for copies of RFQ solicitations, contact the buyer,
   rose M. Gordon/BB831/804-279-3306, FAX DSCR-JBPA/804 -279-6009,
   contract-ing officer, Kathleen Hicks/804-27 9-4935.
DESC: PR-NO:  NPG96254000357 NSN 5995-01-300-1572, cable assembly,
  radi,  W. L. Gore and associates, Inc., CAGE 17217, P/N/A3C01C01060.0,
   Lockheed Sanders Inc, CAGE 94117, P/N 273025P1, semflex Inc.,
  CAGE  60637, P/N 52855.  Specifications, plans or drawings
  relating to the  procurement described are not available and
  cannot be furnished by the  government.  Unrestricted.  More
  than one source.  Critical application  item.  Destination
  inspection required.  40 -EA Del to Stockton CA  95296 Del
  by 60 days ARO.  All responsible sources may submit offer which
   DGSC shall consider.
CITE: (I-344 SN010249)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--SWITCH ASSEMBLY, SPE
SOL SP0930-96-R-A069
DUE 012897
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:  YPE96087000685 NSN 5930-00-010-1403, CAGE 11256
  Part No  127-1 CAGE 55972 Part No 3149-1A 15 -EA Del to Lathrop
  CA 95330 Del by 25  May 96.  9 -EA Del to Cherry Point NC 28533-5001
  Del by 25 May 96.  6 - EA Del to San Diego CA 92136-0000 Del
  by 25 May 96.  Other than full and  open competition:  part
  numbered item. products offered clause applies.   Solicited
  various increments from:  10 to 124 PR qty:  30 EA delivery
   schedule:  180 days standard size:  500.
CITE: (I-345 SN010324)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--SYNCHRO ASSEMBLY DESC FORM 239 DTD 8 JAN 91 APPLIES
SOL SP0900-96-T-E550
DUE 122796
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96074000121 NSN 5990-00-689-2949, CAGE 10112
  Part No  10243441 CAGE 18876 Part No 10243441 CAGE 82686 Part
  No u-219262 CAGE  89321 Part No 15RX2 no additional descriptive
  data available 27 -EA Del  to Mechanicsburg PA 17055-0789 Del
  by 05 May 97.  Full and open  competition:  complete, unrestricted
  data package available.  Solicited  various increments from:
   15 to 99 PR qty:  27 EA delivery schedule:   56 EA within
  180 days; balance 50 EA every 30 days thereafter.  Standard
   size:  1000 set-aside type:  unrestricted (no preference)
  all  responsible sources may submit offer which DESC shall
  consider.
CITE: (I-345 SN010325)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 59-CABLE ASSEMBLY,SPEC
SOL N0010497RJA61
DUE 012897
POC Contact Point, Wilson T Kury, 02131.13, (717)790-4768, Fax,
  (717)790-7317, Twx, Not-avail
DESC: NSN 7H-5995-01-275-3818, SPEC NR TDP VER 011, Qty 8 EA,
  Deliver to Defense Distrbution Depot San Diego San Diego CA
  , See Note 9
CITE: (I-345 SN010430)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
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,
SUBJECT: 59 -- CIRCUIT CARD ASSEMBLY
SOL DAAJ09-96-Q-0855
DUE 122096
POC Linda Hocker, Contract Specialist,AMSAT-A-PLBE, (314) 263-0793,
  Fax 314-263-9012, Evelyn Kelley, Contracting Officer (314)263-0792.
DESC: Modification - Reference Synopsis published in the Commerce
  Business Daily 4/03/96, record 1565PR590005. The purpose of
  this modification is to increase the quantity on this requirement.
  The quantity is increased from 38 each to 77 each. All other
  information publicized in the original synopsis is correct.
CITE: (I-345 SN010512)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 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-345 SN010532)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Panama Canal Commission, Logistical Support Division,
  APO Miami, FL 34011-5000
SUBJECT: 59-NORTHERN TELECOM SWITCHING SYSTEMS PARTS
SOL CSP-95219-MR-29
DUE 122396
POC Elis A. Vargas, Contract Specialist, (507) 272-3024, Luz
  M. de Pinzon, Contracting Officer, (507) 272-4687
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 note.  THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION;
  BIDS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT
  BE ISSUED. Solicitation No. CSP-95219-MR-29 is issued as an
  invitation for bids (IFB). The solicitation document and incorporated
  provisions and clauses are those in effect through Federal
  Acquisition Circular 90-32.  Provide unit price and extended
  amount for each of the following NORTHERN TELECOM part number
  items: Item No. 1: One (1) Ea.; P/N: NT6D40AB; PE Power Supply
  DC; Item No.2: One (1) Ea.; P/N: QSD-65; PE Shelf (A0321593);
  Item No.3: Two(2) Ea.; P/N: QPC659; Dual Loop PE Buffer Card;
  Item No.4: Fifteen (15) Ea.; P/N: QPC578; Digital Line Card;
  Item No.5: Two(2) Ea.; P/N: NT8D85BV; Item No.6: Two(2) Ea.;
  P/N QPC74; RAN Trunk Card; Item No.7: Ten(10) Ea.; P/N: QPC441F;
  Three Port Extender/3PE; Item No.8: One(1) Ea.; P/N: QPC355C;
  5/12 VDC Power Converter Pack; Item No.9: Six(6) Ea.; P/N:
  QCA4522C; Option 61 to Enhanced Option 61 Upgrade Pk. Each
  QCA4522C Package consists of the following items: a)Six(6)Ea.
  Floppy Diskettes 3.5;b)Two(2)Ea. Cables 6 Ft, MDU-MDI;c)One(1)Ea.
  RLS 21 x 11 Intl. Software Feature Guide (3 books);d)One(1)Ea.
  RLS 21 x 11 I/O Software Feature Guide (3 books);e)One(1)Ea.RLS
  21 Install & Maint. Guide (2 books);f)One(1)Ea. RLS 21 Meridian
  Upgrade Guide (2 books);g)Two(2)Ea. NTND08AC ROM Daughterboard,
  ROM;h)Two(2)Ea. NTND09CA 12 MEG Memory Pack, MEM;i)Two(2)Ea.
  NTND10AA Memory Arbitrator Pack, CMA;j)One(1)Ea. NTND16AA Multi
  Disk Unit, MDU;k)Two(2)Ea. QMM42A Data Cartridge;l)Two(2)Ea.
  QPC584M Multi Disk Interface Pack, MDI;m) Six(6)Ea. PO685112
  Sleeve for 2 NTP Binder (12 NTP's);n)One(1) Ea. RLS 21 System
  Upgrade Guide Canada & CALA(2 books). ALL ITEMS MUST BE NEW
  PARTS, REBUILT OR REFURBISHED PARTS WILL NOT BE ACCEPTED. TOTAL
  CUBIC MEASUREMENT:/_____/cubic feet.  Failure to furnish the
  total cubic measurements may render your bid nonresponsive.
   DELIVERY TERMS shall be as follows: F.O.B. DESTINATION JEFFERSON,
  La, Panama Canal Commission, 6140 Jefferson Highway, Jefferson,
  LA 70123-5121 /____/ within 30 days F.O.B. destination Jefferson,
  LA [For supplies coming from within the U.S., Canada or Mexico];
  or C.I.F./F.O.B. DESTINATION PANAMA, Panama Canal Commision,
  Logistical Support Division, Section C, Balboa, Republic of
  Panama /_____/ within 60 days C.I.F. destination Panama [For
  supplies coming from within or outside of the U.S., Canada
  or Mexico]; or /_____/ within 60 days F.O.B. destination Panama
  [For supplies coming from within Panama] after receipt of notice
  of award. FAILURE TO CHECK THE DELIVERY TERM SELECTED SHALL
  RENDER YOUR BID NON RESPONSIVE. Note: a differential will be
  applied to bids quoted on an F.O.B. destination Jefferson,
  LA versus those quoted on a C.I.F or F.O.B. destination Panama
  for comparative evaluation. FAR Provision 52-212-1, Instructions
  to Offerors--Commercial Items (Oct 1995) applies to this acquisition,
  with the exception of paragraphs E and H, also FAR Clause 
  52.212-4, Contract Terms and Conditions-- Commercial Items
  (OCT 1995) and FAR Clause 52.214-31 Facsimile Bids. The Government
  will award a contract resulting from this solicitation to the
  responsible offeror whose offer conforming to the solicitation
  will be most advantageous considering the lowest price. Bidders
  shall include a completed copy of Provision 52.212-3, Offerors
  Representations and Certifications--Commercial Items (Oct 1995)
  and 52.212-5 Contract Terms and Conditions required to Implement
  Statutes or Executive Orders-- Commercial Items (Oct 1995).
  BIDS ARE DUE NOT LATER THAN DECEMBER 23, 1996, AT 2:00 P.M.
  by local mail, or courier to the following address: Panama
  Canal Commission, Logistical Support Division, Bldg 5, 1st
  Floor, Unit 2300, APO AA 34011-2300. Bidders may submit facsimile
  bids to 011-507-272-5838.  Failure to send your bid prior to
  the closing time and date specified above may result in the
  rejection of your bid.  Please remember to identify your bid
  with the corresponding solicitation number.  In order to prepare
  a bidder's mailing list for the subject solicitation, please
  fax your company's name, address, telephone and fax numbers
  and point of contact as soon as possible.  Failure  to do so
  will relieve the Panama Canal Commission from the responsability
  of providing you with possible amendments or other required
  information.
CITE: (I-345 SN010607)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Commander, Naval Air Warfare Center Weapons Division,
  Code 220000E, 521 N. 9th Street, Point Mugu, CA 93042-5001
SUBJECT: 59 -- CAVITY BACKED SPIRAL ANTENNA, RIGHT & LEFT
SOL N68936-97-Q-0508
DUE 010997
POC Sierra Linda Burdette, Purchasing Agent, (805) 989-1801;
  Chuck Lefever, Contracting Officer, (805) 989-1810.
DESC: The Naval Air Warfare Center, Weapons Division, Point Mugu,
  CA intends to procure 50 each Cavity Backed Spiral Antenna,
  Right and 50 each Cavity Backed Spiral Antenna, Left. Complete
  specifications will be included in the Request for Quotation.
  Request for copies of the RFQ must be submitted in writing
  via fax (805)989-0561, Attn: S.L. Burdette or via E-Mail to
  lburdette@ban.chinalake.navy.mil. Anticipated award date: on
  or before 1/30/97. See Numbered Note(s): 1.
CITE: (I-345 SN010622)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 12, 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-H540
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. SA ndra
  Archer/BG632/804-279-3602.  contractingofficer/L.  McCormick.
DESC: PR-NO:  RPG96304001006, P/N 7728814.  NSN 6150-00-772-8814,
   cable assembly, special purpose.  Specifications, plans or
  drawings  relating to the procurement described are not available
  and cannot be  furnished by the government. unrestricted. intended
  source(S) barcar Mfg  and Aurora Cord and Cable.  576 -EA Del
  to Mechanicsburg PA 17055-0789  Del by 90 DARO.  574 -EA Del
  to Tracy CA 95376-5000 Del by 90 DARO.   All responsible sources
  may submit offer which DGSC shall consider.
CITE: (I-344 SN010250)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 61--MOTOR, CONTROL
SOL SP0430-97-R-0295
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:  RI chard
  King/ZZ780/804-279-4381. Judith H.  Hawthorne/804 -279-4905.
DESC: PR-NO:  YPG96298001022 NSN 6105-01-039-0961:  motor, control.
    Talley Corp. DBA Teleflex control systems.  CAGE 98889. 
  P/N 15SP4-9.   Tech data package availability.  DSCR does not
  currently have an approved  technical data package available
  for this NSN.  Please do not submit  request to DSCR-VABA.
   20 -EA Del to Norfolk VA 23511-3392 Del by 180  days.  72
  -EA Del to Tracy CA 95376-5000 Del by 180 days.  Other than
   full and open comp:  Y.  See NOTE 12.  Total quantity shipped:
   92.   Option to Inc qty:  100%.  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:  N.  Orally:  N.   Anticipated award
  date is:  02/28/97.  All responsible sources may submit  offer
  which DGSC shall consider.
CITE: (I-344 SN010254)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 12, 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, UMBI
SOL SP0451-97-Q-H539
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. SA ndra
  Archer/BG632/804-279-3602.  contractingofficer L.  McCormick.
DESC: PR-NO:  YPG96317000884 NSN 6150-01-075-1710, cable assembly,
  umbi  P/NS C8962-2 and 7810102-1. specifications, plans or
  drawings relating to  the procurement described are not available
  and cannot be furnished by the  government.  Unrestricted.
   The final contract award decision may be based  upon a combination
  of price, past performance and other evaluation  factors as
  described in the solicitatio 79 -EA Del to Mechanicsburg PA
   17055-0789 Del by 90 DARO.  36 -EA Del to Tracy CA 95376-5000
  Del by 90  DARO.  All responsible sources may submit offer
  which DGSC shall consider.
CITE: (I-344 SN010256)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 12, 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--ROTOR, MOTOR
SOL SP0430-97-R-0468
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:  RI chard
  King/ZZ780/804-279-4381. Judith H.  Hawthorne/804 -279-4905.
DESC: PR-NO:  YPG96325000809 NSN 6105-00-951-9844:  rotor, motor.
    Allied Signal.  Aerospace Equipment Systems.  CAGE 70210.
   P/N 516334-4.   Critical Iten application.  Origin inspection
  required.  Solicitation  all BIDS and proposals are to be sent
  to the following address and CAGE:   allied-signal Aerospace
  Equipment Systems 1300 West Warner Road P.O. Box  222000 Tempe
  AZ.  85285.  Mail stop 1207-2Y.  CAGE 59364.  Phone  602-893-5380
  FAX 602-893-5617.  Attn: tina Garcia.  Technical dat  package
  availability.  DSCR does not currently have an approved technical
   data package available for this NSN.  Please do not submit
  request to  DSCR-VABA.  48 -EA Del to Norfolk VA 23511-3392
  Del by 220 days.  109 - EA Del to Tracy CA 95376-5000 Del by
  220 days.  Other than full and open  comp.  Total quantity
  shipped:  157.  See NOTE 12.  Option to Inc qty:   N.  Option
  to ext term of contract:  24 months.  Duration of contract
   period:  3 years.  Unrestricted:  Y.  Additional remarks:
   IQC with 2  option years.  Specifications, plans or drawings
  relating to the  procurement described are not available and
  cannot be furnished by the  government.  Solicitation will
  be made; in writing:  N.  Orally:  N.   Anticipated award date
  is:  02/28/97.  All responsible sources may submit  offer which
  DGSC shall consider.
CITE: (I-344 SN010258)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 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--CABLE ASSEMBLY, SPECIAL PURPOSE, ELECTRICAL
SOL SP0451-97-Q-H207
DUE 012397
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3350. 
  For copies of RFQ solicitations,  contact the buyer. SA ndra
  Archer/BG632/804-279-3602.  contractingofficer L.  McCormick.
DESC: PR-NO:  FPG96298000758 NSN 6150-01-276-6320, cable assembly,
   special purpose, electrical. P/N 68R767317-17RA. specifications,
  plans  or drawings relating to the procurement described are
  not available and  cannot be furnished by the government. 
  Unrestricted. see NOTE 22. the  final contract award decision
  may be based upon a combination of price, past  performance
  and other evaluation factors as described in the solicitation.
    2 -EA Del to Mechanicsburg PA 17055-0789 Del by 90 DARO.
CITE: (I-345 SN010268)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 61-MOTOR,DIRECT CURREN - AND OTHER REPLACEMENT PARTS
SOL N0038397RP428
DUE 012197
POC Contact Point, Sandra A Parker, 0222.03, (215)697-3374, Fax,
  (215)697-3161, Twx, Not-avail
DESC: NSN 0R-6105-01-437-8161-SX, Ref Nr 2A8-2647, Qty 1 EA,
  Delivery FOB Origin--Drawings are NOT available., See Note
  22
CITE: (I-345 SN010410)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 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 -- HONEYWELL INC., POWER SUPPLIES, CIRCUIT CARD ASSEMBLIES,
  MODULE ASSEMBLIES, SENSOR ASSEMBLIES, AND POWER SUPPLIES
SOL DAAJ09-97-Q-0282
DUE 013197
POC Mark Fosdick, Contract Specialist, 314-263-0783, Pamela Moran,
  Contracting Officer, 314/263-0782.
DESC: In accordance with the Basic Ordering Agreement FAR 16.703,
  it is the Governments intent to award a delivery order against
  the Basic Ordering Agreement with Honeywell, Inc. for NOUN:
  Power Supply, NSN:6130-01-165-6411, PN: 8001870-902, QTY 44;
  Circuit Card Assembly, 5999-01-289-9429, 8500092-904, 37; Power
  Supply, 6130-01-293-6051, 8500727-904, 16; Circuit Card Assembly,
  5999-01-165-6529, 8500081-901, 27; Circuit Card Assembly, 5999-01-289-4734,
  85000107-902, 23; Circuit Card Assembly, 5998-01-329-6794,
  8513076-904, 25; Module Assembly, 1260-01-201-9896, 8501526-901,
  25; Circuit Card Assembly, 5999-01-165-6559, 8001710-901, 56,
  Circuit Card Assembly, 5998-01-329-2551, 8515287-903, 26; Sensor
  Assembly, 1260-01-235-8088, 8502059-901, 10; Sensor Assembly,
  1260-01-235-8089, 8502059-902, 10; Circuit Card Assembly, 5999-01-176-2710,
  8500208-901, 25; Circuit Card Assembly, 5999-01-165-6557, 8500179-901,
  17; Power Supply, 6130-01-329-2504, 8513069-901, 13; Circuit
  Card Assembly, 5998-01-329-2554, 8513072-902,35. FOB is Red
  River Army Depot, Texarkana, TX 75507-5000. Interested firms
  are instructed toseek source approval in order to compete for
  this solicitation by submitting documentation in accordance
  with the Competition Advocate's Shopping List Procedures. The
  procedures may be obtained from the Competition Advocate's
  Office,ATTN: AMSAT-D-P, 4300 Goodfellow Blvd., St. Louis, MO
  63120-1798, (314) 263-2424. No phone requests will be accepted.
  Requests will be accepted by FAX (314) 263-9012 or mail only
  ATCOM, ATTN: AMSAT-A-PBLE, 4300 Goodfellow Blvd, St. Louis,
  MO 63120-1798. Justification for other than full and open comeptition
  is FAR 6.302-1. Approved source is Honeywell, Inc., Defense
  Avionics Systems Div., 9201 San Mateo Blvd NE, Albuqueque,
  NM 87119.
CITE: (I-345 SN010507)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: NASA, John F. Kennedy Space Center, FL 32899
SUBJECT: 61 -- ACQUISITION OF OZONE GENERATOR
SOL N/A
POC Ginny Powers, BOC-110, EG&G Florida, Inc., Kennedy Space
  Center, FL 32899, 407-867-7869.
DESC: EG&G Florida, Inc. in support of NASA at the Kennedy Space
  Center, is seeking sources to provide two (2) each ozone generators,
  PCI Model G-14 (or approved equal) with the following specifications:
  Dual fluid cooled corona discharge type; capacity 14 lb/day
  minimum at 2% Ozone Output using air as gas feed source; include
  APD-7 air preparation package consisting of air dryer, filter,
  and pressure reduction station; equip with dew-point monitor,
  external wired interlocks, and backflow preventor. Suppliers
  capable of providing a product that meets these specifications
  are invited to send a data package including sufficient technical
  specifications to establish bonafide capability of meeting
  the requirement, price sheets, GSA schedule (if applicable)
  to EG&G Florida, Inc., attn: Ginny Powers, BOC-110, Kennedy
  Space Center, FL 32899 or email: ginny.powers-1@kmail.ksc.nasa.gov.
  A request for proposal will not be issued until after any submitted
  data packages have been reviewed for technical acceptance.
  Data packages should be received with 15 days from date of
  publication.
CITE: (I-345 SN010514)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: US Army, CECOM Acquisition Center, Ft. Monmouth, New
  Jersey 07703-5008
SUBJECT: 61 -- POWER SUPPLY
SOL N/A
DUE 013097
POC Wendie Patterson, Contract Specialist (908) 532-1577 Kevin
  Loesch, Contracting Officer.
DESC: Power Supply, NSN: 6130-01-167-5341 in support of PLRS.
CITE: (I-345 SN010633)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 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-345 SN010485)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: Contracting Officer (90C), Richard L. Roudebush VA Medical
  Center, 1481 West Tenth Street, Indianapolis IN 46202
SUBJECT: 65 -- IMPLANT CONSIGNMENTS
SOL 583-44-97
DUE 010897
POC Billy J. Cooper, Contract Specialist, 317-269-6324
DESC: Pacemakers, intra ocular lenses, maxillofacial implants,
  and implantable defibrillators will also be included in this
  solicitation. All other information as advertised in the 11/22/96
  CBD remains the same.
CITE: (I-345 SN010647)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies--Potential
  Sources Sought
OFFADD: Contracting Officer (90C), Department of Veterans Affairs
  Medical Center, 4500 South Lancaster Road, Dallas, TX 75216
SUBJECT: 65 -- SOURCES SOUGHT, CONSINGMENT AGREEMNET
SOL 549-97-RFQ-20
DUE 013097
POC David L. Hill, Contracting Officer, (214) 302-7522
DESC: Sources sought: this medical center contemplates entering
  into an agreement with American Medical Systems (AMS) to supply,
  on consignment, two each of three different sizes (2.0, 2.5,
  and 3.0cm) of the "UroLume" endoprosthesis. Since these items
  are intended for patient specific use, this solicitation is
  issued as an Invitation For Bids (IFB) and is not a request
  for proposals for an equal to the brand name. Issue date of
  the solicitation is on or about 12/30/96 with bid opening date
  on or about 01/30/97. All request for bid packages must be
  in writing. Telephone request will not be accepted. Facsimile
  request may be sent via (214) 372-7066 however, facsimile transmission
  must be followed by a phone call to the contracting officer,
  at (214) 302-7522 to confirm receipt of any faxed request.
CITE: (I-345 SN010664)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 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, PRESSUR
SOL SP0440-97-Q-T479
DUE 012997
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:  YPG96323001059 NSN 6685-01-182-8835, part number:
   Eaton  Corp., P/N 41SG16-5.  Specifications, plans or drawings
  relating to the  procurement described are not available and
  cannot be furnished by the  government.  21 -EA Del to Tracy
  CA 95376-5000 Del by 60 DARO.   Unrestricted other than full
  and open comp (10 U.S.C. 2304(C)(1)) (FAR  6.302-1) solicitations
  between $25,000 - $100,000 solicitation will be  made:  in
  writing or orally all responsible sources may submit offer
  which DGSC   shall consider.
CITE: (I-345 SN010272)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 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-ALTIMETER, ENCODING
SOL N0038397YT010
DUE 011697
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-6610-01-259-0251, Ref Nr 518-28007-204, Qty 39 EA, Delivery
  FOB Origin--THIS REQUIREMENT IS FOR A TWO YEAR BASIC ORDERING
  AGREEMENT (BOA).  QUANTITY  SHOWN IS AN ESTIMATED REPAIR QUANTITY
  ONLY.  IN ADDITION TO THIS ITEM, ADDITIONAL C-130 FLIGHT INSTRUMENT
  SYSTEM REPAIRABLES ARE EXPECTED TO REQUIRE  REPAIR.DUE TO THE
  UNAVAILABILITY OF DATA, ONLY KOLLSMAN, INC. (89944) WILL BE
   SOLICITED FOR THIS REPAIR REQUIREMENT.  ANY OTHER INTERESTED
  PARTIES SHOULD  CONTACT NAV-ICP SOURCE DEVELOPMENT AT 215-697-5717
  FOR INFORMATION REGARDING  QUALIFICATION FOR FUTURE REPAIR
  REQUIREMENTS.---, See Note 22
CITE: (I-345 SN010411)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: U.S. Aviation and Troop Command, 4300 Goodfellow Boulevard,
  St. Louis, MO 63120-1798
SUBJECT: 66 -- CONTROL, TEMPERATURE
SOL DAAK01-97-Q-0066
DUE 012297
POC Sharon Williams, Contract Specialist, 314-263-0672/Rosie
  Bell, Contracting Officer, 314-263-0671.
DESC: Control Temperature, National Stock Number (NSN) 6685-01-333-8496,
  Quantity 115 each. FOB: Destination, Delivery to Defense Distribution
  Depot Susquehanna, New Cumberland, PA. Procurement History:
  94 Sep 12, Quantity 78 each, Unit Price $147.55. See Numbered
  Note(s): 22.
CITE: (I-345 SN010492)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 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 -- THERMOCOUPLE, HEATIN, NSN: 6685-01-247-2447, P/N
  6058T28P01, QUANTITY: 102 EACH
SOL DAAJ09-97-R-0146
DUE 112996
POC A.Chapman, Contract Specialist, (314) 263-0749 and/or Marsha
  M. Flakes, Contracting Officer, (314) 263-0762.
DESC: NOUN: Thermocouple, Heating, NSN: 6685-01-247-2447, P/N
  6058T28P01. All offeror must meet prequalification requirements
  in order to be eligible for award. This procurement will be
  a 100% Small Business Set-A-Side, the size standard for which
  is 500 employees. Firms are encouraged to seek source approval
  in order to compete for this or future solicitations by submitting
  documentation in accordance with the Competition Advocate's
  Shopping List Procedures. These procedures may be obtained
  from the Contracting Officer. No Phone request will be accepted.
  Request will be accepted by FAX (314) 263-9012 or mail only.
  Justification for other than full and open competition is FAR
  6.302-1. Approved sources are Thermocontrol Incorporated (FSCM
  65410) 5728 Hartsdale Drive, Houston, TX 77036 and SEMCO Industries
  (FSCM: 24735), 50 Fordham Road, Wilmington, MA 01887 All responsible
  sources may submit an offer which will be considered. This
  requirement is currently unfunded. Award will be withheld pending
  receipt of sufficient funds. See Numbered Note(s): 1, 23.
CITE: (I-345 SN010500)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 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 -- WINDOW, OPTICAL INSTRUMENT
SOL DAAJ09-97-Q-0377
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: 6650-01-171-6914; P/N: 13079034; QTY: 9 Each, applicable
  to the TADS/PNVS Program. FOB Destination with delivery of
  9 each by 240 days ARO to Orlando, FL. This is 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-345 SN010530)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Commander, Naval Air Warfare Center Weapons Division,
  Code 230000D, 1 Administration Circle, China Lake, CA 93555-6100
SUBJECT: 66 -- FLASH X-RAY MACHINE OPTIONAL EQUIPMENT
SOL N68936-97-Q-0455
DUE 121996
POC Shelli L. Burt, Purchasing Agent, 619-939-4236, or Sue Rizzardini,
  Contracting Officer, FAX #: 619-927-3488.
DESC: The purpose of this notice is to extend the closing date
  for this quote. The original notice was placed in the CBD on
  27 Nov 96. The new closing date will be 19 Dec 96 with no other
  changes.
CITE: (I-345 SN010625)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Commander, Naval Air Warfare Center Weapons Division,
  Code 230000D, 1 Administration Circle, China Lake, CA 93555-6100
SUBJECT: 66 -- MAINTENANCE OF TWO (2) RADIOGRAPHIC LINEAR ACCELERATORS
SOL N68936-97-Q-0456
DUE 121996
POC Shelli L. Burt, Purchasing Agent, 619-939-4236, or Sue Rizzardini,
  Contracting Officer.
DESC: The purpose of this notice is to extend the closing date
  for this quote. The original notice was placed in the CBD on
  27 Nov 96. The new closing date will be 19 Dec 96, with no
  other changes.
CITE: (I-345 SN010626)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Arnold Engineering Development Center, ATTN: PKP, 100
  Kindel Drive, Suite A332, Arnold AFB TN 37389-1332
SUBJECT: 66 -- X-RAY SOURCE SYSTEM
SOL F40650-97-Q-0015
DUE 012197
POC Sue Tate, Contract Specialist, (615)454-7801
DESC: This requirement is for one each CW x-ray source system
  to be delivered FOB Arnold Air Force Base, TN. System shall
  include power supply, closed loop cooling system, x-ray tube
  with 10 meter high tension cable and tube mounting yoke. Pantak
  HF Series 2 HF-100 and tube model MR101 or equal. Any firm
  responding to this announcement should do so in writing and
  should indicate whether or not it is a small or small disadvantaged
  business. Requests must be made in writing and may be faxed
  to (615)454-7330. Requests must be received not later than
  15 days after publication of this announcement.
CITE: (I-345 SN010642)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 67--Photographic Equipment
OFFADD: Commander, Naval Air Warfare Center Weapons Division,
  Code 230000D, 1 Administration Circle, China Lake, CA 93555-6100
SUBJECT: 67 -- CAMERA, HIGH SPEED MOTION FRAME
SOL N68936-97-Q-0459
DUE 121996
POC Shelli L. Burt, Purchasing Agent, 619-939-4236, or Sue Rizzardini,
  Contracting Officer, FAX #: 619-927-3488.
DESC: The purpose of this notice is to extend the closing date
  for this quote. The original notice was placed in the CBD on
  27 Nov 96. The new closing date will be 19 Dec 96.
CITE: (I-345 SN010628)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 68--Chemicals and Chemical Products
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 68--CLEANING COMPOUND, SOLVENT
SOL SP0450-97-Q-N273
DUE 012197
POC Contact:  for copies of RFQ (request for quotation) please
  F AX  requests tobuyer Cindy short / DSCR-JDPC / AC429 (8 04)2796008.
  for  information only; Call 804-279-5789.
DESC: PR-NO:  YPG96317001191 NSN 6850-01-394-9514, cleaning compound,
   solvent 34 -BX Del to Tracy CA 95376-5000 delivery 90 days
  ARO 90 -BX  Del to Richmond VA 23297-5900 delivery 90 days
  ARO Chemtronics P/N  ES1661(tuner renu 2000) unit box contains
  twelve 12 OZ aerosol cans.   ABVM will apply.  This solicitation
  will be made in writing.  Anticipated  award date is February
  1997.  All responsible sources may submit offer which  DGSC
  shall consider.
CITE: (I-344 SN010257)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 68--Chemicals and Chemical Products
OFFADD: Arnold Engineering Development Center, ATTN: PKP, 100
  Kindel Drive, Suite A332, Arnold AFB TN 37389-1332
SUBJECT: 68 -- FREON
SOL F40650-97-Q-0016
DUE 010897
POC Sue Tate, Contract Specialist, (615)454-7801
DESC: Arnold Engineering Development Center (AEDC) has a requirement
  for delivery of 11,000 lbs of Tetrafluorethane Refrigerant,
  R134A. Delivery shall be FOB Arnold Air Force Base, TN and
  is required within 30 days after contract award. Any firm responding
  to this announcement should do so in writing and indicate whether
  or not it is a small or small disadvantaged business. Requests
  must be in writing and may be faxed to (615)454-7801. Requests
  must be received no later than 15 days after publication of
  this notice.
CITE: (I-345 SN010620)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Commercial Acquisition Department, Bldg. 11, Naval Undersea
  Warfare Center Division, Newport, Code 59, Simonpietri Dr.,
  Newport, RI 02841-1708
SUBJECT: 70--SIZE SCANNER, PLOTTER & MONITORS
SOL N66604-97-Q-1006
DUE 011397
POC Contact Lynne M. Sciamacco, Contracting Officer at (401)
  841-2442 2 X225.  Fax number (401) 841-4820.
DESC: The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT)
  has a requirement for the following:  Item 0001, Digital scanner
  capable of scanning engineering drawings, minimum size 44"x35"
  (Size E), quantity, 1 Each;  Item 0002, Plotter with 68 meg
  memory capable of plotting drawings minimum size 44" x 35",
  directly accessible to the network, comparable to the HP 755CM
  plotter, quantity, 1 Each; Item 0003, 21" multi-sync monitor,
  minimum 1660x1280 resolution, minimum .28mm dot pitch, quantity,
  2 Eac h. Delivery is FOB Destination to NUWCDIVNPT, Newport,
  RI. Delivery is required 6 months after placement of the order.
   A formal solicitation will not be issued; offerors shall submit
  quotes to NUWCDIVNPT, Code 5914, Bldg 11, Simonpietri Drive,
  Newport, RI 02841.  Quotes must include descriptive literature
  demonstrating that the proposed products meet our requirements.
   This procurement is not set-aside for small business.
LINKURL: http://www.npt.nuwc.navy.mil/contract
LINKDESC: 
EMAILADD: SCIAMACCO@CODE59.NPT.NUWC.NAVY.MIL
EMAILDESC: 
CITE: (I-344 SN010227)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: General Services Administration, FTS, Ofc. of Info. Security,
  Acquisitions (TISA), 7th & D Sts., SW., Rm 5060, Washington,
  DC 20407-0001
SUBJECT: 70--AUTOMATED DATA PROCESSING EQUIPMENT (INCLUDING FIRMWARE)
  ... AND SUPPORT EQUIPMENT
SOL GSA-TISA-97-003
DUE 121096
POC Jon D. Faye, (202) 708-6099, Contracting Officer.
DESC: The Office of Information Security intends to procure commercially
  available hardware and firmware from the lowest priced technically
  acceptable offer for the items defined herein and under the
  terms described. The following 3COM commercial items of equipment
  are required to augment existing systems currently installed
  and using Firmware version 4.0. This is a combined synopsis/solicitation
  for commercial items prepared in accordance with the format
  at FAR Subpart 12.6, as supplemented with additional information
  included in this notice. The provisions at FAR Part 52.212-1,
  Instructions to Offerors--Commercial, applies to this acquisition.
  There are no addenda referred to in this solicitation. This
  announcement constitutes the only  solicitation; proposals
  are being requested and a written solicitation will not be
  issued. This is OIS Solicitation Number GSA-TISA-97-003 issued
  as a request for proposal. The solicitation document and incorporated
  provisions and clauses are those in effect through Federal
  Acquisition Circular 96-37. This solicitation is being conducted
  as a small business set aside. SIC code 3669 applies. Quote
  price and price extension for each Item, Description, and Quantity
  in your response to this CBD notice as no further solicitation
  will issue. EQUIPMENT: 1st Delivery Priority: TWO EACH of the
  following items: *Ethernet Management Module/Advanced Version.
  5101-MGTA, 3C95101M. *Ethernet Module, 4-Port, 10Base-FB, 5104M-FBP-ST,
  3C95104M-FBP-ST. TWENTY EACH *Bank  Switching, 24Port, 10BaseT
  Mod. 5124-M-TP 3C95124M-TP. 2nd Delivery Priority: TWO EACH
  of the following items: 17-Slot Oncore Switching Chassis, 3C96017CH-AP.
  12-Port Switched, 10Base-T, RJ-45, 3C96612M-TP. 7-Port Switched,
  100Base-FX/TX Module, 3C96507M-FXTX. 10-Port Switched Ethernet
  to Switched Fabric, ST Module (3C96610M-F). FOUR EACH of the
  following items: 40-Port 10Base-T Dual Slot RJ-45 Ethernet
  Module, (3C96140M-TPP). Load Sharing 415 Watt Power Supply,
  3C96000PS-HO. Ethernet Network Monitor Card (ENMC), 3C96100D-MGT.
  Oncore Advanced DMM/Controller Module, 3C9600M-CMGT. Asterisk
  (*) items are required for delivery within 10 days of order
  placement and on a priority freight basis (maximum 2-day-air).
  All items shall be quoted on an  FOB-Destination basis for
  Delivery, Best way within 30-days of contract award not with
  standing the asterisk items. The place of delivery will be
  issued on the order as GSA, FTS, Ofc. of Info. Security (TIE),
  with an attention line, POC and Phone number at, 7th & D Sts.,
  SW; Room 6920; Washington, DC 20407. The Government will award
  a contract resulting from this solicitation to the responsible
  offeror whose offer conforming to the solicitation will be
  most advantageous to the Government, price and other factors
  considered. The following factors shall be used to evaluate
  offers: A Technically qualified offer to provide the above
  items occurs when, in addition to agreement to delivery terms
  below, and when offeror considers the applicability of FAR
  Part  52.212-2, Evaluation--Commercial Items, offeror provides:
  Proof in any reasonable form/format that their firm is an authorized
  3COM Advanced Solutions Provider and a Local Vicinity Support
  provider to the Reston, Virginia area. A clearly defined statement
  of the delivery schedule is provided in the response for all
  items conforming to the requirement. A written guarantee that
  all items provided will be Firmware Version 4.0 at time of
  delivery is provided. (note: Firmware Version 4.0 is required
  to be physically verified to comply with this section and is
  required for compatibility to existing systems and equipment.)
  The Government shall be the sole determiner of its minimum
  needs. The criteria are of equal importance.  Offerors are
  to provide copies of their Representations and Certifications--Commercial
  Items, with each offer per FAR Part 52.212-3. The Clause at
  52.212-4, Contract Terms and Conditions--Commercial Items,
  applies to this acquisition and without addenda. Defense Priority
  Allocation System (DPAS) does not apply to this contract. The
  clause at 52.212-5, Contract Terms and Conditions Required
  to Implement Statutes Or Executive Orders--Commercial Items,
  applies to this acquisition as do the following clauses incorporated
  by reference: 52.233-3, Protest After Award (31 USC 3553 and
  40 USC 759), and the contractor agrees to comply with the following
  additional clauses, 52.203-6, Restrictions on Subcontractor
  Sales to the Government, with Alternate I (41  USC 253g & 10
  USC 2402); 52.203-10, Price or Fee Adjustment for Illegal or
  Improper Activity (41 USC 423); 52.219-8, Utilization of Small
  Business Concerns and Small Disadvantaged Business Concerns
  (15 USC 637(d) (2) & (3)); 52.219-9, Small, Small Disadvantaged
  and Women-Owned Small Business Subcontracting Plan (15 USC
  637(d)(4)); 52.219-14, Limitation on Subcontracting (15 USC
  637(a)(14)); 52.222-35, Affirmative Action for Special Disabled
  and Vietnam Era Veterans (38 USC 4212); 52.222-36, Affirmative
  Action for Handicapped Workers (29 USC 793); 52.222-37, Employment
  Reports on Special Disabled Veterans and Veterans of the Vietnam
  Era (38 USC 4212); 52.225-3 Buy America Act--Supplies (41 USC
  10); and 52.225-21, Buy America Act--NAFTA  Implementation
  ACT--Balance of Payments Program (41 USC 10, Pub. L. 103-187).
  The Government reserves the right to make award on receipt
  of initial offers resulting solely from this notice and without
  discussions. Contact, Jon D. Faye at (202) 708-6099 for questions.
  Fax offers, twenty pages or less, to (202) 708-7027 no later
  than the deadline. Written offers may be delivered to GSA,
  FTS, OIS (TISA); Attn. Jon D. Faye; 7th & D Sts., SW; Room
  5060; Washington, DC 20407, not later than 4:00 p.m. on the
  15th day of the 1st appearance of this advertisement in the
  CBD. See Numbered Note 1.
CITE: (M-345 SN010438)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Operational & Central Support Contracting; Specialized
  Contracting Branch, 1940 Allbrook Drive, Suite 3; Wright-Patterson
  Air Force Base, OH 45433-5309
SUBJECT: 70--SOFTWARE MAINTENANCE
SOL F33601-97-R0198
DUE 012297
POC Dianna C. Aniton, (513) 257-2698, Contract Negotiator.
DESC: The Cataloging and Standardization Center in Battlecreek,
  MI has a requirement for software maintenance to support Interleaf
  Software for the period of Date of Award through 30 Sep 97.
  An Ombudsman has been established for this acquisition. The
  only purpose of the Ombudsman is to receive and communicate
  serious concerns from potential offerors when an offeror prefers
  not to use established channels to communicate his/her concerns
  during the proposal development phase of this acquisition.
  Potential offerors should use established channels to request
  information, pose questions, and voice concerns before resorting
  to use of the Ombudsman. Potential offerors are invited to
  contact ASC's Ombudsman located in ASC/SY; Building 52, 2475
  K   street; Wright-Patterson AFB, OH 45433-7642 at (937) 255-3855
  with serious concerns only. Direct all requests for solicitations
  and routine communication concerning this acquisition to the
  buyer listed elsewhere in this synopsis. Note 22 applies.
CITE: (M-345 SN010553)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Commander, Naval Air Warfare Center Weapons Division,
  Code 230000D, 1 Administration Circle, China Lake, CA 93555-6100
SUBJECT: 70 -- ANALOG-TO-DIGITAL CONVERTER VME BOARD (SYSTEM)
SOL N68936-97-Q-0454
DUE 121996
POC Shelli L. Burt, Purchasing Agent, 619-939-4236, or Sue Rizzardini,
  Contracting Officer, FAX #: 619-927-3488.
DESC: The purpose of this notice is to extend the closing date
  for this quote. The original notice was placed in the CBD on
  27 Nov 96. The new closing date will be 19 Dec 96 with no other
  changes.
CITE: (I-345 SN010624)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Commander, Naval Air Warfare Center Weapons Division,
  Code 230000D, 1 Administration Circle, China Lake, CA 93555-6100
SUBJECT: 70 -- EXTERNAL DISK STORAGE UNIT
SOL N68936-97-Q-0460
DUE 121996
POC Shelli L. Burt, Purchasing Agent, 619-939-4236, or Sue Rizzardini,
  Contracting Officer, FAX #: 619-927-3488.
DESC: The purpose of this notice is to extend the closing date
  for this quote. The original notice was placed in the CBD on
  27 Nov 96. The new closing date will be 19 Dec 96.
CITE: (I-345 SN010629)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Commander, Naval Air Warfare Center Weapons Division,
  Code 230000D, 1 Administration Circle, China Lake, CA 93555-6100
SUBJECT: 70 -- 256 MB SIMM SUPER HIGH DENSITY MEMORY
SOL N68936-97-Q-0461
DUE 121996
POC Shelli L. Burt, Purchasing Agent, 619-939-4236, or Sue Rizzardini,
  Contracting Officer, FAX #: 619-927-3488.
DESC: The purpose of this notice is to extend the closing date
  for this quote. The original notice was placed in the CBD on
  27 Nov 96. The new closing date will be 19 Dec 96.
CITE: (I-345 SN010630)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Commander, Naval Air Warfare Center Weapons Division,
  Code 230000D, 1 Administration Circle, China Lake, CA 93555-6100
SUBJECT: 70 -- OPTICAL DRIVE UPGRADES
SOL N68936-97-Q-0462
DUE 121996
POC Shelli L. Burt, Purchasing Agent, 619-939-4236, or Sue Rizzardini,
  Contracting Officer, FAX #: 619-927-3488.
DESC: The purpose of this notice is to extend the closing date
  for this quote. The original notice was placed in the CBD on
  27 Nov 96. The new closing date will be 19 Dec 96.
CITE: (I-345 SN010631)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: National Institutes of Health; Office of Purchasing and
  Contracts, OPM/OD; 6006 Executive Blvd., Suite 311, Rockville,
  MD 20892-7058
SUBJECT: 70 -- ADP PROCESSING EQUIPMENT, SOFTWARE, SUPPLIES AND
  SUPPORT EQUIPMENT
SOL 263-97-Q-(LW)-0062
DUE 010197
POC Contact Point: Purchasing Agent, Gail Akinbinu on 301-496-3704.
DESC: The NIH intends to issue a purchase order for 486DX 75mHz
  Mainframe w/3.5 Floppy drive: 8 MB memory upgrade, 850nm/1300nm
  OTDR Module, 1310nm/1550nm OTDR Module, Power Meter w/Storage,
  Visual Fault Locator, 1300nm LED Talk Set Module, and 1300nm
  LED Handheld Talk Set. This equipment is needed to test and
  troubleshoot fiber optic cable infrastructure. Any vendor wishing
  to submit a bid must contact Gail Akinbinu, Purchasing Agent
  at the above address or by fax on 301-496-3707. All bids must
  be received by the close of business 1/1/97.
CITE: (I-345 SN010668)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 72--Household and Commercial Furnishing and Appliances
OFFADD: DOT--Maritime Administration, 201 Mission Street, Room
  2200, San Francisco, CA 94105
SUBJECT: 72--VESSEL BUNKS AND LOCKERS FOR TRAINING SHIP GOLDEN
  BEAR
SOL DTMA94-97-B-00003
DUE 020397
POC Pat Russo, (415) 744-2593, To expedite requests use fax number,
  (415) 744-2576.
DESC: Provide all labor, material and equipment necessary to
  provide 54 each single crew lockers and 18 each three-high
  crew berths. Work location will be aboard the vessel at its
  mooring at the California Maritime Academy, Vallejo, Ca. Any
  interested firm may request a copy of the solicitation for
  work on this vessel and all responsible offerors may submit
  bids which shall be considered by the agency. Please request
  a copy of the solicitation by letter or facsimile to (415)
  744-2576. NOTE: For Minority, Women-Owned and Disadvantaged
  Business Enterprises: The Department of Transportation (DOT)
  Office of Small and Disadvantaged Business Utilization (OSDBU),
  has a program to assist minority, women-owned and disadvantaged
  business enterprises to  acquire short-term working capital
  assistance for transportation-related contracts. Loans are
  available under the DOT Short Term Lending Program (STLP) at
  prime interest rates to provide accounts receivable financing.
  The maximum line of $500,000.00. For further information and
  applicable forms concerning the STLP, please call the OSDBU
  at (800) 532-1169.
CITE: (M-345 SN010477)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 76--Books, Maps and Other Publications
OFFADD: DIRECTOR, USAMRAA, 820 CHANDLER ST, FORT DETRICK MD 21702-5014,
  ATTN MCMR-AAA
SUBJECT: 76--MEMBERSHIP, BULK FOR HEALTH DEVICE JOURNALS
SOL DAMD17-97-B-0004
DUE 012097
POC Contract Specialist Sherry D. Regalado (301) 619-2376 Contracting
  Officer George J. Bauman (301) 619-7264 (Site Code DAMD17)
DESC: Membership, bulk subscriptions to health devices program,
  ninety-nine (99) each for a period of twelve (12) months and
  includes twelve (12) journals, preferably monthly, in published
  journal format; sectionalized tab index binders; health services
  haard alert semi-monthly bulletins; medical device consultation
  services and publications on health technology management.
  Shipments to 99 Air Force depots. All requests for solicitation
  must be in writing to the above or by telefaxing request to
  (301) 619-302. Telephone requests will not be accepted.
CITE: (I-345 SN010579)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 76--Books, Maps and Other Publications
OFFADD: DHHS/FDA/OFACS/DCPM/CONTRACTS OPERATIONS BRANCH, 5600
  FISHERS LANE, PARK BLDG., RM 3-32, ROCKVILLE, MARYLAND 20857
SUBJECT: 76 -- SUBSCRIPTION TO SCIENCE CITATIONS INDEX ON CD-ROM
SOL E060066
DUE 122696
POC Patricia Wright, Contract Specialist, M. Deborah Smith-Castle,
  Contracting Officer (301) 443-0424, (301) 443-3651(FAX)
DESC: The Food and Drug Administration (FDA) intends to award
  a Purchase Order to the Institute for Scientific Information
  (ISI) on a sole-source basis for Subscription to Science Citation
  Index on CD-ROM (networked for 1-5 users), and for network
  licenses for existing 1996, 1995 and 1994 CD-ROMs. See Note(s):
  22.
CITE: (I-345 SN010680)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 81--Containers, Packaging and Packing Supplies
OFFADD: Department of Treasury (DY), Bureau of Engraving and
  Printing, Office of Procurement, 14th & C Sts., S. W., 708-A,
  Washington, D. C. 20228
SUBJECT: 81 -- COIL BANDING TAPE
SOL BEP-97-01(TN)
DUE 100196
POC Contact Jesse Robertson, Contract Specialist, 202/874-3145.
DESC: The Bureau of Engraving and Printing has modified this
  solicitation notice as follows: The contract will be a fixed
  price, requirements type. The period of performance will be
  for one (1) year base plus four (4) one year option periods.
  Estimated quantities for the base year will be 24,000 rolls,
  first option will be 28,800 rolls, second option will be 34,560
  rolls, third option will be 41,472 rolls, and fourth option
  will be 49,766 rolls. The solicitation will be available on
  or about January 2, 1997. Interested firms are required to
  submit a written request for a copy of Solicitation No. BEP-97-01(TN)
  to Jesse Robertson, Contract Specialist. All offerors are required
  to provide: the size status of thier company (i.e., Large,
  Small, Minority, or Women-Owned) and information if their firm
  is a manufacturer or a distributor of the product with their
  written request. Requests must be in writing, no telephone
  requests will be honored. All responsible sources may submit
  an offer which shall be considered by the agency.
CITE: (I-345 SN010689)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 84--Clothing, Individual Equipment and Insignia
OFFADD: Directorate of Contracting, Bldg 4022, Fort Knox, Ky
  40121-5000
SUBJECT: 84--T-SHIRTS
SOL DABT23-97-B-0023
DUE 020397
POC Contract Specialist Paul Avery (502)624-8069 
DESC: Requirements Type Contract for T-Shirts for the United
  States Army Recruiting Command, delivery to Fort Knox, Kentucky
  during the period  1 March 1997 through 28 February 1998 with
  one one-year option period.   Estimated annual quantity 25,000
  each, Large and 9,000 each, Extra Large. T-Shirts require
  3 separate imprinted designs which shall be "flashed". All
  responsible sources may submit a bid which will be considered.
   See Numbered Notes #1, requirement is 100% set aside for
  small business. Only written requests for the solicitation
  are acceptable.  You may FAX your request to (502)624-5869.

CITE: (W-345 SN010551)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 84--Clothing, Individual Equipment and Insignia
OFFADD: Directorate of Contracting, Bldg 4022, Fort Knox, Ky
  40121-5000
SUBJECT: 84--T-SHIRTS
SOL DABT23-97-B-0023
DUE 020397
POC Contract Specialist Paul Avery (502)624-8069 
DESC: Requirements Type Contract for T-Shirts for the United
  States Army Recruiting Command, delivery to Fort Knox, Kentucky
  during the period  1 March 1997 through 28 February 1998 with
  one one-year option period.   Estimated annual quantity 25,000
  each, Large and 9,000 each, Extra Large. T-Shirts require
  3 separate imprinted designs which shall be "flashed". All
  responsible sources may submit a bid which will be considered.
   See Numbered Notes #1, requirement is 100% set aside for
  small business. Only written requests for the solicitation
  are acceptable.  You may FAX your request to (502)624-5869.

CITE: (W-345 SN010552)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 89--Subsistence (Food)
OFFADD: Directorate Of Contracting, Usafacfs, Attn: Atzr-qb,
  P.o. Box 3501, Fortsill, Ok 73503-0501
SUBJECT: 89--SHELL EGGS
SOL DABT39-97-B-0079
DUE 011397
POC Diana Rodenas, Contract Specialist, (405)442-4604, Steve
  J. Landry, Contracting Officer, (405)442-3604
DESC: SUPPLIES:  Contractor shall provide fresh or shell protected
  eggs, medium or larger, U.S. consumer grade A, 30 dozen per
  shipping container to the Fort Sill Oklahoma Troop Issue Subsistence
  Activity (TISA), during the period 15 January 1997 through
  31 July 1997.  Estimated quantity of shell eggs to be provided
  is 312,500 dozen.  Any resulting contract will be awarded in
  accordance with FAR Part 12, Commercial Items.  Contract will
  be an Indefinite Delivery/Indefinite Quantity contract.  Deliveries
  shall be made one time per week.  The estimated issue date
  is 27 December 1996.  This procurement is offered as unrestricted
  and all responsible sources may submit an offer which shall
  be considered.  A firm-fixed price contract is contemplated.
   SIC is 0252, size standard is $9.0 million dollars.  When
  requesting a solicitation package, please provide the following
  information: name, address, telephone number and point of contract.
   Also indicate business size, if woman-owned or small disadvantaged
  business.  
CITE: (W-345 SN010465)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 89--Subsistence (Food)
OFFADD: Defense Personnel Support Center, 2800 S. 20th Street,
  Phila., PA 19145-5099
SUBJECT: 89 -- VARIOUS SUBSISTENCE ITEMS FOR DELIVERY TO DOD
  AND NON-DOD INSTALLATIONS IN GUAM
SOL SP0300-97-R-4001
DUE 021497
POC Contact: Tina Frederico, Contract Specialist at 215-737-4545
  or Albina A. Farrant, Contracting Officer at 215-737-4526.
DESC: Various Commercial Subsistence items similar to those of
  the 8900 Federal Supply Catalog for various DoD and non DoD
  installations in Guam. Items to be delivered 45 days after
  award through one (1) year plus four (4) one-year options which
  may be exercised. This is an unrestricted acquisition. Note:
  Contract will be awarded to a prime vendor using Best Value
  Source Selection methods. Customer will be provided delivery
  on a "just in time" basis.
CITE: (I-345 SN010523)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 96--Ores, Minerals and Their Primary Products
OFFADD: US Army, CECOM Acquisition Center, Ft. Monmouth, New
  Jersey 07703- 5008
SUBJECT: 96 -- DEPOT OVERHAUL AND REPAIR SERVICES FOR AN/ASN-142
  AND AN/ASN-143
SOL DAAB07-96-R-B770
POC Diane Grim, Contract Specialist 908-532-1735.
DESC: This is an amendment to the synopsis issued 24 Jul 96 for
  Contract Depot Overhaul and Repair Services for the AN/ASN-142
  and AN/ASN-143 avionics equipment. A non-competive negotiation
  is proposed with Litton Systems, Guidance and Control Systems
  Division, Woodland Hills, CA., because the Government does
  not have in its possession sufficient accurate or legible data
  to purchase these services from other than the current source,
  however, all responsible sources may submit a proposal which
  shall be considered by the agency. The contract period has
  changed to a base year (Fiscal Year 97) and two (2) option
  years (Fiscal Years 98 and 99). The closing date for receipt
  of proposals is extended to 04 Dec 96. Contact Michael Heussner,
  908-532-1138, for information regarding qialification requirments.
  Only written requests for this solicitation will be accepted.
  See Note #22. The U.S. Army Communications Electronics Command
  (CECOM) has established an Electronic Bulletin Board (EBB)
  to provide electronic transmittal of Request for Proposals
  (RFPs) and Invitations for Bids (IFBs) from Government to Industry.
  All interested parties wishing to do business with CECOM are
  invited to access, operate, send and receive data from the
  CECOM EBB system. To become a user of the EBB, you will need
  an identification code and password in addition to a computer
  terminal equipped with the necessary hardware and software
  to interface with the EBB system. A user's identification code
  and password will be issued upon request along with instructions
  for downloading the EBB User's Manual. All requests must include
  (1) company name, (2) point(s) of contact name(s) and title(s),
  (3) return address(es) and (4) telephone number(s). Please
  send your request in writing to ebb system operator, U.S. Army
  CECOM, AMSEL-AC-SB-AA, Attn: EBB, Ft. Monmouth, New Jersey
  07703-5000. Fax #: (908)-532-6020, Commercial #: (908)-532-3820.
  Contractors may request aperture cards and notice of revision(s)
  via EBB, e-mail, or by written request to the Contracting Officer
  at the address set forth in paragraph 11 above. Bids shall
  be submitted in hard copy at the time and place specified in
  the solicitation. No bid responses shall be submitted to the
  Contracting Office.
CITE: (I-345 SN010688)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 99-RECEIVER PULSE COMPRESSOR
SOL N00FMS97Y4009
DUE 011697
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.
  , Ref Nr 3054313-1, Qty 1 EA, Delivery FOB Origin--DUE TO UNAVAILABILITY
  OF DATA THIS REQUIREMENT WILL BE RESTRICTED TO TEXAS  INSTRUMENTS
  INC.(96214).---, See Note 22
CITE: (I-345 SN010412)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: US ARMY ENGINEER DISTRICT, FTW, P O BOX 17300, 819 TAYLOR
  ST, FT. WORTH TX 76102-0300
SUBJECT: 99--CRUSHED STONE PRODUCTS, PEA GRAVEL AND BASE MATERIAL
  TO WRIGHT PATMAN LAKE, TEXARKANA, TX
SOL DACW63-97-B-0011
DUE 012997
POC Contract Specialist SUZANNE WRIGHT (817) 978-2131 (Site Code
  DACA63)
DESC: Contractor will provide and deliver crushed stone products,
  pea gravel and base material. Ther terms of the contract will
  consist of a one-year base period and two one-year renewal
  options. Solicitation will issue on or about 30 December 1996
  with bi opening on or about 29 January 1997. 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-345 SN010583)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: Commander, Naval Air Warfare Center Weapons Division,
  Code 230000D, 1 Administration Circle, China Lake, CA 93555-6100
SUBJECT: 99 -- PARACHUTE AND DROP ZONE SUPPORT
SOL N68936-97-Q-0457
DUE 121996
POC Shelli L. Burt, Purchasing Agent, 619-939-4236, or Sue Rizzardini,
  Contracting Officer, FAX #: 619-927-3488.
DESC: The purpose of this notice is to extend the closing date
  for this quote. The original notice was placed in the CBD on
  27 Nov 96. The new closing date will be 19 Dec 96.
CITE: (I-345 SN010627)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: Department of Veterans Affairs, 801 S. Marion St., Lake
  City, FL 32025-5898
SUBJECT: D -- TELEPHONE SYSTEM ENHANCEMENT
POC Susan Little or Tami Drake, 904/755-3016, X-2095 or X-2096
CNT V594P-1037
AMT $986,820
LINE N/A
DTD 120496
TO Nortel Communications Systems, Inc., 2010 Corporate Ridge,
  McLean, VA 22102
CITE: (I-345 SN010665)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: H--Quality Control, Testing and Inspection Services
OFFADD: Dahlgren Division, Naval Surface Warfare Center, 17320
  Dahlgren Road, Dahlgren, VA 22448-5100
SUBJECT: H -- CONFIGURATION MANAGEMENT & INFORMATION MANAGEMENT
  SYSTEMS TECHNICAL SUPPORT - BASE $5,045,061/OPT I-$6,908,929/OPT
  II- $7,146,604/OPT III-$7,391,421/OPT IV-$7,646,660/OPT V-$1,953,320
POC Dianne M. Purks, Contract Specialist, Code SD118 or G. R.
  Vaughan, Contracting Officer, Code SD105 on (540) 653-7478.
CNT N00178-97-C-1010
AMT $5,045,061.00
LINE CLINS 0001, 0002 AND
DTD 112296
TO TECHMATICS, Inc., 12450 Fair Lakes Circle, Suite 800, Fairfax,
  VA 22033
CITE: (I-345 SN010652)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: J -BLOWER ASSEMBLY,ENG, IN REPAIR/MODIFICATION OF
POC Contact Point, Richard S Fry, 02112.17, (717)790-2828, Fax,
  (717)790-2284, Twx, Not-avail
CNT N0010492GA0435037, NIIN 000750350
AMT $98,788
DTD 121996
TO Coltec Industries Inc , Beloit ,WI 53511-5492
CITE: (I-345 SN010417)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: COASTSYSTA Dahlgren Division, NSWC, 6703 West Highway
  98, Panama City, FL 32407-7001
SUBJECT: J -- HARDWARE MAINTNANCE - ONE CONTROL DATA CORP CYBER
  180 MAINFRAME
POC Shirley Griner, Contract Specialist, (904)235-5354 Carol
  A. Dreger, Contracting Officer, (904)234-4863.
CNT N61331-97-C-0008
AMT $80,730.00
LINE 0001-0042
DTD 120696
TO Control Data Systems, Inc. 4201 Lexington Ave N. Arden Hills,
  MN 55126-6198
CITE: (I-345 SN010481)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: J -- MAINT-ADP PRODUCTS
POC L. Gudgell
CNT N00406-97-M-1089
AMT $34,896
LINE N/A
DTD 120296
TO microserv inc 11321 ne 120th st kirkland wa 98034
CITE: (I-345 SN010537)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: J -- COPIER MAINTENANCE
POC S. Harrison
CNT N00406-97-M-C503
AMT $32,000
LINE N/A
DTD 120496
TO taiwan fuji xerox corp 10f n03 sung show road taipei taiwan
  roc
CITE: (I-345 SN010538)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: J -- COMPUTER TRAINING (TECH REP)
POC S. Harrison
CNT N00406-97-M-C945
AMT $30,105
LINE N/A
DTD 120596
TO calmax inc w 1827 5th ave medical lake wa 99022
CITE: (I-345 SN010539)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: L--Technical Representation Services
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: L -- PRODUCTION SERVICES
POC R. Jacobson
CNT N00406-97-M-2731
AMT $28,634
LINE N/A
DTD 120596
TO gulf copper ship repair inc p o box 1238 aransas pass tx 78335-1238
CITE: (I-345 SN010540)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Commander, U.S. Army Missile Command, Acquisition Center,
  Redstone Arsenal, Al 35898-5280
SUBJECT: R -- SYSTEM, COST, RISK AND PROGRAM EVALUATION SUPPORT
POC (PCF) Shirley Childers, Contract Specialist, AMSMI-AC-CFHC,
  (205) 842- 7294; Barbara K. Jones, Contracting Officer, AMSMI-AC-CFHC,
  (205) 876- 4926.
CNT DAAH01-94-C-0086/P00088
AMT $193,987.49
LINE N/A
DTD 121096
TO Coleman Research Corporation 201 S Orange Avenue, Suite 1300,
  Orlando, FL, 32801
CITE: (I-345 SN010691)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Department of Justice, Federal Bureau of Prisons, Western
  Regional Office, 6600 Goodfellow St., Dublin, CA 94568
SUBJECT: S--RENTAL OF PARKING SPACES FOR THE DOJ, FEDERAL BUREAU
  OF PRISONS, METROPOLITAN DETENTION CENTER, LOS ANGELES, CA
POC Patricia Jones, (510) 803-2780.
CNT J244c-037
AMT $60,000.00
LINE 1
DTD 120196
TO Parking Company of American, 1101 Lakewood Blvd., Downey,
  CA 90241
CITE: (M-345 SN010469)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Contracting Officer (fcp-b), Building 260, USCG Reserve
  Training Center, Yorktown, VA 23690-5000
SUBJECT: S--BASE SECURITY SERVICES
CNT DTCG41-97-R-QWF501, Contract No. DTCG41-97-C-QWF501
AMT $1,377,835.84
LINE 0001-0005
DTD 112596
TO SBA/Property Maintenance Corporation, 416 11th Street NW,
  P.O. Box 13541, Roanoke, VA 24035
CITE: (M-345 SN010473)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Drug Enforcement Administration, 700 Army Navy Drive,
  Arlington, Virginia 22202
SUBJECT: S -- FACILITY MANAGEMENT SERVICES FOR THE LINCOLN PLACE
  FACILITY IN ARLINGTON, VIRGINIA 22202
POC Jeff Saylor, Contract Specialist, (202) 307-4366 Barbara
  Joplin, Contracting Officer, (202) 307-7808.
CNT DEA-97-C-0004
AMT $6,231,147.30
LINE ALL
DTD 010297
TO TECOM, Inc., P.O. Box 26492, Austin, Texas 78755-0492
CITE: (I-345 SN010517)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Federal Aviation Administration, 2300 East Devon Ave.,
  Des Plaines Il 60018
SUBJECT: S -- AWARD OF JANITORIAL SERVICES, ATCT, INDIANAPOLIS,
  INDIANA.
POC For additional information regarding this award call Lisa
  Lester at (847) 294-7320.
CNT DTFA14-97-C-33841
AMT $11,025.00
LINE N/A
DTD 120196
TO Pioneer Janitorial Service, Inc., 618 Beech Dr. W., Plainfield,
  IN.
CITE: (I-345 SN010669)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Federal Aviation Administration, 2300 East Devon Ave.,
  Des Plaines Il 60018
SUBJECT: S -- AWARD OF JANITORIAL CONTRACT, FEDERAL AVIATION
  ADMINISTRATION AIR TRAFFIC CONTROL TOWER, EVANSVILLE, IN.
POC Contact Lisa Lester, Contracting Officer, AGL-72A, at (847)
  294-7320.
CNT DTFA14-97-C-33840
AMT $8,250.00
LINE N/A
DTD 120296
TO Glenda Collins AKA: Dust Bunny, 7156 South Street, Newburgh,
  IN 47630
CITE: (I-345 SN010681)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Federal Aviation Administration, 2300 East Devon Ave.,
  Des Plaines Il 60018
SUBJECT: S -- AWARD OF JANITORIAL CONTRACT FOR THE FEDERAL AVIATION
  ADMINISTRATION, AIR TRAFFIC CONTROL TOWER, SOUTH BEND, IN.
POC For further information contact Lisa Lester, Contracting
  Officer, AGL-72A at (847) 294-7320.
CNT DTFA14-97-C-33838
AMT $8,500.00
LINE N/A
DTD 120196
TO NJS, Inc., 109 N. Taylor St., South Bend, Indiana.
CITE: (I-345 SN010682)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 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 411-791
AMT $59,595.00
DTD 120396
TO Monarch Litho, Inc., 1501 Date Street, Montebello, CA 90640
CITE: (M-345 SN010556)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: Pittsburgh Satellite Printing Procurement Office, U.S.
  Government Printing Office, 1000 Liberty Avenue, Room 501,
  Pittsburgh, PA 15222-4000
SUBJECT: T--OFFSET PRINTING
CNT Program 6213S
AMT $113,136.50
DTD 112996
TO Monarch Litho, 1501 Date Street, Montebello, CA 90640
CITE: (M-345 SN010563)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: Pittsburgh Satellite Printing Procurement Office, U.S.
  Government Printing Office, 1000 Liberty Avenue, Room 501,
  Pittsburgh, PA 15222-4000
SUBJECT: T--OFFSET PRINTING
CNT Program 6204S
AMT $71,396.00
DTD 112996
TO Allegheny Printing Center, 1910 Cochran Road, Pittsburgh,
  PA 15220
CITE: (M-345 SN010598)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: U.S. Department of the Interior, Office of Surface Mining
  Reclamation and Enforcement, Three Parkway Center, Suite 300,
  Pittsburgh, PA 15220
SUBJECT: Y -- DENAPLES BANK FIRE, PHASE 5, CARBONDALE TWP., LACKAWANA
  CO.,PA
POC Jeanine Williamson
CNT 143875CT9748524
AMT $162,600
LINE N/A
DTD 112796
TO Latona Trucking, Inc., 620 South Main Street, Pittston, PA
  18640
CITE: (I-345 SN010490)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: US ARMY ENGINEERING & SUPPORT CENTER
SUBJECT: Y--ENERGY SAVINGS PERFORMANCE CONTRACT FORT HUACHUCA,
  ARIZONA
POC Contracting Officer Mary M. Dowling (205) 895-1151 (Site
  Code DACA87)
CNT DACA87-97-D-0001
AMT $0
DTD 111996
TO HEC ENERGY AND DESIGN SERVICES, 24 PRIME PARKWAY, NATICK,
  MA 01760
CITE: (I-345 SN010584)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: U. S. ARMY CORPS OF ENGINEERS, OMAHA DISTRICT, 215 NORTH
  17th STREET OMAHA, NE 68102-4978
SUBJECT: Y -- SPACE BASE INFRARED SYSTEMS (SBIRS) MISSION CONTROL
  STATION, BUCKLEY ANG BASE, COLORADO
POC Contracting Division at: (402) 221-4266.
CNT DACA45-97-C-0013, RFP NO. DACA45-96-R-0048
AMT $11,244,000.00
LINE N/A
DTD 112796
TO Swinerton & Walberg Co., 5460 Ward Road, Arvada, Colorado
  80002
CITE: (I-345 SN010651)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: U.S. Department of Commerce, NOAA, Central Administrative
  Support Center, CC31:RFA, RM 1756, 601 E. 12th St., Kansas
  City, MO 64106
SUBJECT: Y -- RENOVATION/DEMOLITION AT THE NATIONAL MARINE FISHERIES
  LABORATORY LOCATED IN CHARLESTON, SOUTH CAROLINA
CNT 50WCNA706012
AMT $594,679.00
DTD 120296
TO Brantley Construction Company, Inc., 8300 Dorchester Road,
  Charleston, South Carolina 29418
CITE: (I-345 SN010675)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 9 CONS/LGCC, 6500 B Street, Room 101, Beale AFB, CA 95903-1712
SUBJECT: Z--REPAIR ROOF GOLD COUNTRY MFH
POC David Libby, (916) 634-3310, Contracting Officer, Larry Fox,
  (916) 634-3409.
CNT F04666-97-C0008
AMT $1,474,321.00
DTD 111896
TO Atherton Construction, Inc., 127 South 500 East, Salt Lake
  City, UT
CITE: (M-345 SN010474)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Commanding Officer, Navy Public Works Center, Naval Facilities
  Engineering Command Contracts, Bldg. 55, Pearl Harbor, HI 96860-5470
SUBJECT: Z -- INDEFINITE QUANTITY CONTRACT FOR INTERIOR PAINTING
  AT VARIOUS LOCATIONS, OAHU, HAWAII
POC G. Tazawa, (808) 471-1559, Contracting Officer, V. E. Stewart,
  (808) 474-3385.
CNT N62755-96-D-2912
AMT $200,000.00
LINE 0001
DTD 112996
TO Color Dynamics, Inc., 816 Gulick Avenue, Honolulu, HI 96819
CITE: (I-345 SN010488)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Chief, A&MM Service (90C), Veterans Affairs Medical Center,
  1 Freedom Way, Augusta, GA 30904-6285
SUBJECT: Z -- RECAULK BUILDING 110 AND REROOF BUILDING 82
POC Contracting Officer, Faye S. Thomas, 706-731-7176
CNT V509C-327
AMT $454,860
LINE BID ITEM 1
DTD 112696
TO Thomson Roofing and Metal Company, PO Box 185, Thomson, GA
  30824
CITE: (I-345 SN010522)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 102 E Martin St., Rm. 216, Scott AFB, IL 62225-5015
SUBJECT: Z--ASBESTOS ABATEMENT, VARIOUS LOCATIONS
POC Cordell M. Bailey, Contract Specialist, (618) 256-1500, Ext.
  225.
CNT F11623-97-D0004
AMT $295,297.00
LINE 0001-0032
DTD 112696
TO Lake Environmental Inc., P.O. Box 440055, St. Louis, MO 63144
CITE: (M-345 SN010562)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 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 ROOF REPAIRS VARIOUS AREAS AT
  NAS FALLON, NV
POC Jeannie Brown, Contract Specialist (702) 426-2225; Contracting
  Officer, P.S. Feiler, CDR, CEC, USN (702) 426-2786.
CNT N62474-96-D-6730
AMT $35,000.00
LINE BASE BID ITEMS 0001,
DTD 120396
TO Scholten Roofing Service, Company, 23401 Madero, Suite C,
  Mission Viejo, CA 92691
CITE: (M-345 SN010572)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: US ARMY CORPS OF ENGINEERS, CHIEF, CONTRACTING DIVISION,
  P.O. BOX 2711, LOS ANGELES CA 90053-2325
SUBJECT: Z--UST REMOVAL AND REPLACEMENT, SAN DIEGO SECTOR HEADQUARTERS
  AT SAN YSIDRO, CALIFORNIA
POC Contract Specialist SANDRA OLIVER-HALL (213) 452-3243 (Site
  Code DACW09)
CNT DACW09-97-C-0006
AMT $362,816
DTD 111596
TO GROUNDWATER REMEDIATION INC, 1963 NORTH MAIN STREET, ORANGE,
  CA 92865
CITE: (I-345 SN010582)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Commanding Officer, Naval Facilities Engineering Command,
  P. O. Box 190010, North Charleston, SC  29419-9010.
SUBJECT: Z - B-52 TRAINING COMPLEX, BARKSDALE AFB, LA
POC N/A
CNT N62467-95-C-1074
AMT $253,351.00
DTD 121096
TO Douglas Construction & Remodeling, Inc. 5911 St. Vincent Ave.,
  Shreveport, LA 71108
CITE: (I-345 SN010596)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: GSA,PBS,Kansas City North Property Mgmt. Ctr., Federal
  Building, 6PMC-MN, 601 E. 12th St., Kansas City, MO  64106
SUBJECT: Z--SPRINKLER MODIFICATIONS
POC Contact,David Jewell,Telephone,816/426-3963
CNT GS-06P-97-TDC-0007
AMT $32000
DTD 120996
TO Villegas Contractors, Inc., 3105 Douglas Court, Kansas City,
  KS 66106
CITE: (I-345 SN010672)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 10--Weapons
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 10--BOLT, BREECH.
SOL SP0750-97-Q-0084
CNT SP0750-97-M-6223
AMT $90,240.00
LINE 0001 THROUGH 0002
DTD 121096
TO National aerospace Inc 1871 Mason Ave Daytona Beach FL 32117
CITE: (I-345 SN010299)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 10--Weapons
OFFADD: US Army Armament and Chemical Acquisition and Logistics
  Activity (ACALA) Attn: AMSTA-AC-PCC (WVG), Rock Island , IL
  61299-7630
SUBJECT: 10 -- DISCRIMINATOR, CARTR
POC Contract Specialist: Sheri Gross (309) 782-4857, PCO: Brian
  W. Schmidt (309) 782-8490
CNT DAAE20-97P0170
AMT $44,870
LINE N/A
DTD 121096
TO National Machine Co., 4880 Hudson Dr., Stow, OH 44224-1708
CITE: (I-345 SN010656)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 10--Weapons
OFFADD: Defense Contract Management Command, Defense Contract
  Mgmt. District - East, Lockheed Martin - Delaware Valley, 1
  Federal Street, M/s AE-2W, Camden, NJ 08102-3722
SUBJECT: 10- -AEGIS WEAPON SYSTEM MATERIAL 
POC Matthew Aurelio, RVOB, (609)722-2867
CNT N00024-94-G-5141/X735-1B
AMT $1,435,000
LINE 0007
DTD 082396
TO Lockheed Martin, Government Electronics System, Moorestown,
  NJ  08057-0927
CITE: (W-345 SN010670)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 10--Weapons
OFFADD: Defense Contract Management Command, Defense Contract
  Mgmt. District - East, Lockheed Martin - Delaware Valley, 1
  Federal Street, M/s AE-2W, Camden, NJ 08102-3722
SUBJECT: 10- -AEGIS WEAPON SYSTEM MATERIAL 
POC Matthew Aurelio, RVOB, (609)722-2867
CNT N00024-94-G-5141/X701-1A
AMT $1,223,931
LINE 0001
DTD 112096
TO Lockheed Martin, Government Electronics System, Moorestown,
  NJ  08057-0927
CITE: (W-345 SN010671)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 12--Fire Control Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 12-PROCESSOR,SIGNAL,HE
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038392GK209XR44, NIIN 012568264
AMT $55,000
DTD 120596
TO Kaiser Electronics A Kaiser , San Jose ,CA 95134-2083
CITE: (I-345 SN010328)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 13-BREECH,FIRING MECHA
POC Contact Point, Lee        M Wagman, 0222.05, (215)697-0316,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038394G003P5159, NIIN 001486430
AMT $29,111
DTD 120396
TO Martin Baker Aircraft Co Ltd , Middlesex Ub9 5aj Uk
CITE: (I-345 SN010329)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--PANEL ASSEMBLY, FUEL
SOL SP0460-96-Q-AM78
CNT DAAJ09-95-G-0014-TYVF
AMT $62,533.71
LINE 0001
DTD 120996
TO Bell Helicopter Textron Inc 600 E Hurst Blvd Fort Worth TX
  76101
CITE: (I-344 SN010237)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 12, 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--BLANKET, SOUND CONTROL
SOL SP0460-96-Q-AN95
CNT SP0460-97-M-6290
AMT $34,875.00
LINE 0001
DTD 120996
TO Fabritech Inc 230 N old US RT 66 P O Box 347 hamel IL 62046-0347
CITE: (I-344 SN010239)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 12, 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--SCREEN ASSEMBLY, EXHAUST
SOL SP0460-96-Q-LL59
CNT SP0460-97-M-2335
AMT $38,540.00
LINE 0001
DTD 120996
TO Maney Aircraft Inc 1305 Wanamaker Ave Ontario CA 91761
CITE: (I-344 SN010241)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 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--BAFFLE, BACKUP JOIN
SOL SP0460-96-X-4131
CNT SP0460-97-M-2363
AMT $42,490.85
LINE 0001 THROUGH 0002
DTD 120996
TO Derlan Inc 2040 E Dyer Rd Santa Ana CA 92705-5777
CITE: (I-345 SN010263)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 15-DUCT ASSEMBLY,AIR C
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038394G811NLF6S, NIIN 013571130
AMT $51,906
DTD 112396
TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129
CITE: (I-345 SN010330)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 15-GEARBOX,MODULE,MAIN
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038394G811NLF6V, NIIN 012894810
AMT $490,788
DTD 112396
TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129
CITE: (I-345 SN010331)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: U.S. Army Aviation & Troop Command-ATTN:AMSAT-A-PLBB,
  4300 Goodfellow, St. Louis, MO
SUBJECT: 15 -- AWARD OF 15 POD-ASSY, AIRCRAFT
POC Phil Eatherton, Contract Specialist, 314-263-0733 or Ms.
  Rita Surgeon, Contracting Officer, 314-263-0742.
CNT DAAJ09-95-G-0012, DELIVERY ORDER 0127
AMT $ 158,130.00
LINE 0001AA
DTD 120796
TO Boeing Defense and Space Group, Helicopter Division, P.O.
  Box 16858, Philadelphia, PA 19142-0858
CITE: (I-345 SN010484)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
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 63120
SUBJECT: 15 -- MOD KIT NVG
POC Susan E. Mueller, Contract Specialist, 314-263-1177, or Garry
  L. Biller, Contracting Officer, 314-263-0726.
CNT DAAJ09-97-C-0054
AMT $ 145,200.00
LINE 0001AA, 0002AA AND 0
DTD 120896
TO Panelite Enginering Inc., 2712 S Grand Ave, Santa Ana, CA
  92705
CITE: (I-345 SN010493)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 12, 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--SHAFT ASSEMBLY, ROLLER
SOL SP0460-97-Q-D560
CNT SP0460-97-M-6287
AMT $36,250.50
LINE 0001 THROUGH 0002
DTD 120996
TO Transtechnology Corp Breeze-Eastern Div 700 Liberty Ave Union
  NJ  07083-8107
CITE: (I-344 SN010244)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 12, 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--RISER, PERSONNEL PARACHUTE HARNESS
SOL SP0460-97-Q-B206
CNT SP0460-97-M-2365
AMT $28,124.18
LINE 0001
DTD 120996
TO Pioneer aerospace Corp Mfg Div 45 S satellite Rd South Windsor
  CT  06074
CITE: (I-344 SN010245)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 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--HEAD PAD ASSEMBLY
SOL SP0460-96-Q-CB71
CNT SP0460-97-M-2371
AMT $94,050.00
LINE 0001 THROUGH 0002
DTD 120996
TO Cdm dynamics Co flower field Bldg 8 Suite 3 Saint James NY
  11780
CITE: (I-345 SN010264)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 16--VALVE ASSEMBLY, HYDRAULIC (NIPPLE AND CHECK
SOL SP0740-96-Q-DA04
CNT SP0740-97-M-9016
AMT $29,169.60
LINE 0001
DTD 120996
TO PTI Technologies Inc sub of ESCO Electronics Corp 950 Rancho
   Conejo Blvd P.O.Box 2000 Newbury Park CA 91320-1715
CITE: (I-345 SN010280)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 16--VALVE ASSEMBLY, PRESSURE
SOL SP0740-96-R-1667
CNT F09603-95-G-0015-UBE2
AMT $229,764.00
LINE 0001AA THROUGH 0002A
DTD 120996
TO Abex/NWL Aerospace A Div of Pneumo/Abex Corp 2220 Palmer Ave
   Kalamazoo MI 49001-4165
CITE: (I-345 SN010282)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 16--RETAINER, JET.
SOL SP0740-96-Q-MA63
CNT SP0740-97-M-2663
AMT $63,488.00
LINE 0001
DTD 120996
TO Delta Machine and Tool Co Inc 201 Ruthar Dr Suite 3 Newark
  DE  19711
CITE: (I-345 SN010290)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 16--BRACKET, MOUNTING. 1 BOLT HOLE IN END, 2 SCREW
SOL SP0740-96-Q-JA43
CNT N00383-93-G-M111-UBVT
AMT $32,081.25
LINE 0001 THROUGH 0002
DTD 120996
TO Sundstrand Aerospace 4747 Harrison Ave Rockford IL 61125-7002
CITE: (I-345 SN010294)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 16--BARREL, ROTARY OUTPUT-ENGINE CONTROL.
CNT SP0740-97-M-4012
AMT $70,866.00
LINE 0001 THROUGH 0002
DTD 120996
TO H R K enterprises Inc 5019 Martin Luther King fwy Fort Worth
  TX  76119-4139
CITE: (I-345 SN010298)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 16-HEAT EXCHANGER,AIR
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0010495GA202GB04, NIIN 011452669
AMT $882,000
DTD 112697
TO Alliedsignal Inc , Tempe ,AZ 85285-2200
CITE: (I-345 SN010332)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 16-CAP,TIP ASSEMBLY
POC Contact Point, Dorothy      Henderson, 0233.06, (215)697-2814,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038392GK3119993, NIIN 012328950
AMT $131,351
DTD 120396
TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129
CITE: (I-345 SN010333)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 16-BALL SCREW AND NUT
POC Contact Point, Donald     C Hinkson, 0234.06, (215)697-2598,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038393D013U7001, NIIN 001259891
AMT $291,984
DTD 120396
TO Beaver Precision Products Inc , Troy ,MI 48099
CITE: (I-345 SN010334)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 16-BLADE,ROTARY RUDDER
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038394G811NLF6T, NIIN 011589678
AMT $284,545
DTD 101496
TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129
CITE: (I-345 SN010335)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 16-SHAFT ASSEMBLY,DRIV
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038394G811NLF7X, NIIN 012725107
AMT $204,471
DTD 111296
TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129
CITE: (I-345 SN010336)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 16-SHAFT ASSEMBLY,DRIV
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038394G811NLF7Y, NIIN 012429604
AMT $26,110
DTD 111296
TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129
CITE: (I-345 SN010337)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 16-SPINDLE ASSEMBLY
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038394G811NLF8A, NIIN 012382444
AMT $154,000
DTD 111296
TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129
CITE: (I-345 SN010338)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 16-GEARBOX ASSEMBLY
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038394G811NLF8B, NIIN 012684420
AMT $150,000
DTD 111397
TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129
CITE: (I-345 SN010339)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 16-MOTOR,HYDRAULIC
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038396G005JUN09, NIIN 004920722
AMT $104,040
DTD 101096
TO Vickers Inc , Jackson ,MS 39206
CITE: (I-345 SN010340)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 16-PENDANT ASSEMBLY
POC Contact Point, Jean       L Destefano, 0235.01, (215)697-6545,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038396G006G7009, NIIN 012479072
AMT $87,426
DTD 120396
TO Transtechnology Corp , Union ,NJ 07083-8107
CITE: (I-345 SN010341)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 16-BELL CRANK
POC Contact Point, Kathleen   M Logan, 0233.05, (215)697-2124,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038397D006N7000, NIIN 012212863
AMT $83,600
DTD 120496
TO Seanair Machine Co Inc , Farmingdale ,NY 11735-6320
CITE: (I-345 SN010342)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 16-SERVOCYLINDER
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038397M008D, NIIN 011589694
AMT $29,969
DTD 110696
TO Hr Textron Inc , Valencia ,CA 91355-1204
CITE: (I-345 SN010343)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 16-VALVE ASSEMBLY,SKID
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038397M049H, NIIN 012185613
AMT $98,464
DTD 112496
TO Crane Co , Burbank ,CA 91510-7722
CITE: (I-345 SN010344)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling
  Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 17--PUMP, GEAR BOX, HYDRAULIC. ON ARRESTING
SOL 96TEC8-62-P-0700
CNT SP0770-97-W-0003
AMT $34,263.16
LINE 0001 THROUGH 0005
DTD 121096
TO Hollis hydraulic supply Inc 11677 S Wayne Rd, STE 100 Romulus,
   MI 48174
CITE: (I-345 SN010278)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling
  Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 17-CYLINDER,HYDRAULIC
POC Contact Point, Margaret     Clark, 0222.07, (215)697-3718,
  Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Brian
  Byrnes, 0222, (215)697-6534
CNT N0038397PP141, NIIN 008843237
AMT $29,200
DTD 120496
TO Melstrom Mfg Corp , Farmingdale ,NJ 07727
CITE: (I-345 SN010345)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 19--Ships, Small Craft, Pontoons, and Floating Docks
OFFADD: Supervisor of Shipbuilding, Conversion and Repair, USN
  San Francisco, CA
SUBJECT: 19 -- USS SHASTA (AE-33) SPECIFICATION NUMBER SSSF-062B-97
CNT N62798-97-C-0004
AMT $169,112.00
DTD 021296
TO Bay Ship and Yacht Co  2900 Main Street Alameda, CA 94501
CITE: (I-345 SN010612)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 19--Ships, Small Craft, Pontoons, and Floating Docks
OFFADD: Supervisor of Shipbuilding, Conversion and Repair, USN
  San Francisco, Ca
SUBJECT: 19 -- USS SHASTA (AE-33) PRAV SPECIFICATION NUMBER 062-97
CNT N62798-97-C-0002
AMT $492,078.00
DTD 061296
TO San Francisco Drydock, Inc. P.O. Box 7644 San Francisco, CA
  94120
CITE: (I-345 SN010613)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 12, 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--GLAND, ACTUATOR
SOL SP0451-96-R-2438
CNT SP0490-97-M-AD78
AMT $31,353.06
LINE 0001
DTD 120996
TO General Dynamics Corporation Electric Boat Division 75 Eastern
   Point Road Groton, CT.  06340-4989
CITE: (I-344 SN010242)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 12, 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--WARDROBE AND FILE, SECTION
SOL SP0451-96-Q-UE92
CNT SP0490-97-M-AD88
AMT $33,040.00
LINE 0001 THROUGH 0002
DTD 120996
TO York Mfg Inc 10928 Wheatlands Ave Santee CA 92071
CITE: (I-344 SN010247)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 20--Ships and Marine Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 20--TABLE, DINING 6 FT.LENGTH
SOL 96T566-62-P-0400
CNT SP0490-97-M-AD84
AMT $42,560.00
LINE 0001
DTD 120996
TO Delta Industries Inc 1490 lindsay Blvd Idaho Falls ID 83405
CITE: (I-345 SN010260)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 25--Vehicular Equipment Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 25--HEATER, VEHICULAR COMPARTMENT.  PER MILITARY
SOL SP0750-96-Q-1612
CNT SP0750-97-W-5122
AMT $71,940.00
LINE 0001 THROUGH 0002
DTD 120996
TO Windward enterprises 8049 Saddle Run Powell OH 43065
CITE: (I-345 SN010283)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 25--Vehicular Equipment Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 25--SLEEVE, SLIDING, MECH
SOL SP0740-96-Q-NA04
CNT DAAJ09-95-G-0014-UBN7
AMT $26,617.90
LINE 0001
DTD 120996
TO Bell Helicopter Textron Inc 600 E Hurst Blvd Fort Worth TX
  76101
CITE: (I-345 SN010293)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 25--Vehicular Equipment Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 25--CALIPER HOUSING ASSEMBLY, REAR DISC BRAKE
SOL 96TMY9-82-P-0700
CNT SP0750-97-M-2122
AMT $28,510.04
LINE 0001 THROUGH 0003
DTD 121096
TO AM General Corp service parts logistics OPNS/SPLO/ 408 S Byrkit
   Ave P O Box 728 Mishawaka IN 46546-0728
CITE: (I-345 SN010296)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 25--Vehicular Equipment Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 25--PUMP ASSEMBLY, POWER STEERING, VEHICULAR.
SOL 97T742-02-P-0700
CNT SP0750-97-W-5121
AMT $25,025.00
LINE 0001
DTD 120996
TO Windward enterprises 8049 Saddle Run Powell OH 43065
CITE: (I-345 SN010297)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 28-SUPPORT ASSEMBLY,TU
POC Contact Point, Bernadette   Palmarini, 0232.27, (215)697-1185,
  Fax, (215)697-3161, Twx, Not-avail
CNT F3460195G0012GCW2, NIIN 011932157
AMT $374,928
DTD 120296
TO Allison Engine Co Inc , Indianapolis ,IN 46206-0420
CITE: (I-345 SN010346)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 28-POWER UNIT,GAS TURB
POC Contact Point, Donna      M Sibel, 0224.04, (215)697-5970,
  Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Patrick
  H Hayden, 0224, (215)697-5900
CNT N0038392D76087002, NIIN 013478038
AMT $1,520,772
DTD 120396
TO Allied Signal Inc. , Phoenix ,AZ 85072-2181
CITE: (I-345 SN010347)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 28-CHAMBER,COMBUSTION
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038395D025M0007, NIIN 013693370
AMT $1,845,480
DTD 111796
TO General Electric Co , Lynn ,MA 01910-2690
CITE: (I-345 SN010348)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 28-SHROUD,SUPPORT
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038395D058M0009, NIIN 011397171
AMT $321,806
DTD 120296
TO Lkm Industries Woburn Inc , Woburn ,MA 01801-1759
CITE: (I-345 SN010349)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 28-CHAMBER,COMBUSTION,
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038395G054M0010, NIIN 993318213
AMT $948,640
DTD 110596
TO Rolls-royce Plc , Bs12 7qe England
CITE: (I-345 SN010350)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 28-VANE,COMPRESSOR STA
POC Contact Point, Jeanette   Y Williams, 0232.29, (215)697-0187,
  Fax, (215)697-1388, Twx, Not-avail, Contracting Officer, Brian
       J Connolly, 0232.36, (215)697-1032
CNT N0038395G054M5354, NIIN 995550101
AMT $27,261
DTD 120396
TO Rolls-royce Plc , Bs12 7qe England
CITE: (I-345 SN010351)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 28-SEGMENT,LINER TURBI
POC Contact Point, Brian      J Connolly, 0232.36, (215)697-1032,
  Fax, (215)697-1388, Twx, Not-avail
CNT N0038395G054M5373, NIIN 011214456
AMT $205,116
DTD 120296
TO Rolls-royce Plc , Bs12 7qe England
CITE: (I-345 SN010352)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 28-DISK ASSEMBLY
POC Contact Point, Brian      J Connolly, 0232.36, (215)697-1032,
  Fax, (215)697-1388, Twx, Not-avail
CNT N0038395G054M5374, NIIN 010706184
AMT $320,094
DTD 120296
TO Rolls-royce Plc , Bs12 7qe England
CITE: (I-345 SN010353)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 28-VANE,TURBINE NOZZLE
POC Contact Point, Jeanette   Y Williams, 0232.29, (215)697-0187,
  Fax, (215)697-1388, Twx, Not-avail, Contracting Officer, Brian
       J Connolly, 0232.36, (215)697-1032
CNT N0038395G054M5383, NIIN 011643149
AMT $81,594
DTD 120396
TO Rolls-royce Plc , Bs12 7qe England
CITE: (I-345 SN010354)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 28-SPACER,COMPRESS0R
POC Contact Point, Jeanette   Y Williams, 0232.29, (215)697-0187,
  Fax, (215)697-1388, Twx, Not-avail, Contracting Officer, Brian
       J Connolly, 0232.36, (215)697-1032
CNT N0038395G054M5384, NIIN 994535367
AMT $25,437
DTD 120396
TO Rolls-royce Plc , Bs12 7qe England
CITE: (I-345 SN010355)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 28-HOUSING,COMBUSTION
POC Contact Point, Jeanette   Y Williams, 0232.29, (215)697-0187,
  Fax, (215)697-1388, Twx, Not-avail, Contracting Officer, Brian
       J Connolly, 0232.36, (215)697-1032
CNT N0038395G054M5385, NIIN 010706156
AMT $27,647
DTD 120396
TO Rolls-royce Plc , Bs12 7qe England
CITE: (I-345 SN010356)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 28-DISK ASSEMBLY
POC Contact Point, Jeanette   Y Williams, 0232.29, (215)697-0187,
  Fax, (215)697-1388, Twx, Not-avail, Contracting Officer, Brian
       J Connolly, 0232.36, (215)697-1032
CNT N0038395G054M5386, NIIN 010706186
AMT $69,132
DTD 120396
TO Rolls-royce Plc , Bs12 7qe England
CITE: (I-345 SN010357)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 28-VANE,COMPRESSOR STA
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038396D019M0006, NIIN 001465531
AMT $258,141
DTD 112596
TO General Electric Co , Lynn ,MA 01910-2690
CITE: (I-345 SN010358)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 28-PLATE,COOLING
POC Contact Point, Charles    J Farrell, 0232.03, (215)697-2572,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038397CM058, NIIN 010473833
AMT $213,882
DTD 120296
TO General Electric Co , Lynn ,MA 01910-2690
CITE: (I-345 SN010359)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 28-BLADE,TURBINE,ROTOR
POC Contact Point, Carl         Chatterton, 0232.01, (215)697-4384,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038397CM059, NIIN 010900104
AMT $836,856
DTD 120396
TO Chromalloy American Corp , Harrisburg ,PA 17103-1095
CITE: (I-345 SN010360)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 28-CASE,OUTER,TURBINE
POC Contact Point, David      J Russial, 0232.21, (215)697-2557,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038397CM061, NIIN 006050333
AMT $335,614
DTD 120296
TO General Electric Co , Lynn ,MA 01910-2690
CITE: (I-345 SN010361)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 28-TANK,LUBRICATING OI
POC Contact Point, David      J Russial, 0232.21, (215)697-2557,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038397CM062, NIIN 000379675
AMT $172,084
DTD 120296
TO General Electric Co , Lynn ,MA 01910-2690
CITE: (I-345 SN010362)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 28-SUPPORT,BEARING,COM
POC Contact Point, Cynthia    D Palmer, 0232.18, (215)697-4386,
  Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Mary
  Ellen A Eisele, 0232.28, (215)697-1181
CNT N0038397CM064, NIIN 009986811
AMT $52,690
DTD 120496
TO Kerns Manufacturing Corp , Long Island City ,NY 11101-2612
CITE: (I-345 SN010363)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 28-ROLLER,SIDE,PRIMARY
POC Contact Point, Eileen     R Wadlinger, 0232.17, (215)697-4206,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038397CM065, NIIN 011431886
AMT $42,968
DTD 120496
TO Palmer Mfg Co Inc , Malden ,MA 02148-0911
CITE: (I-345 SN010364)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 28-SEAL AND RUNNER
POC Contact Point, Cynthia    D Palmer, 0232.18, (215)697-4386,
  Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Mary
  Ellen A Eisele, 0232.28, (215)697-1181
CNT N0038397CM068, NIIN 009988632
AMT $142,961
DTD 120496
TO Hansen Engineering & Machinery Co , Danvers ,MA 01923-0000
CITE: (I-345 SN010365)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd, St. Louis, MO 63120-1798
SUBJECT: 28 -- BLADE TURBINE ENGINE
POC Ernie L. Robinson, Contract Specialist, 314-263-0737.
CNT DAAJ09-96-C-0439
AMT $ 377,600.00
LINE 0001AA
DTD 111596
TO Therm Incorporated, Hudson Street Extension, Ithaca, NY 14850
CITE: (I-345 SN010495)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd., St. Louis, MO 63120
SUBJECT: 28 -- NOUN: NOZZLE, TURBINE, NSN: 2840-01-287-1317,
  P/N: 6038T43P17, QUANTITY: 250 EACH
POC Eddie M. Whitfield, AMSAT-A-PLBC, (314) 263-0770, Marsha
  M. Flakes, Contracting Officer.
CNT DAAJ09-96-D-0145, Delivery Order 0002
AMT $ 170,662.50
LINE 2002AA, 2003, A001
DTD 111896
TO Therm Incorporated, Hudson Street Extension, Ithaca, NY 14850
CITE: (I-345 SN010505)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd., St. Louis, MO 63120
SUBJECT: 28 -- NOUN: BLADE, TURBINE, NSN: 2840-01-305-2444, P/N:
  6058T42P15, QUANTITY: 3000 EACH
POC Eddie M. Whitfield, AMSAT-A-PLBC, (314) 263-0770, Marsha
  M. Flakes, Contracting Officer.
CNT DAAJ09-96-D-0129, Delivery Order 0002
AMT $ 825,000.00
LINE 2004AA
DTD 112096
TO General Electric Co, Aircraft Engines Business Group, 1000
  Western Avenue, Lynn, MA 01910
CITE: (I-345 SN010506)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 29--VALVE, CONTROL.
SOL SP0770-97-Q-MA78
CNT SP0770-97-M-AN96
AMT $29,036.05
LINE 0001
DTD 121096
TO Servotronics Inc 1110 Maple St P.O.Box 300 elma NY 14059-0300
CITE: (I-345 SN010295)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 29-CONTROL,PILOT LEVER
POC Contact Point, Kevin      C Dillon, 0234.05, (215)697-3189,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038394GB3405064, NIIN 997766821
AMT $38,520
DTD 120396
TO Lucas Areospace , West Bromwich B71 4jr Uk
CITE: (I-345 SN010366)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 29-INDICATOR,INCIPIENT
POC Contact Point, Kevin      C Dillon, 0234.05, (215)697-3189,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038394GB3405077, NIIN 991798664
AMT $133,777
DTD 120396
TO Lucas Areospace , West Bromwich B71 4jr Uk
CITE: (I-345 SN010367)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 29-IGNITER,ENGINE
POC Contact Point, Sylvia     M Cummings, 0221.03, (215)697-2583,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038396G002D5034, NIIN 011569205
AMT $58,406
DTD 120396
TO Smiths Industries Aerospace And , Clearwater ,FL 34622
CITE: (I-345 SN010368)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 29--PARTS KIT, VALVE
SOL SP0500-96-Q-PY98
CNT SP0500-97-M-N336
AMT $75,842.49
LINE 0001
DTD 120896
TO Alliedsignal Inc DBA Alliedsignal Aerospace Co airsupply OPNS
  120  S Weber Dr Chandler AZ 85226-3216
CITE: (I-345 SN010440)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 30--SHAFT, DRIVE
CNT SP0760-97-M-4642
AMT $58,810.44
LINE 0001
DTD 120996
TO Transaero Inc 80 Crossways Park Dr Woodbury NY 11797-2015
CITE: (I-345 SN010279)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 30-GEARSHAFT,SPUR
POC Contact Point, Brian      J Connolly, 0232.36, (215)697-1032,
  Fax, (215)697-1388, Twx, Not-avail
CNT N0038397CM067, NIIN 008814836
AMT $58,800
DTD 120396
TO Caratron Inc , Warren ,MI 48093-8809
CITE: (I-345 SN010369)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 30-CONNECTING LINK,RIG
POC Contact Point, Eileen     R Wadlinger, 0232.17, (215)697-4206,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038397PM006, NIIN 013456777
AMT $94,897
DTD 120396
TO New Hampshire Ball Bearings Inc , Laconia ,NH 03246-2937
CITE: (I-345 SN010370)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 31-BEARING,PLAIN,ROD E
POC Contact Point, Antoinette   Lewis, 0233.08, (215)697-3472,
  Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Maria
  C Allen, 0233.01, (215)697-3770
CNT N0038396G001N6040, NIIN 012019481
AMT $70,000
DTD 120296
TO Boeing Helicopters , Ridley Park ,PA 19078
CITE: (I-345 SN010371)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 31-BEARING,ROLLER,CYLI
POC Contact Point, Bernadette   Palmarini, 0232.27, (215)697-1185,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038397CM054, NIIN 014115162
AMT $118,598
DTD 120296
TO Mrc Bearings , Jamestown ,NY 14701
CITE: (I-345 SN010372)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 31-BEARING,SLEEVE
POC Contact Point, Bob   Hess, 02112.4, (717)790-4061, Fax, (717)790-2284,
  Twx, Not-avail
CNT N0010497PDB84, Sol Nr N00104-95-T-8975, NIIN 009655239
AMT $43,144
DTD 121996
TO Westech Gear Corp , Lynwood ,CA 90262-4018
CITE: (I-345 SN010418)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 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--PLATE, RETAINING, BEARING
SOL SP0500-96-Q-QN71
CNT DAAJ09-95-G-0014-TZD4
AMT $68,568.90
LINE 0001
DTD 121096
TO Bell Helicopter Textron Inc 600 E Hurst Blvd Fort Worth TX
  76101
CITE: (I-345 SN010439)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 31--BEARING, ROLLER, CYLINDRICAL
SOL SP0500-97-Q-9909
CNT SP0500-97-M-R543
AMT $62,000.00
LINE 0001
DTD 121096
TO MPB Corp Split Ballbearing Div sub of Wheelabrator-Frye Inc
  336  Mechanic St Lebanon NH 03766-2627
CITE: (I-345 SN010443)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 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, WASHER, THRUST
SOL SP0500-97-Q-A469
CNT SP0500-97-M-R287
AMT $35,019.60
LINE 0001
DTD 120996
TO RBC transport dynamics Corp 3131 Segerstrom Ave P O Box 1953
   Santa Ana CA 92702-1953
CITE: (I-345 SN010444)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 31--BEARING, BALL, ANNULAR
SOL SP0500-96-Q-DS94
CNT F34601-95-G-0012-TZ1K
AMT $44,631.00
LINE 0001
DTD 120996
TO Allison Engine Co Inc MS speed code R39 2001 S Tibbs Ave P.O.Box
   420 Indianapolis In 46206-0420
CITE: (I-345 SN010450)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 34--Metalworking Machinery
OFFADD: Naval Air Warfare Center AD, Contracts Dept. Code 233,
  Bldg 129-2, Lakehurst, NJ 08733-5083.
SUBJECT: 34 -- INTERGRATED LOGISTICS SUPPORT ASSOCIATED WITH
  THE F/A-18D
POC Ms. Kathleen Kiley, Contract Specialist, Code 2132KK, (908)
  323-5197 Contracting Officer is Francis Hufnell.
CNT N68335-97-C-0113
AMT $249,841.00
LINE N/A
DTD 120296
TO Pines Manufacturing, Inc., 30505 Clemens Road, West Lake,
  OH 44145
CITE: (I-345 SN010645)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 12, 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--DISCHARGE CAGE ASSEMBLY
SOL SP0441-97-R-0004
CNT SP0441-97-C-0136
AMT $66,667.37
LINE 0001 THROUGH 0004
DTD 120996
TO Mechanical resources Inc 210 West side Ave Jersey City NJ
   07305-1446
CITE: (I-344 SN010236)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 41--Refrigeration, Air Conditioning and Air Circulating
  Equipment
OFFADD: Defense Personnel Support Center 2800 S 20TH Street Phila
  PA  19101-8419
SUBJECT: 41--REFRIGERATOR, COLD PACK THERAPT.
CNT SP0200-97-C-8501
AMT $123,950.00
LINE 0001AA
DTD 120996
TO Medi-peth medical laboratory Inc 28 bowling green pky Lake
   Hopatcong NJ 07849
CITE: (I-345 SN010288)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
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 PRESERVER,YOKE
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038397C004P, NIIN LLYY12454
AMT $275,825
DTD 101896
TO Switlik Parachute Co , Trenton ,NJ 08607
CITE: (I-345 SN010373)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 44--Furnace, Steam Plant, and Drying Equipment and
  Nuclear Reactors
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 44--OIL, COOLER ASSEMBLY. E/I COOLER, FLUID.
SOL SP0770-97-Q-MD38
CNT SP0770-97-M-AX53
AMT $50,900.00
LINE 0001 THROUGH 0002
DTD 121096
TO ITT standard 175 standard pky cheektowaga NY 14227
CITE: (I-345 SN010281)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 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.
CNT F09603-95-G-0027-UBBS
AMT $66,262.32
LINE 0001 THROUGH 0002
DTD 120996
TO Aeroquip Corp Aerospace Group 300 S East Ave Jackson MI  49203-1972
CITE: (I-345 SN010292)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 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--UNION, PIPE. 70-30 COPPER NICKEL MATERIAL,
SOL SP0770-97-Q-MA23
CNT SP0770-97-M-CN90
AMT $45,006.10
LINE 0001 THROUGH 0007
DTD 121096
TO Premier copper and brass of California Inc Atlantic Div 3797
   progress Rd Norfolk VA 23502
CITE: (I-345 SN010300)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 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--PLUG, END.
CNT SP0770-97-M-AV52
AMT $28,535.00
LINE 0001
DTD 120996
TO D and a electronics Mfg Inc 5303 Asbury Rd Farmingdale NJ
  07727
CITE: (I-345 SN010301)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: 47 -- HOSE ASSEMBLIES
POC R. Phinn
CNT N00406-97-M-D132
AMT $45,850
LINE N/A
DTD 120496
TO american hose and fitting inc 6812 s 220th st kent wa 98032
CITE: (I-345 SN010534)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 48--VALVE, GLOBE
SOL SP0760-97-Q-0022
CNT SP0760-97-M-7848
AMT $31,380.00
LINE 0001
DTD 121096
TO Sullivan supply Co.  1433 E. 10TH St.  P.O. Box 467 Erie PA
   16503
CITE: (I-345 SN010289)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 48--VALVE, CHECK.
SOL SP0740-97-Q-0062
CNT SP0740-97-M-9062
AMT $32,825.43
LINE 0001
DTD 120996
TO Lee Co the 2 Pettipaug Rd P.O.Box 424 Westbrook CT 06498-0424
CITE: (I-345 SN010291)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 48-VALVE,LINEAR,DIRECT
POC Contact Point, Debra      B Brinn, 0225.10, (215)697-4383,
  Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Ruth
  H Hinton, 0225.06, (215)697-2030
CNT N0038394G005J7002, NIIN 014334832
AMT $32,000
DTD 120296
TO Vickers Inc , Los Angeles ,CA 90039-1106
CITE: (I-345 SN010374)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 48-VALVE ASSEMBLY,HYDR
POC Contact Point, Kathleen   M Logan, 0233.05, (215)697-2124,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038397CN022, NIIN 010827327
AMT $155,222
DTD 120396
TO Pti Technologies Inc , Newbury Park ,CA 91320-1715
CITE: (I-345 SN010375)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 49--Maintenance and Repair Shop Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 49-FIXTURE,HOOK ASSEMB
POC Contact Point, Elizabeth  A Dimperio, 0222.02, (215)697-6530,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038397CP011, NIIN 010588699
AMT $145,673
DTD 120296
TO Seyer Industries Inc , Saint Peters ,MO 63376
CITE: (I-345 SN010376)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 49--Maintenance and Repair Shop Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 49-CYLINDER,BREATHABLE
POC Contact Point, Helen      M Rogers, 0222.09, (215)697-4072,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038397CP015, NIIN 012429616
AMT $190,100
DTD 120296
TO Conax Florida Corp , Saint Petersburg ,FL 33710-2936
CITE: (I-345 SN010377)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 49--Maintenance and Repair Shop Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 49-HYDRAULIC TEST STAN
POC Contact Point, Lisa       A Zimmermann, 0222.04, (215)697-1178,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038397CP022, NIIN 011594744
AMT $157,200
DTD 120396
TO Copp Industrial Mfg Inc , Pomona ,CA 91767
CITE: (I-345 SN010378)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 53-RING,COOLING INNER
POC Contact Point, Jeanette   Y Williams, 0232.29, (215)697-0187,
  Fax, (215)697-1388, Twx, Not-avail, Contracting Officer, Brian
       J Connolly, 0232.36, (215)697-1032
CNT N0038395G054M5375, NIIN 010706163
AMT $48,848
DTD 120296
TO Rolls-royce Plc , Bs12 7qe England
CITE: (I-345 SN010379)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 53-SEAL,AIR,STATIONARY
POC Contact Point, Brian      J Connolly, 0232.36, (215)697-1032,
  Fax, (215)697-1388, Twx, Not-avail
CNT N0038397CM001, NIIN 011578473
AMT $413,816
DTD 120296
TO Tri-industries Inc , Terre Haute ,IN 47807
CITE: (I-345 SN010380)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 53-BRACKET,SUPPORT
POC Contact Point, Louis      U Jackson, 0232.25, (215)697-4265,
  Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Carl
          Chatterton, 0232.01, (215)697-4384
CNT N0038397CM066, NIIN 010358221
AMT $27,435
DTD 120496
TO Arco Sales Co , Philadelphia ,PA 19124
CITE: (I-345 SN010381)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 53-NUT,SELF-LOCKING,AS
POC Contact Point, Eileen     R Wadlinger, 0232.17, (215)697-4206,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038397PM022, NIIN 011403084
AMT $40,426
DTD 120396
TO Sps Technologies Inc , Jenkintown ,PA 19046-2299
CITE: (I-345 SN010382)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 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--BUSHING, SPLINE
SOL SP0500-96-Q-MM49
CNT SP0500-97-M-P543
AMT $82,400.00
LINE 0001 THROUGH 0002
DTD 120896
TO Transaero Inc 80 Crossways Park Dr Woodbury NY 11797-2015
CITE: (I-345 SN010441)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--BOLT, INTERNAL WRENCHING
SOL SP0500-97-Q-4813
CNT SP0500-97-M-R142
AMT $44,880.00
LINE 0001
DTD 120996
TO Fas tronics incorporated 4324 Garland drive Haltom City TX
  76117
CITE: (I-345 SN010442)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--BOLT, MACHINE
SOL SP0500-97-Q-5715
CNT SP0500-97-M-R420
AMT $29,869.00
LINE 0001
DTD 121096
TO ACE grinding and Mfg of Texas 2610 Aero Dr Grand Prairie TX
  75052
CITE: (I-345 SN010445)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 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--STUD, SHOULDERED AND STEPPED
CNT SP0500-97-M-J077
AMT $46,589.10
LINE 0001 THROUGH 0002
DTD 120996
TO Fairchild Industries Inc Fairchild aerospace fastener Div
   southbay OPNS/VOI-SHAN 2950 W lomita Blvd Torrance CA 90505-5103
CITE: (I-345 SN010447)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--SEAL, PLAIN ENCASED
SOL SP0500-97-Q-3540
CNT SP0500-97-M-P901
AMT $37,800.00
LINE 0001
DTD 121096
TO Crane John Belfab 305 fentress Blvd P.O.Box 9370 Daytona Beach
  FL  32114-1206
CITE: (I-345 SN010448)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 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--SCREW, ACTUATOR
SOL SP0500-96-Q-A788
CNT SP0500-97-M-R530
AMT $88,881.00
LINE 0001 THROUGH 0002
DTD 120996
TO Thomson Saginaw Ball Screw Co Inc 628 N Hamilton St Saginaw
  MI  48602-4301
CITE: (I-345 SN010449)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 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--BUMPER, RUBBER
SOL SP0500-96-Q-1182
CNT F09603-94-G-0050-TZ4X
AMT $40,875.00
LINE 0001
DTD 120896
TO Lord Corp Mechanical Products Div 1635 W 12TH St P O Box 10039
   Erie PA 16514
CITE: (I-345 SN010451)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--SEAL
SOL SP0500-97-Q-9380
CNT SP0500-97-M-R044
AMT $25,005.75
LINE 0001 THROUGH 0003
DTD 120996
TO Kampi Components Company 210 Route 13 Bristol PA 19007
CITE: (I-345 SN010453)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--SEAL ASSEMBLY, SHAFT
SOL SP0500-97-Q-6433
CNT SP0500-97-M-R285
AMT $99,967.00
LINE 0001
DTD 120896
TO E G and G Sealol engineered products Div 15 Pioneer Ave Warwick
   RI 02888-1509
CITE: (I-345 SN010455)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 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, TIMBER; IN ACCORDANCE
CNT SP0500-97-M-R162
AMT $27,277.50
LINE 0001 THROUGH 0006
DTD 120896
TO Cook lumber Co Inc 7231 interlaaken Dr SW Tacoma WA 98499
CITE: (I-345 SN010456)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 58--FILTER-AMPLIFIER, RADIO FREQUENCY
SOL SO0970-97-Q-A015
CNT SP0970-97-M-1331
AMT $31,163.00
LINE 7001 THROUGH 7002
DTD 120996
TO Narda microwave Corp the Lockheed Martin microwave /Narda
  West/  11040 white rock Rd Suite 200 Rancho cordova CA 95670-6119
CITE: (I-345 SN010322)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 58-CONTROL UNIT,SIGNAL
POC Contact Point, Raymond    F Lynch, 0225.07, (215)697-4959,
  Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Eugene
  J Zmijewski, 0225.01, (215)697-6543
CNT N0038395D008J7004, NIIN 011969891
AMT $921,100
DTD 120496
TO Texas Instruments Inc , Mc Kinney ,TX 75070-0801
CITE: (I-345 SN010383)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 58-CONTROL,COUNTERMEAS
POC Contact Point, David        Necowitz, 0234.08, (215)697-3821,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038395G008G7042, NIIN 013692132
AMT $429,736
DTD 120296
TO Rockwell Intl Corp , Cedar Rapids ,IA 52498
CITE: (I-345 SN010384)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 58-RECEIVING SET,RADAR
POC Contact Point, Raymond    F Lynch, 0225.07, (215)697-4959,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038396D020J7002, NIIN 012567593
AMT $73,300
DTD 120396
TO International Enterprises Inc , Talladega ,AL 35160-1302
CITE: (I-345 SN010385)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 58-CHASSIS ASSEMBLY
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038396G006JRK01, NIIN 010971145
AMT $68,000
DTD 102396
TO Lockheed Martin Corp , Marietta ,GA 30063-0000
CITE: (I-345 SN010386)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 58-PANEL,CONTROL ELECT
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038396G009JX205, NIIN 013270275
AMT $28,500
DTD 103096
TO Hughes Defense Communications Co , Fort Wayne ,IN 46808-41
CITE: (I-345 SN010387)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 58-PANEL ASSEMBLY,FRON
POC Contact Point, Kathleen     Johnson, 0221.09, (215)697-4069,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038397CD004, NIIN 012328865
AMT $124,976
DTD 112796
TO Sci Technology Inc , Huntsville ,AL 35805-3007
CITE: (I-345 SN010388)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 58-PROCESSOR,RADAR DAT
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038397M045H, NIIN 014134476
AMT $36,400
DTD 111996
TO Hughes Aircraft Co , Los Angeles ,CA 90080-0028
CITE: (I-345 SN010389)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 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-DEFLECTION MODULE   - 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 N0010495G02025042, Sol Nr N00104-96-Q-JA61, NIIN 012583562
AMT $588,832
DTD 120696
TO Raytheon , Portsmouth ,RI 02871-1087
CITE: (I-345 SN010419)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: US Army CECOM, CECOM Acquisition Center, Ft. Monmouth,
  New Jersey   07703-5008
SUBJECT: 58--OPTIONS LKS1031 (MOD), AN/PRC-127(A) RADIO
POC D. Wilkosz, CS, 908/532-5557, AMSEL-ACCA-C-AN
CNT DAAB07-96-D-C015
AMT $153,788
DTD 120496
TO Relm Communications Inc, DBA Bendix/King, 2901 Lakeview Rd,
  Suite   100, Lawrence, KS 66049
EMAILADD:   caprionr@doim6.monmouth.army.mil
EMAILDESC: 
CITE: (D-345 SN010434)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 12, 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-WP72
CNT SP0451-97-M-8314
AMT $29,189.72
LINE 0001 THROUGH 0002
DTD 120896
TO Techniservices Inc 8800 Metro Court Richmond, VA 23237
CITE: (I-344 SN010243)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 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--TERMINAL, LUG
SOL SP0450-97-X-B084
CNT SP0450-97-M-H458
AMT $38,786.00
LINE 0001 THROUGH 0002
DTD 120996
TO F. D. Lawrence electric Co.  5739 webster Street Dayton, OH
   45414
CITE: (I-345 SN010265)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--RELAY, ELECTROMAGNETIC
SOL SP0930-96-Q-A238
CNT SP0930-97-M-2041
AMT $28,409.00
LINE 0001 THROUGH 7002
DTD 120996
TO Norstan electronics Inc 1911 E carnegie Santa Ana CA 92705-5505
CITE: (I-345 SN010317)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--RELAY, ELECTROMAGNETIC
SOL SP0930-96-Q-A195
CNT SP0930-97-M-0650
AMT $37,841.67
LINE 0001AA THROUGH 0001A
DTD 120996
TO Deutsch Co the Deutsch relays Inc Div 65 daly Rd East northport
   NY 11731-6304
CITE: (I-345 SN010318)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--SOLENOID ASSEMBLY
SOL SP0930-96-Q-A234
CNT SP0930-97-M-2061
AMT $69,940.00
LINE 0001
DTD 120996
TO Whittaker Corp Whittaker Controls Div 12838 Saticoy St P O
  Box  3951 North Hollywood CA 91605
CITE: (I-345 SN010319)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--RELAY, ELECTROMAGNETIC
SOL SP0930-97-Q-0161
CNT SP0930-97-M-2119
AMT $40,835.70
LINE 0001
DTD 120996
TO Rpa electronics Inc 122 S Terry St PO Box 1001 Dayton OH 45401
CITE: (I-345 SN010320)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--RELAY, ELETROMAGNETIC
SOL SP0930-97-Q-A014
CNT SP0930-97-M-2139
AMT $27,028.00
LINE 0001 THROUGH 0002
DTD 120996
TO Associated Aircraft Supply Co 5021 W Jefferson Blvd P O Box
   210069 Dallas TX 75211-3804
CITE: (I-345 SN010321)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--MICROCIRCUIT, DIGITA
CNT F34601-95-G-0004-UB02
AMT $32,564.00
LINE 0001 THROUGH 0004
DTD 120996
TO Northrop Grumman Corp electronic sensors and systems Div Rolling
   Meadows site 600 Hicks Rd Rolling Meadows IL 60008-1098
CITE: (I-345 SN010323)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 59-CIRCUIT CARD ASSEMB
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038394G001JUG21, NIIN 002875752
AMT $68,750
DTD 110396
TO Interstate Electronics Corp , Anaheim ,CA 92803
CITE: (I-345 SN010390)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 59-CIRCUIT CARD ASSEMB
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038394G001JUG22, NIIN 002875418
AMT $61,500
DTD 110396
TO Interstate Electronics Corp , Anaheim ,CA 92803
CITE: (I-345 SN010391)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 59-CIRCUIT CARD ASSEMB
POC Contact Point, Gerald     R Buday, 0235.11, (215)697-6511,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038395D011G7002, NIIN 002252047
AMT $59,800
DTD 120396
TO Litton Systems Inc , Salt Lake City ,UT 84116-2914
CITE: (I-345 SN010392)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 59-SOLENOID ASSEMBLY
POC Contact Point, Dorothy      Henderson, 0233.06, (215)697-2814,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038397CN023, NIIN 011428045
AMT $218,000
DTD 120296
TO Talley Corp The , Oxnard ,CA 93030
CITE: (I-345 SN010393)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 59-ELECTRONIC COMPONEN
POC Contact Point, Rosetta      Jackson, 0231.18, (215)697-3760,
  Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Charles
     J Hagee, 0231.22, (215)697-3339
CNT N0038397PB012, NIIN 014000916
AMT $57,430
DTD 120396
TO Communications And Power Industries , Beverly ,MA 01915-55
CITE: (I-345 SN010394)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 59-MODULE ASSEMBLY,VID
POC Contact Point, Rosetta      Jackson, 0231.18, (215)697-3760,
  Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Charles
     J Hagee, 0231.22, (215)697-3339
CNT N0038397PB013, NIIN 012623251
AMT $69,056
DTD 120396
TO Northrop Grumman Corp , Hawthorne ,CA 90250
CITE: (I-345 SN010395)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 59-CABLE ASSEMBLY,RADI
POC Contact Point, Rosetta      Jackson, 0231.18, (215)697-3760,
  Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Charles
     J Hagee, 0231.22, (215)697-3339
CNT N0038397PB014, NIIN 001622924
AMT $43,638
DTD 120396
TO Rowe Industries Inc , Toledo ,OH 43612
CITE: (I-345 SN010396)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 59-BACKPLANE ASSEMBLY
POC Contact Point, Kathleen     Johnson, 0221.09, (215)697-4069,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038397PD011, NIIN 012329122
AMT $46,176
DTD 120296
TO Sci Technology Inc , Huntsville ,AL 35805-3007
CITE: (I-345 SN010397)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 59-ELECTRON TUBE
POC Contact Point, Gerald     R Buday, 0235.11, (215)697-6511,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038397PG011, NIIN 013582831
AMT $99,510
DTD 120296
TO Teledyne Mec , Rancho Cordova ,CA 95742
CITE: (I-345 SN010398)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 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-STAVE CABLE ASSY    - 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 N0010495G02025041, Sol Nr N00104-96-Q-JA67, NIIN 013327008
AMT $615,937
DTD 120696
TO Raytheon , Portsmouth ,RI 02871-1087
CITE: (I-345 SN010420)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: US Army CECOM, CECOM Acquisition Center, Ft. Monmouth,
  New Jersey   07703-5008
SUBJECT: 59--SBIR PROGRAM - PHASE I
POC A. Manfredi, CS, 908/532-5386, AMSEL-ACCC-A-CF
CNT DAAB07-97-C-J730
AMT $99,993
DTD 112996
TO Phsical Optics Corp, 20600 Gramercy Pl Suite 10, Torrance,
  CA 90501
EMAILADD:   caprionr@doim6.monmouth.army.mil
EMAILDESC: 
CITE: (D-345 SN010431)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: US Army CECOM, CECOM Acquisition Center, Ft. Monmouth,
  New Jersey   07703-5008
SUBJECT: 59--SBIR PROGRAM - PHASE I
POC A. Manfredi, CS, 908/532-5386, AMSEL-ACCC-A-CF
CNT DAAB07-97-C-J731
AMT $100,000
DTD 112996
TO Scientific Systems Co, 500 W Cumming Pk, Suite 39, Woburn,
  MA, 01801
EMAILADD:   caprionr@doim6.monmouth.army.mil
EMAILDESC: 
CITE: (D-345 SN010432)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: US Army CECOM, CECOM Acquisition Center, Ft. Monmouth,
  New Jersey   07703-5008
SUBJECT: 59--SBIR PROGRAM - PHASE I
POC A. Manfredi, CS, 908/532-5386, AMSEL-ACCC-A-CF
CNT DAAB07-97-C-J730
AMT $99,993
DTD 112996
TO Phsical Optics Corp, 20600 Gramercy Pl Suite 10, Torrance,
  CA 90501
EMAILADD:   caprionr@doim6.monmouth.army.mil
EMAILDESC: 
CITE: (D-345 SN010433)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 61--STATOR, GENERATOR
SOL SP0430-96-Q-BQ27
CNT SP0430-97-M-P363
AMT $47,872.04
LINE 0001
DTD 120996
TO Leland Electrosystems Inc 740 E National Rd Vandalia OH  45377-3062
CITE: (I-344 SN010240)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 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--CONTACTOR, MAGNETIC
SOL SP0430-97-Q-P026
CNT SP0430-97-M-P365
AMT $72,675.00
LINE 0001
DTD 120996
TO Ward Leonard electric Co Inc 31 South St Mount Vernon NY 
  10550-1714
CITE: (I-345 SN010259)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 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--PLATE, BEARING
SOL SP0430-96-Q-BJ88
CNT SP0430-97-M-R448
AMT $28,070.00
LINE 0001
DTD 120996
TO Leland Electrosystems Inc 740 E National Rd Vandalia OH  45377-3062
CITE: (I-345 SN010261)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 61-POWER SUPPLY
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038394G001JUG20, NIIN 012653595
AMT $75,000
DTD 110396
TO Interstate Electronics Corp , Anaheim ,CA 92803
CITE: (I-345 SN010399)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 61-POWER SUPPLY
POC Contact Point, Anne       M Crankshaw, 0235.08, (215)697-4377,
  Fax, (215)697-6793, Twx, Not-avail
CNT N0038397CG011, NIIN 014169140
AMT $116,100
DTD 120496
TO St Keltec Corp , Fort Walton Beach ,FL 32548
CITE: (I-345 SN010400)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 61-POWER SUPPLY        - AND SIMILAR REPLACEMENT PART
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 N0010495G02025038, NIIN 014244212
AMT $506,520
DTD 120696
TO Raytheon , Portsmouth ,RI 02871-1087
CITE: (I-345 SN010421)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 61-POWER SUPPLY
POC Contact Point, 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 N0010495G02025046, NIIN LLH787855
AMT $537,858
DTD 120696
TO Raytheon , Portsmouth ,RI 02871-1087
CITE: (I-345 SN010422)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: 61 -- MAGNETIC CONTACTOR STARTER AND RELAY
POC E. Gabagat
CNT N00406-97-M-D065
AMT $5,240,825
LINE N/A
DTD 120396
TO consolidated electrical dist inc p o box 4160 bremerton wa
  98312
CITE: (I-345 SN010535)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 12, 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 ASSEMBLY, INDICATOR
SOL SP0441-96-Q-GF68
CNT SP0441-97-M-V436
AMT $47,783.85
LINE 0001 THROUGH 0002
DTD 120996
TO Eaton Corp aerospace & commericial Div MSC products 1640 Monrovia
   Ave.  Costa Mesa CA 92627-4405
CITE: (I-344 SN010238)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: Department of Veterans Affairs, P.O. Box 76, Bldg. 37,
  Hines, IL 60141
SUBJECT: 65 -- ANDREWS SPINAL SURGERY TABLE SST-3000 (TM)
POC Jane Brusveen (708) 786-5240
CNT V797P-6763a
AMT $25,978
LINE N/A
DTD 120696
TO Orthopedic Systems, Inc., 30031 Ahern Avenue, Union City,
  CA 94587
CITE: (I-345 SN010524)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--HOUSING, INDICATOR
SOL SP0440-96-Q-JZ15
CNT SP0440-97-M-Z307
AMT $26,992.00
LINE 0001 THROUGH 0002
DTD 120996
TO Litton Systems Inc Litton special devices 750 W sproul Rd
   Springfield PA 19064-4084
CITE: (I-344 SN010246)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--STATOR WINDING, ASSY
SOL SP0440-96-X-D336
CNT N00383-96-G-M128-TY26
AMT $86,463.00
LINE 0001 THROUGH 0002
DTD 120996
TO Litton Systems Inc Guidance and Control Systems Div 5500 Canoga
   Ave Woodland Hills CA 91367-6621
CITE: (I-344 SN010248)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--PNEUMATIC, MODULE, IN
SOL SP0440-96-R-2738
CNT SP0440-97-C-0066
AMT $35,737.15
LINE 0001
DTD 120996
TO Air Dry Corp of America 5297 Maureen Ln P O Box 1959 moorepark
  CA  93020
CITE: (I-345 SN010262)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--TRANSMITTER, LIQUID
SOL SP0440-97-Q-T131
CNT SP0440-97-M-X415
AMT $54,536.00
LINE 0001
DTD 120996
TO Simmonds Precision Products Inc 100 Panton Rd Vergennes VT
   05491-8801
CITE: (I-345 SN010266)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--TRANSMITTER, LIQUID
SOL SP0440-96-R-2809
CNT SP0440-97-C-0033
AMT $68,320.00
LINE 0001 THROUGH 0002
DTD 120996
TO Parker-Hannifin Corp Aerospace Group Customer Support Military
   Div 16666 Von Karman Ave Irvine CA 92714-4917
CITE: (I-345 SN010267)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 66-COMPUTER,TRUE AIR S
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038393G008UWV12, NIIN 007597170
AMT $46,887
DTD 103096
TO Canadian Commercial Corp , Ottawa Ontario Canada K1a 0s6
CITE: (I-345 SN010401)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 66-TRANSMITTER,LIQUID
POC Contact Point, Leah       Y Lester, 0233.11, (215)697-3719,
  Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Linda
  T Rein, 0233.03, (215)697-2811
CNT N0038397PN021, NIIN 014228683
AMT $27,360
DTD 120396
TO Simmonds Precision Products Inc , Vergennes ,VT 05491-8801
CITE: (I-345 SN010402)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code 8732
  , PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 66-TUBE,SMOKE TEST
POC Contact Point, Catherine N Doyne, 87321.2, (717)790-7604,
  Fax, (717)790-2284, Twx, Not-avail
CNT N0010497PBD88, Sol Nr N00104-96-Q-BZ87, NIIN 013757977
AMT $41,808
DTD 121996
TO Msa/defense Products Dept , Murrysville ,PA 15668-0000
CITE: (I-345 SN010423)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 66-SALINITY CELL CONDU
POC Contact Point, Barbara A Mccarthy, 02111.13, (717)790-1201,
  Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, Jodene
  R Watkins, 02111, (717)790-4253
CNT N0010497PCB80, Sol Nr N00104-97-T-0237, NIIN 011849218
AMT $85,596
DTD 121696
TO Marine Electric Systems Inc , Clifton ,NJ 07014-1135
CITE: (I-345 SN010424)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 68--Chemicals and Chemical Products
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: 68 -- CHEMICAL "E-Z FLOW"
POC R. Phinn
CNT N00406-97-M-C931
AMT $49,400
LINE N/A
DTD 120296
TO vulcan chemical tech inc 1902 channel drive west salramento
  ca 95691-3477
CITE: (I-345 SN010536)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 70-OPTICAL READER,DATA
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038392GK030KK68, NIIN 014080430
AMT $95,000
DTD 103096
TO Grumman Aerospace Corp , Bethpage ,NY 11714-3596
CITE: (I-345 SN010403)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 70-CONVERTER-RECEIVER
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038395D001G0006, NIIN 001683630
AMT $79,570
DTD 112596
TO Harris Corp , Melbourne ,FL 32902-0000
CITE: (I-345 SN010404)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Dahlgren Division, Naval Surface Warfare Center, 17320
  Dahlgren Road, Dahlgren, VA 22448-5100
SUBJECT: 70 -- MAINTENANCE OF CONTROL DATA SYSTEMS
POC Betty B. Kniceley, Code SD146, or Dwight G. Cooper TELECOPIER
  #: (540) 653-6810 PHONE #: (540) 653-7621.
CNT N00178-97-C-4009 (Was Solicitation N00178-96-R-4023)
AMT $306,420.00
LINE N/A
DTD 120196
TO Control Data Systems, Inc., 4201 Lexington Avenue North, Arden
  Hills, MN 55126-6198
CITE: (I-345 SN010666)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 71--Furniture
OFFADD: Purchasing And Materials Service Center, U.S. Postal
  Service, 395 Oyster Point Blvd., Suite 205,  South San Francisco,
  CA 94099-6261
SUBJECT: 71--PSIN 1226E, CART, ACCOUNTABLE MAIL
POC Gloria Soto, Purchasing Specialist, (415) 794-6242, S.R.
  Bradley, Contracting Officer (415) 794-6184
CNT 052684-96-B-0273
AMT $2,134,615.00
DTD 112796
TO Year A Round Corp., 110 W. Lind St.,P.O. Box 2075, Mankato,
  MN 56002-2075
CITE: (W-345 SN010564)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 71--Furniture
OFFADD: Purchasing And Materials Service Center, U.S. Postal
  Service, 395 Oyster Point Blvd., Suite 205,  South San Francisco,
  CA 94099-6261
SUBJECT: 71--PSIN 1226E, CART, ACCOUNTABLE MAIL
POC Gloria Soto, Purchasing Specialist, (415) 794-6242, S.R.
  Bradley, Contracting Officer (415) 794-6184
CNT 052684-96-B-0273
AMT $2,134,615.00
DTD 112796
TO Year A Round Corp., 110 W. Lind St.,P.O. Box 2075, Mankato,
  MN 56002-2075
CITE: (W-345 SN010565)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 72--Household and Commercial Furnishing and Appliances
OFFADD: Defense Personnel Support Center 2800 So. 20TH St.  Philadelphia,
   PA. 19145-5099
SUBJECT: 72--CLAMP, INSECT NET PROTECTOR
SOL SP0100-96-Q-4302
CNT SP0100-97-C-5022
AMT $181,828.00
LINE 0001AA
DTD 120996
TO Flagpoles Inc 95 Gnarled Hollow Rd P O Box 833 East Setauket
  NY  11733
CITE: (I-345 SN010277)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 73--Food Preparation and Serving Equipment
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 73--COLD FOOD COUNTER
SOL SP0500-97-Q-4995
CNT SP0500-97-M-P969
AMT $56,400.00
LINE 0001 THROUGH 0002
DTD 120996
TO Bayonne stainless products 98 Ave E Bayonne NJ 07002-2526
CITE: (I-345 SN010446)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 73--Food Preparation and Serving Equipment
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 73--CABINET, FOOD WARMING, ELECTRIC
SOL SP0500-97-Q-4942
CNT SP0500-97-M-P539
AMT $27,000.00
LINE 0001
DTD 120996
TO Rtf Mfg Rd 1 RT 66 Hudson NY 12534
CITE: (I-345 SN010454)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 75--Office Supplies and Devices
OFFADD: General Services Administration, FSS Office Supplies
  & Packaging  Procurement Division (2FYS) 26 Federal Plaza,
  New York, NY 10278-0004
SUBJECT: 75--STAPLER, PAPER FASTENING
SOL 2FYS-AD-96-0012-N
CNT GS-14F-64042
AMT $309,355.00
LINE LINES ITEMS 4
DTD 112196
TO Peace Industries, LTD 1100 Hicks Rd. Rolling Meadows, IL 60008
CITE: (I-345 SN010461)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 75--Office Supplies and Devices
OFFADD: General Services Administration, FSS Office Supplies
  & Packaging  Procurement Division (2FYS) 26 Federal Plaza,
  New York, NY 10278-0004
SUBJECT: 75--MAPTACKS, PUSHPINS, THUMBTACKS
SOL 2FYS-BR-96-0007-S
CNT GS-14F-6402A
AMT $5,520.00
LINE 1NSN/1LI
DTD 110896
TO A & W products Co. Inc. Gardner Street, drawer B port jervis,
   NY 12771
CITE: (I-345 SN010462)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 75--Office Supplies and Devices
OFFADD: General Services Administration, FSS Office Supplies
  & Packaging  Procurement Division (2FYS) 26 Federal Plaza,
  New York, NY 10278-0004
SUBJECT: 75--MAPTACKS, PUSHPINS, THUMBTACKS
SOL 2FYS-BR-96-0007-S
CNT GS-14F-64025
AMT $28,028.00
LINE 1NSN/4LI
DTD 110896
TO A & W products Co. Inc. Gardner Street, drawer B port jervis,
   NY 12771
CITE: (I-345 SN010463)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 81--Containers, Packaging and Packing Supplies
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 81-SHIPPING AND STORAG
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038396M103F, NIIN 001407905
AMT $31,200
DTD 111196
TO Ener-trans Inc , Oklahoma ,OK 73127-0000
CITE: (I-345 SN010405)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: SPECIAL NOTICES
SUBJECT: AE FOR REPLACEMENT OF HOSPITAL WINDOWS, NAVAL HOSPITAL,
  CHARLESTON, SC
DESC: We intend to award contract N62467-97-C-0762 to Rosenblum
  Architects, Charleston, SC for architect-engineer services
  for Replacement of hospital Windows, Naval Hospital, Charleston,
  SC.  Rosenblum Architects accomplished the original design
  which is currently at the 100% stage.  These design services
  will include the preparation of plans, specifications and cost
  estimate from the current 100% stage to the final stage.  Any
  comments should be directed to the address above before Monday
  13 Jan 1997.  This is not a request for a proposal.  The Point
  of Contact is Ms. Chris Cotton, Contract Specialist (803)820-5905.*****

CITE: (W-345 SN010601)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: SPECIAL NOTICES
SUBJECT: DEPT. OF TREASURY/IRS IT EXPO
DESC:  There will be a one day technology expo at the ICC Building,
   Hearing room B, 12th & Constitution Avenue, NW, Washington,
  DC on January 21, 1997 from 10:00 a.m. to 2:00 p.m.  This
  event will be promoted to the following tenants: IRS HQ, Main
   Treasury, US Customs Service, and EPA/Justice.  The requested
   technologies include:  Communications, Imaging, Document Management,
   Data Warehousing, Security Hardware & Software, Color Printers,
  Laptops and Presentation Systems, Internet/Intranet, Year
  2000, Statistical Software, and Mathematical Software.  For
  further information on exhibiting, please call 800-878-2950
  ext 208. 
LINK http://www.clark.net/fbc
LINKDESC: 
  Schedule
EMAIL fbc@sales.net
EMAILDESC: 
  of Marketing
CITE: (W-345 SN010608)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: SPECIAL NOTICES
SUBJECT: DEPT. OF JUSTICE IT EXPO
DESC:  There will be a one day technology expo on-site at the
  Dept. of  Justice in the Great Hall on January 22, 1997 from
  10:00 a.m. to  2:00 p.m.  The requested technologies include:
   Database management, video teleconferencing, CD-ROM, Multimedia,
  Internet, Graphic Terminals, Firewall Security, Project Management,
  and Software Applications.  For further information on exhibiting,
   please call 800-878-2950 ext 212. 
LINK http://www.clark.net/fbc
LINKDESC: 
  Schedule
EMAIL fbc@sales.net
EMAILDESC: 
  of Marketing
CITE: (W-345 SN010615)

[Commerce Business Daily: Posted December 10, 1996]
[Printed Issue Date: December 12, 1996]

PART: SPECIAL NOTICES
SUBJECT: DEPT. OF ENERGY IT EXPO
DESC:  There will be a one day technology expo at the Dept. of
   Energy in Washington, DC on January 23, 1997 from 10:00 a.m.
  to  2:00 p.m.  All technologies are applicable with an emphasis
   on network security, memory boards, workstations, wireless
   LAN, UPS, CASE Tools, project management, and visual database.
   For further information on exhibiting,please call 800-878-2950
   ext 225.
LINK http://www.clark.net/fbc
LINKDESC: 
  Schedule
EMAIL fbc@sales.net
EMAILDESC: 
  of Marketing
CITE: (W-345 SN010616)