[Commerce Business Daily 1996] [From the U.S. Government Printing Office, www.gpo.gov] [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Commander, U.S. Army Missile Command, RDEC Procurement Office, Redstone Arsenal, AL 35898-5275 SUBJECT: A -- ADVANCED SIMULATION CENTER ENVIRONMENTAL MODELING FOR MISSILE SIMULATOR SOL DAAH01-90-C-0398 POC (RDPC) Gale Uselton, Contract Specialist, AMSMI-AC-CRBB, 205-876-1647, or Barbara K. Dobbins, Contracting Officer, AMSMI-AC-CRBB, 205-876- 1470. Synopsis No. R113-96. DESC: Synopsis Number R113-96 is being amended to change the 50,000 option labor hours to 10,000 option labor hours. All other information publicized in the original synopsis remains unchanged. CITE: (I-340 SN009199) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Commander, U.S. Army Missile Command, RDEC Procurement Office, Redstone Arsenal, AL 35898-5275 SUBJECT: A -- FUNCTIONAL ENGINEERING SUPPORT MISSILE GUIDANCE AND CONTROL MISSION TECHNOLOGY AND ENGINEERING SUPPORT SENSORS AND PROCESSING TECHNOLOGY SOL DAAH01-97-R-R005 DUE 020597 POC (RDPC) Becky Shockley, Contract Specialist, AMSMI-AC-CRBB, (205) 876- 4070, or Barbara K. Dobbins, Contracting Officer, (205) 876-1470. Synopsis No. R116-96. DESC: This synopsis announces a Request for Proposal for engineering and technical effort to support the U.S. Army Missile Command, Research, Development, and Engineering Center, Missile Guidance Directorate, and is delineated in three separate Statements of Work (SOWs), as follows: (a) Functional Engineering Support for Missile Guidance and Control Mission Technology and Projects defines the requirement for guidance and control functional engineering support and will be issued on the basis of FULL AND OPEN COMPETITION; (b) Functional Engineering Support for Sensors and Processing Technology and Project defines the requirement for technical and engineering support in the area of target acquisition and missile guidance sensor technology and will be issued on the basis of a SMALL BUSINESS SET-ASIDE; and (c) General Technical and Engineering Support defines the requirement for technical and engineering support in all areas of mission technology not covered by the other two SOWs and will be issued on the basis of an 8(a) COMPETITION. Three separate Firm-Fixed-Price (Level-of-Effort) type contracts are contemplated as a result of this one solicitation, i.e., one for each SOW, and will ultimately replace USAMICOM Contracts DAAH01-91-D-R007, DAAH01-93-D-R001, DAAH01-93-D-R005 and DAAH01-93-D-R008. The solicitation will include provisions for restricting organizational conflicts of interest. A pre-proposal conference is scheduled for 0900 through 1100 and a possible site visit in the afternoon, 15 Jan 97 in the SELA auditorium, Building 5400, Redstone Aresnal, Alabama. The solicitation will provide more details. Estimated release date of the RFP is on or after 26 Dec 96. Interested offerors must submit a written request (unless you were on the DRFP mailing list) to Commander, U.S. Army Missile Command, ATTN: AMSMI-AC-CRBB/Becky Shockley, Building 5400, Room B142, Redstone Arsenal, Alabama 35898-5275. Receipt of proposals will be restricted to the United States and its territorial contractors who possess a SECRET security clearance; no foreign participation will be considered. CITE: (I-340 SN009214) [Commerce Business Daily: Posted December 05, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Bureau of Reclamation, Acquisition Operations Group, Code D-7810, Denver Federal Center, PO Box 25007, Denver CO 80225 SUBJECT: A - BROAD AGENCY ANNOUNCEMENT FOR APPLIED RESEARCH - WATER TREATMENT TECHNOLOGY PROGRAM SOL N/A DUE 011597 POC Stephanie Bartlett, (303) 236-8040,ext.241, Grants and Cooperative Agreements Officer DESC: Requests for this pre-proposal solicitation package shall be made in writing to the above address, or by facsimile to (303) 236-8630, or by E-Mail to sgbartlett@do.usbr.gov, reference Water Treatment Technology Program Pre-Proposal. Telephone requests will not be honored. Pre-proposals shall not exceed four pages in length and are due 1/15/97. The U.S. Dept. of Interior, Bureau of Reclamation (Reclamation), is requesting pre-proposals for research activities sponsored by the Water Treatment Technology Program (WTTP). Through this program, Reclamation is forming partnerships with private industry, universities, and local communities to address a broad range of water treatment needs. The overall objective of the program is to reduce the cost of water treatment technologies in the United States. For fiscal year 1997, four different research areas of interest are soliciting pre-proposals for projects of 12 months duration or less (follow-on funding may be available for successful projects). Any responsible source, to include individuals, educational institutions, commercial or industrial organizations, private entities, public entities (including state and local), or Indian Tribal Governments, may submit a pre-proposal which shall be considered by Reclamation. Federal agencies are not eligible to apply. The award amount varies according to the area of interest. Offerors must be willing to cost share at least 50% of the project cost through cash, in-kind, or third party contributions. Federal funding from other agencies may be used as a portion of your cost sharing if permitted by the authorizing legislation of that funding source. Patent rights for any developments will be retained by the research partner. Offerors proposing to provide more than a 50% cost-share will be given greater consideration. Pre-proposals will be reviewed for overall scientific and/or technical merit; potential contributions to Reclamation's WTTP objectives; qualifications of the proposer and reasonableness of the estimated costs. Meritorious pre-proposers will be encouraged to submit a full proposal. These solicitation packages will be issued on approximately 2/15/97, with a due date of approximately 4/10/97. A brief description of each area of interest and the respective funding share is listed below. A list of generic examples of the types of research and development opportunities that will be considered are listed with each area of interest. These examples will not necessarily be given preferential consideration over unspecified research that also meets the goals of the program. AREA 1-MEMBRANE PROCESS DEVELOPMENT - The primary objective of the Membrane Process Development research task is to reduce the cost and increase the ease of operation of membrane-based desalting and water treatment systems. In fiscal year 1997, Reclamation expects to make two or more awards in the amount of $75,000 each for this task. Examples of these projects include (1) Development of membranes with improved properties; (2) Development of ion- or component-specific membranes; (3) Quality improvements in membrane element manufacture; and (4) Overall membrane process improvements, including pretreatment. AREA 2-INNOVATIVE CONCEPTS - The primary objective of this task is to stimulate interest in innovative and non-conventional water treatment alternatives which offer technological improvements and cost improvements or improvements in environmental compatibility. A principal, but not exclusive goal of this task is the formation of working combinations between a water utility having a defined, persistent problem and a research entity with practical ideas for resolution of that problem. In fiscal year 1997, Reclamation expects to make two or more awards in the amount of $25,000 each for this task. Examples of these projects include (1) Development of new water treatment processes or improvements in existing treatment systems; (2) Resolution of small persistent operational problems in existing water treatment plants; and (3) Significant reduction in use of energy or chemicals in pretreatment, separation processes, post-treatment, or sludge or concentrate disposal. AREA 3-MEMBRANE SEPARATION PROCESSES FOR WASTEWATER RECLAMATION - The primary objective of this task is to further the development and application of membrane separation technologies for the treatment of waters contaminated with toxic or otherwise deleterious substances from industrial processes, municipal treatment, or from irrigation drainages. In fiscal year 1997, Reclamation expects to make three or more awards in the amount of $45,000 each for this task. Examples of these projects include (1) Recycling and reuse of industrial process/rinse waters; (2) Recovery/recycling process materials, i.e. chemicals, plating solutions, catalysts; (3) Removal of toxic substances, i.e. pesticides, heavy metals, radioactive elements; and (4) Improvement of membrane polymers for waste treatment applications. AREA 4-WESTERN WATER PROJECTS - The primary objective of this task is to cost-share preliminary research studies and desalting/water treatment pilot plant investigations for specific applications at specific sites in order to reduce the costs and increase the efficiency of systems to provide more useable water in the western United States. In fiscal year 1997, Reclamation is requesting pre-proposals only for preliminary research studies, which could lead to one- to two-year pilot plant investigations in fiscal years 1998 and 1999. During fiscal year 1997, Reclamation expects to make three or more awards in the amount of $50,000 each for these preliminary research studies. Follow-on funding for pilot testing would be in amounts up to $270,000 for each pilot project. Examples of these projects, which must be related to a specific site in the western United States, include (1) Reduction in energy requirements; (2) Innovations in pretreatment needs or costs; (3) Development of novel or improved water treatment or desalting processes; (4) Methods to recover water treatment by-products to reduce costs; and (5) Development of improved concentrate disposal alternatives. See Numbered Note 26. LINK http://www.usbr.gov/aamsden/aamssol.html LINKDESC: EMAIL sgbartlett@do.usbr.gov EMAILDESC: CITE: (W-340 SN009222) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: National Institute of Standards and Technology, Bldg. 101, Room A407, Gaithersburg, MD 20899-0001 SUBJECT: A -- PUBLIC MEETING SOL Q- DUE 031997 POC Customer Representative 1-800-ATP-FUND; fax 301-926-9524 or 301-590-3053; e-mail atp@nist.gov DESC: Department of Commerce Technology Administration, National Institute of Standards and Technology (NIST), Advanced Technology Program, Administration Building (Bldg. 101), Rm. A407 Gaithersburg, MD 20899-0001. Date: December 5, 1996. REQUEST FOR PROPOSALS AND NOTICE OF PUBLIC MEETINGS: The NIST Advanced Technology Program (ATP) is soliciting proposals under the ATP General Competition 97-01 and announces public meetings (Proposers' Conferences) for all interested parties. This General Competition is open to all areas of technology. This notice provides general information for this ATP competition planned for fiscal year 1997. An estimated $20 million to $25 million in first-year funding is available under this General Competition 97-01. The ATP reserves the right to utilize for this competition more or less funding than the amount stated above. The actual number of proposals funded will depend on the quality of the proposals received and the amount of funding requested in the highest ranked proposals. Outyear funding is contingent on the approval of future Congressional appropriations and satisfactory project performance. The ATP operates under program procedures published at Part 295, Title 15, of the Code of Federal Regulations. The ATP Proposal Preparation Kit dated November 1996 containing proposal cover sheets, other required forms, background material, and instructions for submission of proposals may be obtained by phone (1-800-ATP-FUND), fax (301-926-9524 or 301-590-3053), e- mail (atp@nist.gov), or written request at the address shown below. Note that the ATP is mailing the new November 1996 version of the ATP Proposal Preparation Kit to all those individuals whose names are currently on the ATP mailing list. Those individuals need not contact the ATP to request the Kit. Only FULL proposals are being solicited under this General Competition 97-01. Abbreviated/pre-proposals WILL NOT be accepted. Proposals submitted by facsimile or electronic mail WILL NOT be accepted. If a proposer's proposal is judged to be of high enough quality to be invited in for an oral review, ATP reserves the right to submit a list of questions to the proposer that must be addressed at the oral review. The due date for submission of full proposals is 3 p.m. Eastern time on Wednesday, March 19, 1997. Should the NIST facility be closed on the specified due date, ATP proposals will be due at 3 p.m. Eastern time on the next business day that the NIST facility is open. Proposals received after this deadline will not be considered. Send proposals to: Advanced Technology Program, National Institute of Standards and Technology, Administration Building (Bldg. 101), Rm. A407, Quince Orchard & Clopper Roads, Gaithersburg, MD 20899- 0001. Mark envelope General Competition 97-01. Public meetings (Proposers' Conferences) for potential proposers and other interested parties under this General Competition 97-01 will be held on the following four dates and seven locations: 1) Monday, January 6, 1997, Boston Park Plaza Hotel, 64 Arlington Street, Boston, MA., and San Francisco Airport Hilton, San Francisco International Airport, San Francisco, CA.; 2) Wednesday, January 8. 1997, Quality Hotel, 3600 North Second Avenue, Phoenix, AZ., and Holiday Inn, O'Hare International Airport, 5440 North River Road, Rosemont, IL.; 3) Friday, January 10, 1997, Embassy Suites Hotel, Kansas City International Airport, 7640 NW Tiffany Springs Parkway, Kansas City, MO., and Holiday Inn, Atlanta Airport North, 1380 Virginia Avenue, Atlanta, GA.; and 4) Monday, January 13, 1997, at NIST, Administration Building (Bldg.101), Green Auditorium, Quince Orchard & Clopper Roads, Gaithersburg, MD. The conference at each location will begin at 9:30 a.m. local time and end at approximately 2 p.m. and will provide general information regarding the ATP, hints on preparing good proposals, and answer questions. Attendance at these public meetings is not required of proposers. No registration fee will be charged. The format and content of each of the public meetings will be the same. Multiple locations for the public meetings are being offered for the convenience of the public. To register for a public meeting or for further information, contact ATP, by phone: 1-800-ATP-FUND; fax: 301-926-9524 or 301-590-3053; or e-mail: atp@nist.gov. EMAILADD: atp@nist.gov EMAILDESC: CITE: (I-340 SN009224) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Commercial Acquisition Department, Bldg. 11, Naval Undersea Warfare Center Division, Newport, Code 59, Simonpietri Dr., Newport, RI 02841-1708 SUBJECT: A--MULTI-SENSOR TORPEDO RECOGNITION AND ALERTMENT PROCESSOR DUE 012097 POC Contacting Officer, Victor J. Howard, PHONE: (401)841-2442, X241 DESC: Modify Contract N66604-94-C-0436 with Northrop Grumman to increase the ceiling amount to $20 Million. CITE: (I-340 SN009230) [Commerce Business Daily: Posted December 05, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: National Institute Of Standards And Technology, Acquisition And Assistance Division, Grants Office, Bldg. 301, Room B129, Gaithersburg, Md 20899 SUBJECT: A--REQUEST FOR PROPOSALS AND NOTICE OF PUBLIC MEETINGS SOL 97-01 DUE 031997 POC Customer Representative 1-800-ATP-FUND; fax 301-926-9524 or 301-590-3053; e-mail atp@nist.gov DESC: Department of Commerce Technology Administration, National Institute of Standards and Technology (NIST), Advanced Technology Program, Administration Building (Bldg. 101), Rm. A407 Gaithersburg, MD 20899-0001. Date: December 5, 1996. REQUEST FOR PROPOSALS AND NOTICE OF PUBLIC MEETINGS: The NIST Advanced Technology Program (ATP) is soliciting proposals under the ATP General Competition 97-01 and announces public meetings (Proposers' Conferences) for all interested parties. This General Competition is open to all areas of technology. This notice provides general information for this ATP competition planned for fiscal year 1997. An estimated $20 million to $25 million in first-year funding is available under this General Competition 97-01. The ATP reserves the right to utilize for this competition more or less funding than the amount stated above. The actual number of proposals funded will depend on the quality of the proposals received and the amount of funding requested in the highest ranked proposals. Outyear funding is contingent on the approval of future Congressional appropriations and satisfactory project performance. The ATP operates under program procedures published at Part 295, Title 15, of the Code of Federal Regulations. The ATP Proposal Preparation Kit dated November 1996 containing proposal cover sheets, other required forms, background material, and instructions for submission of proposals may be obtained by phone (1-800-ATP-FUND), fax (301-926-9524 or 301-590-3053), e-mail (atp@nist.gov), or written request at the address shown below. Note that the ATP is mailing the new November 1996 version of the ATP Proposal Preparation Kit to all those individuals whose names are currently on the ATP mailing list. Those individuals need not contact the ATP to request the Kit. Only FULL proposals are being solicited under this General Competition 97-01. Abbreviated/pre-proposals WILL NOT be accepted. Proposals submitted by facsimile or electronic mail WILL NOT be accepted. If a proposer's proposal is judged to be of high enough quality to be invited in for an oral review, ATP reserves the right to submit a list of questions to the proposer that must be addressed at the oral review. The due date for submission of full proposals is 3 p.m. Eastern time on Wednesday, March 19, 1997. Should the NIST facility be closed on the specified due date, ATP proposals will be due at 3 p.m. Eastern time on the next business day that the NIST facility is open. Proposals received after this deadline will not be considered. Send proposals to: Advanced Technology Program, National Institute of Standards and Technology, Administration Building (Bldg. 101), Rm. A407, Quince Orchard & Clopper Roads, Gaithersburg, MD 20899-0001. Mark envelope General Competition 97-01. Public meetings (Proposers' Conferences) for potential proposers and other interested parties under this General Competition 97-01 will be held on the following four dates and seven locations: 1) Monday, January 6, 1997, Boston Park Plaza Hotel, 64 Arlington Street, Boston, MA., and San Francisco Airport Hilton, San Francisco International Airport, San Francisco, CA.; 2) Wednesday, January 8. 1997, Quality Hotel, 3600 North Second Avenue, Phoenix, AZ., and Holiday Inn, O'Hare International Airport, 5440 North River Road, Rosemont, IL.; 3) Friday, January 10, 1997, Embassy Suites Hotel, Kansas City International Airport, 7640 NW Tiffany Springs Parkway, Kansas City, MO., and Holiday Inn, Atlanta Airport North, 1380 Virginia Avenue, Atlanta, GA.; and 4) Monday, January 13, 1997, at NIST, Administration Building (Bldg.101), Green Auditorium, Quince Orchard & Clopper Roads, Gaithersburg, MD. The conference at each location will begin at 9:30 a.m. local time and end at approximately 2 p.m. and will provide general information regarding the ATP, hints on preparing good proposals, and answer questions. Attendance at these public meetings is not required of proposers. No registration fee will be charged. The format and content of each of the public meetings will be the same. Multiple locations for the public meetings are being offered for the convenience of the public. To register for a public meeting or for further information, contact ATP, by phone: 1-800-ATP-FUND; fax: 301-926-9524 or 301-590-3053; or e-mail: atp@nist.gov. EMAIL atp@nist.gov EMAILDESC: CITE: (W-340 SN009265) [Commerce Business Daily: Posted December 05, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: National Institute Of Standards And Technology, Acquisition And Assistance Division, Grants Office, Bldg. 301, Room B129, Gaithersburg, Md 20899 SUBJECT: A--REQUEST FOR PROPOSALS AND NOTICE OF PUBLIC MEETINGS SOL 97-01 DUE 031997 POC Customer Representative Phone 1-800-ATP-FUND FAX (301)926-9524 or (301)590-3053 DESC: Department of Commerce Technology Administration, National Institute of Standards and Technology (NIST), Advanced Technology Program, Administration Building (Bldg. 101), Rm. A407 Gaithersburg, MD 20899-0001. Date: December 5, 1996. REQUEST FOR PROPOSALS AND NOTICE OF PUBLIC MEETINGS: The NIST Advanced Technology Program (ATP) is soliciting proposals under the ATP General Competition 97-01 and announces public meetings (Proposers' Conferences) for all interested parties. This General Competition is open to all areas of technology. This notice provides general information for this ATP competition planned for fiscal year 1997. An estimated $20 million to $25 million in first-year funding is available under this General Competition 97-01. The ATP reserves the right to utilize for this competition more or less funding than the amount stated above. The actual number of proposals funded will depend on the quality of the proposals received and the amount of funding requested in the highest ranked proposals. Outyear funding is contingent on the approval of future Congressional appropriations and satisfactory project performance. The ATP operates under program procedures published at Part 295, Title 15, of the Code of Federal Regulations. The ATP Proposal Preparation Kit dated November 1996 containing proposal cover sheets, other required forms, background material, and instructions for submission of proposals may be obtained by phone (1-800-ATP-FUND), fax (301-926-9524 or 301-590-3053), e-mail (atp@nist.gov), or written request at the address shown below. Note that the ATP is mailing the new November 1996 version of the ATP Proposal Preparation Kit to all those individuals whose names are currently on the ATP mailing list. Those individuals need not contact the ATP to request the Kit. Only FULL proposals are being solicited under this General Competition 97-01. Abbreviated/pre-proposals WILL NOT be accepted. Proposals submitted by facsimile or electronic mail WILL NOT be accepted. If a proposer's proposal is judged to be of high enough quality to be invited in for an oral review, ATP reserves the right to submit a list of questions to the proposer that must be addressed at the oral review. The due date for submission of full proposals is 3 p.m. Eastern time on Wednesday, March 19, 1997. Should the NIST facility be closed on the specified due date, ATP proposals will be due at 3 p.m. Eastern time on the next business day that the NIST facility is open. Proposals received after this deadline will not be considered. Send proposals to: Advanced Technology Program, National Institute of Standards and Technology, Administration Building (Bldg. 101), Rm. A407, Quince Orchard & Clopper Roads, Gaithersburg, MD 20899-0001. Mark envelope General Competition 97-01. Public meetings (Proposers' Conferences) for potential proposers and other interested parties under this General Competition 97-01 will be held on the following four dates and seven locations: 1) Monday, January 6, 1997, Boston Park Plaza Hotel, 64 Arlington Street, Boston, MA., and San Francisco Airport Hilton, San Francisco International Airport, San Francisco, CA.; 2) Wednesday, January 8. 1997, Quality Hotel, 3600 North Second Avenue, Phoenix, AZ., and Holiday Inn, O'Hare International Airport, 5440 North River Road, Rosemont, IL.; 3) Friday, January 10, 1997, Embassy Suites Hotel, Kansas City International Airport, 7640 NW Tiffany Springs Parkway, Kansas City, MO., and Holiday Inn, Atlanta Airport North, 1380 Virginia Avenue, Atlanta, GA.; and 4) Monday, January 13, 1997, at NIST, Administration Building (Bldg.101), Green Auditorium, Quince Orchard & Clopper Roads, Gaithersburg, MD. The conference at each location will begin at 9:30 a.m. local time and end at approximately 2 p.m. and will provide general information regarding the ATP, hints on preparing good proposals, and answer questions. Attendance at these public meetings is not required of proposers. No registration fee will be charged. The format and content of each of the public meetings will be the same. Multiple locations for the public meetings are being offered for the convenience of the public. To register for a public meeting or for further information, contact ATP, by phone: 1-800-ATP-FUND; fax: 301-926-9524 or 301-590-3053; or e-mail: atp@nist.gov. EMAIL atp@nist.gov EMAILDESC: CITE: (W-340 SN009266) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development--Potential Sources Sought OFFADD: Dahlgren Division, Naval Surface Warfare Center, 17320 Dahlgren Road, Dahlgren, VA 22448-5100 SUBJECT: A -- HIGH TEMPERATURE NOSETIP MATERIALS SUITABLE FOR REENTRY ENVIRONMENTS SOL N00178-97-Q-4001 DUE 020197 POC Karen Lenox, (540)653-7621/John R. Travers. DESC: The Naval Surface Warfare Center, Dahlgren Division (NSWCDD) is interested in the heatshield production/manufacturing capabilities of any viable vendors for potential future Navy applications. Currently the Navy wishes to identify responsible, credible suppliers capable of a quick production/manufacturing start-up, which can show significant historical and present-day success producing nosetip type materials for reentry environments. At this time, the Navy believes that the current state-of-the-art for nosetip materials resides in 3D carbon-carbon technologies which require very high pressure and high temperature processing; however, any alternate fabrication methods with proven performance would be of interest as well. Interested suppliers should document their capabilities in a concise report which details: (1) history of reentry nosetip fabrication; (2) breakdown of business (government/commercial)-historical and future plans; (3) production/manufacturing engineering capabilities, (4) scientific and technical merit of reentry nosetip products; (5) rough estimate of fabrication costs; (6) the capabilities of the contractor's facilities such as temperature, pressure, time and the ranges over which their facilities can operate; and (7) senior level technical personnel accomplishments. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. Firms responding should indicate whether they are socially, or economically disadvantaged business firm, an 8(a) firm, a small business, and/or a woman-owned business. The information received from each respondee will be treated as proprietary information. Closing date for submission of responses is 10 February 1997. All written responses should be directed to the Contracting Officer, Attn: SD145/Karen Lenox, Naval Surface Warfare Center, 17320 Dahlgren Road, Dahlgren, Virginia 22448-5100. This synopsis will also be available on the World Wide Web at http://www.nswc.mil/ under Procurement Division or http://proc_div.nswc.navy.mil/. CITE: (I-340 SN009186) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development--Potential Sources Sought OFFADD: Dahlgren Division, Naval Surface Warfare Center, 17320 Dahlgren Road, Dahlgren, VA 22448-5100 SUBJECT: A -- HIGH TEMPERATURE HEATSHIELD MATERIALS SUITABLE FOR REENTRY ENVIRONMENTS SOL N00178-97-Q-4000 DUE 020197 POC Karen Lenox, (540)653-7621/John R. Travers. DESC: The Naval Surface Warfare Center, Dahlgren Division (NSWCDD) is interested in the heatshield production/manufacturing capabilities of any viable vendors for potential future Navy applications. Currently the Navy wishes to identify responsible, credible suppliers capable of a quick production/manufacturing start-up, which can show significant historical and present-day success producing heatshield type materials for reentry environments. At this time, the Navy believes that the current state-of-the-art for heatshield materials resides in carbon based tape-wrapped technologies; however, any alternate fabrication methods with proven performance would be of interest as well. Interested suppliers should document their capabilities in a concise report which details: (1) history of reentry heatshield fabrication; (2) breakdown of business (government/commercial)-historical and future plans; (3) production/manufacturing engineering capabilities; (4) scientific and technical merit of reentry heatshield products; (5) rough estimate of fabrication costs; (6) the capabilities of the contractor's facilities such as temperature, pressure, time and the ranges over which their facilities can operate; and (7) senior level technical personnel accomplishments. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. Firms responding should indicate whether they are socially, or economically disadvantaged business firm, an 8(a) firm, a small business, and/or a woman-owned business. The information received from each respondee will be treated as proprietary information. Closing date for submission of responses is 10 February 1997. All written responses should be directed to the Contracting Officer, Attn: SD145/Karen Lenox, Naval Surface Warfare Center, 17320 Dahlgren Road, Dahlgren, Virginia 22448-5100. This synopsis will also be available on the World Wide Web at http://www.nswc.mil/ under Procurement Division or http://proc_div.nswc.navy.mil/. CITE: (I-340 SN009187) [Commerce Business Daily: Posted December 05, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development--Potential Sources Sought OFFADD: DOE/Federal Energy Technology Center, P.O. Box 10940, MS 921-143, Pittsburgh, PA 15236-0940 SUBJECT: A--RESEARCH & DEVELOPMENT SOL N/A DUE 123196 POC Kenneth S. Askew DESC: SOURCES SOUGHT ANNOUNCEMENT Fiscal Year 1997 Federal Energy Technology Center (Pittsburgh, PA) The U.S. Department of Energy, Federal Energy Technology Center, is contemplating the procurement of research efforts in the areas listed below during the 1997 fiscal year. This announcement is NOT a formal solicitation and is NOT a request for proposals. Availability of any formal solicitations will be announced separately throughout the ensuing fiscal year, via the Commerce Business Daily, the Federal Register, and/or our HomePage on the Internet. This synopsis is for information and planning purposes ONLY and is not to be construed as a commitment by the Government. Your responses will be used to develop a source list of potential bidders for future solicitations. Interested firms may submit responses to the U. S. Department of Energy via regular mail or e-mail. TELEPHONE RESPONSES WILL NOT BE HONORED. For your organization to be included in our source lists for all appropriate Fiscal Year (FY) 1997 competitions, your response must be received not later than close of business on DECEMBER 31, 1996. Responses will be accepted after that date, but cannot be assured of automatic inclusion in all appropriate FY 1997 source lists. Responses should include the bidder's total number of employees and professional qualifications of scientists, engineers, and technical personnel; a description of general and specific facilities and equipment; a synopsis of previous projects in related fields, and other descriptive information. Firms responding should indicate whether they are socially and economically disadvantaged businesses or women-owned businesses. There is no specific format or outline that your response must follow. Responses must be limited to twenty typed pages. Our source lists are maintained from year to year, so entities which responded in previous years do not need to respond again in FY 97, unless their line of business has changed [which alters the Code(s) that they want to be considered for], or their mailing address has changed. You may indicate an interest in one or more of the following codes (e.g., PM11, PM43, RLE, ADCS, etc.), but one copy of your response is required for EACH code that you select. For more information about the Federal Energy Technology Center, please refer to our HomePage on the Internet, at: http://www.petc.doe.gov Mail responses to: U. S. Department of Energy, Federal Energy Technology Center, ATTN: Kenneth S. Askew, MS 921-143, P.O. BOX 10940, Pittsburgh, PA 15236-0940. Overnight mail should be sent to: U.S. Department of Energy, Federal Energy Technology Center, ATTN: Kenneth S. Askew, Bruceton Research Center, Building 921 Room 143, Wallace Road, Bruceton (Allegheny County), PA 15236-0940 E-mail responses should be sent to: askew@petc.doe.gov The research areas are as follows: PM-10 Advanced Clean Fuels Systems Code: PM11 Direct Liquefaction The Federal Energy Technology Center is supporting technology development efforts for production of alternate transportation fuels (gasoline, diesel fuel, and jet fuel) from coal. Current The Projects in areas 1 and 2 are envisioned as laboratory and bench-scale activities involving novel approaches having potential for scale-up to proof-of-concept size and for achievement of significant technical and economic improvements. Federal Energy Technology Center is supporting technology development efforts for production of alternate transportation fuels (gasoline, diesel fuel, and jet fuel) from coal. Current activities in this Direct Coal Liquefaction program are being conducted in laboratory and bench-scale facilities to establish the basis for advancement to a proof-of-concept scale in which to verify the technical feasibility of using coal as a replacement or supplement to petroleum-derived fuels in an economical and environmentally acceptable manner. No solicitations are expected in FY 1997. In future years, solicitations are contemplated to procure additional projects for liquefaction technology improvement in the following three areas: (1) alternative processing of solids-containing feed stocks to produce greater liquids yields and improved product quality; (2) refining and end-use testing of liquefaction products; and (3) bench-scale testing of novel coprocessing concepts. Code: PM12 Indirect Liquefaction The Federal Energy Technology Center is conducting research on the conversion of synthesis gas (i.e., a mixture of carbon monoxide and hydrogen) typical of those attainable from modern coal gasification technology into environmentally superior transportation fuels, oxygenated fuel additives, and premium chemicals/chemical intermediates. The current research activities in the Indirect Liquefaction program are directed toward improving the activity and selectivity of catalysts normally required for such conversions, developing more efficient reactor systems for controlling the conversion process, and improving product processing to maximize the yield of marketable products. The scope of work in the current program ranges from exploratory studies at the laboratory scale to proof-of-concept studies at a scale of 30 barrels per day. No solicitations are expected in FY1997. In future years, solicitations are contemplated to procure additional projects that focus on the following areas: Development of attrition-resistant Fischer-Tropsch catalysts, Kinetic studies of the Fischer-Tropsch synthesis, and Catalyst/wax separation for slurry phase Fischer-Tropsch bubble column reactors. Code: PM13 Fuels Systems Advanced Research The Federal Energy Technology Center's Advanced Research-Liquefaction Program has a goal of exploring innovative concepts that have potential for leading to improved methods of coal liquefaction. For concept definition, research projects in this program include fundamental investigations of the basic reaction mechanisms that govern coal liquefaction chemistry as well as the coprocessing of coal with hydrocarbon-based or paper-based wastes to produce a feedstock that can be converted to premium transportation fuels. No solicitations are expected in FY 1997. In future years, solicitations are contemplated to procure additional research projects in the following areas: Investigation of novel concepts in all catalytic routes for conversion of coal and waste materials to hydrocarbons and/or oxygenated chemicals, such as alcohols and ethers, Biological transformation of coal-derived materials into hydrocarbons and/or oxygenated chemicals, and Novel concepts in indirect coal liquefaction. Code: PM14 Natural Gas-To-Liquids The Federal Energy Technology Center's Gas-to-Liquids program is focused on the development of advanced processes for the production of environmentally superior transportation fuels and premium chemicals/chemical intermediates from domestic natural gas resources. The current research activities in the Gas-to-Liquids program include the direct conversion of natural gas to products via single and two-step processes and the indirect conversion of natural gas to products via synthesis gas, a fundamental building block consisting of a mixture of carbon monoxide and hydrogen. The scope of work in the current program ranges from exploratory studies at the laboratory scale to proof-of-concept testing. In FY 1997, a Program Opportunity Notice (PON) will be issued to solicit proposals for the "Engineering Development of Ceramic Membrane Reactor Systems for Converting Natural Gas to Synthesis Gas and Hydrogen." Code: PM15 Coal Preparation The Federal Energy Technology Center is managing Federal activities for Coal Preparation. The Coal Preparation Program is directed toward producing economically competitive and environmentally acceptable clean coal products for all potential market applications. Projects in advanced coal cleaning focus on (1) advanced coal cleaning systems capable of deeply cleaning moderate- and high-sulfur coals to reduce acid rain precursors from pre-NSPS boilers; (2) technologies for selectively removing hazardous air pollutant precursors from coal; (3) methods for reducing the ash-forming mineral matter and sulfur contents to levels that will permit the cleaned coal-based fuel to replace premium fuels; and (4) providing advanced means to clean, dewater, dry, and handle fine coal in conventional cleaning circuits. However, there will be no solicitations in the Coal Preparation Program area in FY 1997. PM-20 Advanced Clean Efficient Power Systems Code: PM21 Advanced Pulverized Coal-Fired Power Plant; Indirectly Fired Cycle The Federal Energy Technology Center, under the Office of Fossil Energy's Advanced Clean/Efficient Power Systems area, is managing the development of very clean, high-efficiency, coal-fired power systems based on pulverized coal-firing and on the indirectly fired cycle. The FETC program, called "Combustion 2000," comprises the development of the Low-Emission Boiler System (LEBS) -- the advanced pulverized coal-based system -- and the High Performance Power System (HIPPS) -- the indirectly fired cycle-based system. The Low-Emission Boiler System is a highly advanced power plant that is being designed using an integrated approach to derive maximum benefit from progress in low-NOx combustion, flue gas cleanup, and supercritical and two-component- working-fluid cycle (ammonia-water) technology. Performance objectives for first generation LEBS commercial plants are thermal efficiencies of 42-45% (hhv basis), emissions of SO2, NOx, and particulates of 0.1, 0.1, and 0.01 lb/million Btu, respectively, and a cost of electricity that is lower than current coal-fired plants designed to meet the federal New Source Performance Standards. Three industry teams, led by ABB Combustion Engineering, Babcock & Wilcox Company, and DB Riley, are conducting the program. Phase I of the LEBS program, completed in September 1994, included technical and economic evaluations of candidate plant subsystems, a systems analysis of the entire power plant, and the preliminary design of a commercial scale, 300-400 MWe, LEBS plant. In Phase II, now underway, the industry teams are continuing engineering analysis and modeling activities and are conducting experimental testing of plant subsystems at scales of approximately 3-10 MWe. Phase III will produce the site-specific designs for proof-of-concept test facilities, 10-50 MWe in size, and updated commercial plant designs and economics based on Phase II results. At the end of Phase III, DOE will select one team to continue into Phase IV, detailed design, construction, and operation of the proof-of-concept facility. When Phase IV is completed in FY2001, LEBS plants will be offered to the electric power industry. No demonstration plants will be required. Technical goals for HIPPS include a thermal efficiency of 47-50% (hhv basis) and emissions of SO2, NOx, and particulates of 0.06, 0.06, and 0.003 lbs/million Btu, respectively. The HIPPS program comprises three phases. Phase I, recently completed, focused on the analysis of various configurations of indirectly fired cycles and on technical assessments of alternative plant subsystems and components. Phase I, which was conducted by industry teams led by Foster Wheeler Development Corporation (FW) and United Technologies Research Center (UT), also included preliminary R&D, and the preparation of designs for a HIPPS commercial plant approximately 300 MW in size. As the result of a competitive procurement during FY1994-95, FW and UT were selected to conduct the remainder of the HIPPS program. Phase II, now underway, involves the development and testing of plant subsystems, refinement and updating of the HIPPS commercial plant design, and the site selection and engineering design of a HIPPS prototype plant. At the completion of Phase II, one team will be selected to continue into Phase III. In this concluding phase, a detailed design of the HIPPS prototype plant will be prepared and the plant will be constructed and operated. When Phase III ends in FY2004, power plant designers and manufacturers will be able to offer commercial HIPPS plants to the electric power industry. No procurements are planned in FY1997. Very limited funding may be available within the advanced research and environmental technology, and advanced research and technology development, program budgets for work that supports the objectives of the LEBS and HIPPS programs. Code: PM-22 Power Systems Environmental Technology The Federal Energy Technology Center manages the National Program for Flue Gas Cleanup Research and Development. This program is directed toward (1) enhancing the environmental performance of coal-fired boilers; (2) providing inexpensive, adaptable, and non-complex methods for compliance with the Clean Air Act amendments of 1990; and (3) developing technology to address potential future regulatory actions associated with more stringent control of nitrogen oxide emissions, air toxics and fine particulates. Current projects, ranging in scope from laboratory studies of system phenomena to proof-of-concept tests (e.g. 3-10 MWe size), are being performed in the areas of (1) superclean emissions control (one-tenth of New Source Performance Standards) for SO2, NOx, and particulate matter; (2) air toxics characterization and control; (3) fine particulate control; and (4) carbon dioxide (CO2) recovery, reuse, and disposal. During FY1997 no new solicitations are planned. PM-40 ADVANCED POWER GENERATION, FUNDAMENTAL RESEARCH, AND SOLIDS TRANSPORTATION Code: PM41 University Coal Research The Federal Energy Technology Center (FETC) manages the Office of Fossil Energy's University Coal Research Program (UCR). Through the UCR program solicitation FETC seeks to support fundamental and high risk research that advances the technical understanding of the chemical and physical processes involved in coal conversion and utilization. In FY1997, applications to this solicitation will be accepted from U.S. universities and colleges in the Solicitation s Core Program and Innovative Concepts Program. The UCR Core Program is governed by the following two focus areas: (1) NOx Control As environmental regulations become more stringent, the restrictions placed upon emissions from coal combustion processes will require either an improved understanding of the combustion process itself or tight post-combustion control or some combination of both. Currently, significant NOx control can be achieved both through decreased formation of NOx and NOx destruction prior to its exit from the combustion chamber. Further decreases in NOx emissions and control of the Products of Incomplete Combustion (PICs) from all combustion sources may be achieved with advances in our understanding of the combustion process and an ability to control it. Products of Incomplete Combustion includes: unburnt carbon; formation of trace, complex, organic compounds; and liberation and reaction of trace inorganic. Additional reductions in NOx emissions may also be sought through post-combustion control. Direct conversion of NOx, from dilute flue gas streams, to nitrogen or a saleable/ marketable product would be highly desirable. Selective Catalytic Reduction (SCR) is a commercially available post-combustion control that converts NOx to nitrogen. One of the limitations to the widespread use of SCR is the possibility that increased toxic emissions, ammonia and carbon monoxide, will occur when NOx removals greater than 90% (85% by some estimates) are desired. Research is necessary to identify alternate reductants, catalysts, and/or chemical pathways that will not result in the release of toxic emissions when high removals (> 95%) are required. (2) Catalysts for Coal Conversion and Utilization Catalysts are used in a host of coal conversion and utilization reactions. Although a vast and highly specialized literature exists for catalysts, a thorough understanding of the fundamental nature of catalytic coal conversion and utilization processes is still lacking. Systematic studies focused on understanding these fundamentals would lay the foundation for efficient development of catalysts for application in processes such as gasification, liquefaction, waste minimization, and contaminant control. New or improved catalysts for controlling product distribution, removing pollutants, upgrading products, and reducing the severity of reaction conditions are needed. Regenerable, poisoning-resistant, and attrition-resistant catalysts for cleaving specific bonds in coals, converting cyclic saturates to branched saturates in coal-derived liquids, or promoting selective conversion of gasification products (into condensible and non-condensible hydrocarbons) and oxygenates are also of interest. Methods focused on the recovery of catalysts and the removal of catalyst-deactivating species would also be valuable. The UCR Innovative Concepts Program seeks unique, "out-of-the-box," approaches for addressing fossil energy related issues; therefore, well-developed ideas, past the conceptual stage, are not eligible. The DOE is interested in innovative and fundamental research pertinent to coal conversion and utilization limited to the technical topic that follows. The examples provided under the technical topic are not intended to be all-encompassing; therefore, offers on other subjects that fall within the scope of the area will receive the same consideration as the examples cited. Innovative Concepts Technical Topic - As the twenty-first century approaches, the challenges facing coal and the electric utility industry continue to grow. Environmental issues such as pollutant control, both criteria and trace, waste minimization, and the co-firing of coal with biomass, waste, or alternative fuels will remain important. The need for increased efficiency, improved reliability, and lower costs will be felt as an aging utility industry faces deregulation. Advanced power and environmental systems will come into play as older plants are retired and utilities explore new ways to meet the growing demand for electricity. Innovative research in the coal conversion and utilization areas will be required if coal is to continue to play a dominant role in the generation of electric power. Questions, like the ones that follow, will need to be answered: How can net-zero emissions of carbon dioxide from the combustion of fossil fuels be achieved? What are the implications of lowering the particulate matter standards (i.e. PM-2.5)? Where can the largest efficiency gains be realized in a power plant? How can adaptive control systems and neural networks be integrated into the electric utility industry? How can the trace element emissions from power plants (i.e. mercury, selenium) be cost-effectively controlled? How do we develop and test materials for advanced power systems? Successfully answering these and other questions in innovative ways will help us move confidently to the year 2000 and beyond. Code: PM42 Coal Utilization Science The Coal Utilization Science Program (CUS) is designed to generate the fundamentally-based knowledge and data required by designers of advanced combustion systems in order to make significant improvements in power plant efficiency and environmental performance. The CUS sponsors targeted engineering science research that seeks to bridge the gap between basic science and engineering development. Projects utilize the unique resources of the industrial, academic and national laboratory communities to tackle significant barrier issues pertinent to advanced power systems technology. Projects make use of state-of -the-art in instrumentati LINK http://www.petc.doe.gov LINKDESC: Center, click here. EMAIL askew@petc.doe.gov EMAILDESC: CITE: (W-340 SN009323) [Commerce Business Daily: Posted December 05, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development--Potential Sources Sought OFFADD: DOE/Federal Energy Technology Center, P.O. Box 10940, MS 921-143, Pittsburgh, PA 15236-0940 SUBJECT: A--RESEARCH & DEVELOPMENT SOL N/A DUE 123196 POC Kenneth S. Askew DESC: The following is a continuation of a Sources Sought Announcement submitted earlier today, but cut-off due to its being longer than the maximum allowable length. The previous submission described Codes PM11, PM12, PM13, PM14, PM15, PM21, and PM22. SOURCES SOUGHT ANNOUNCEMENT Fiscal Year 1997 Federal Energy Technology Center (Pittsburgh, PA) The U.S. Department of Energy, Federal Energy Technology Center, is contemplating the procurement of research efforts in the areas listed below during the 1997 fiscal year. This announcement is NOT a formal solicitation and is NOT a request for proposals. Availability of any formal solicitations will be announced separately throughout the ensuing fiscal year, via the Commerce Business Daily, the Federal Register, and/or our HomePage on the Internet. This synopsis is for information and planning purposes ONLY and is not to be construed as a commitment by the Government. Your responses will be used to develop a source list of potential bidders for future solicitations. Interested firms may submit responses to the U. S. Department of Energy via regular mail or e-mail. TELEPHONE RESPONSES WILL NOT BE HONORED. For your organization to be included in our source lists for all appropriate Fiscal Year (FY) 1997 competitions, your response must be received not later than close of business on DECEMBER 31, 1996. Responses will be accepted after that date, but cannot be assured of automatic inclusion in all appropriate FY 1997 source lists. Responses should include the bidder's total number of employees and professional qualifications of scientists, engineers, and technical personnel; a description of general and specific facilities and equipment; a synopsis of previous projects in related fields, and other descriptive information. Firms responding should indicate whether they are socially and economically disadvantaged businesses or women-owned businesses. There is no specific format or outline that your response must follow. Responses must be limited to twenty typed pages. Our source lists are maintained from year to year, so entities which responded in previous years do not need to respond again in FY 97, unless their line of business has changed [which alters the Code(s) that they want to be considered for], or their mailing address has changed. You may indicate an interest in one or more of the following codes (e.g., PM11, PM43, RLE, ADCS, etc.), but one copy of your response is required for EACH code that you select. For more information about the Federal Energy Technology Center, please refer to our HomePage on the Internet, at: http://www.petc.doe.gov Mail responses to: U. S. Department of Energy, Federal Energy Technology Center, ATTN: Kenneth S. Askew, MS 921-143, P.O. BOX 10940, Pittsburgh, PA 15236-0940. Overnight mail should be sent to: U.S. Department of Energy, Federal Energy Technology Center, ATTN: Kenneth S. Askew, Bruceton Research Center, Building 921 Room 143, Wallace Road, Bruceton (Allegheny County), PA 15236-0940 E-mail responses should be sent to: askew@petc.doe.gov The research areas are as follows: PM-40 ADVANCED POWER GENERATION, FUNDAMENTAL RESEARCH, AND SOLIDS TRANSPORTATION Code: PM41 University Coal Research The Federal Energy Technology Center (FETC) manages the Office of Fossil Energy's University Coal Research Program (UCR). Through the UCR program solicitation FETC seeks to support fundamental and high risk research that advances the technical understanding of the chemical and physical processes involved in coal conversion and utilization. In FY1997, applications to this solicitation will be accepted from U.S. universities and colleges in the Solicitation s Core Program and Innovative Concepts Program. The UCR Core Program is governed by the following two focus areas: (1) NOx Control As environmental regulations become more stringent, the restrictions placed upon emissions from coal combustion processes will require either an improved understanding of the combustion process itself or tight post-combustion control or some combination of both. Currently, significant NOx control can be achieved both through decreased formation of NOx and NOx destruction prior to its exit from the combustion chamber. Further decreases in NOx emissions and control of the Products of Incomplete Combustion (PICs) from all combustion sources may be achieved with advances in our understanding of the combustion process and an ability to control it. Products of Incomplete Combustion includes: unburnt carbon; formation of trace, complex, organic compounds; and liberation and reaction of trace inorganic. Additional reductions in NOx emissions may also be sought through post-combustion control. Direct conversion of NOx, from dilute flue gas streams, to nitrogen or a saleable/ marketable product would be highly desirable. Selective Catalytic Reduction (SCR) is a commercially available post-combustion control that converts NOx to nitrogen. One of the limitations to the widespread use of SCR is the possibility that increased toxic emissions, ammonia and carbon monoxide, will occur when NOx removals greater than 90% (85% by some estimates) are desired. Research is necessary to identify alternate reductants, catalysts, and/or chemical pathways that will not result in the release of toxic emissions when high removals (> 95%) are required. (2) Catalysts for Coal Conversion and Utilization Catalysts are used in a host of coal conversion and utilization reactions. Although a vast and highly specialized literature exists for catalysts, a thorough understanding of the fundamental nature of catalytic coal conversion and utilization processes is still lacking. Systematic studies focused on understanding these fundamentals would lay the foundation for efficient development of catalysts for application in processes such as gasification, liquefaction, waste minimization, and contaminant control. New or improved catalysts for controlling product distribution, removing pollutants, upgrading products, and reducing the severity of reaction conditions are needed. Regenerable, poisoning-resistant, and attrition-resistant catalysts for cleaving specific bonds in coals, converting cyclic saturates to branched saturates in coal-derived liquids, or promoting selective conversion of gasification products (into condensible and non-condensible hydrocarbons) and oxygenates are also of interest. Methods focused on the recovery of catalysts and the removal of catalyst-deactivating species would also be valuable. The UCR Innovative Concepts Program seeks unique, "out-of-the-box," approaches for addressing fossil energy related issues; therefore, well-developed ideas, past the conceptual stage, are not eligible. The DOE is interested in innovative and fundamental research pertinent to coal conversion and utilization limited to the technical topic that follows. The examples provided under the technical topic are not intended to be all-encompassing; therefore, offers on other subjects that fall within the scope of the area will receive the same consideration as the examples cited. Innovative Concepts Technical Topic - As the twenty-first century approaches, the challenges facing coal and the electric utility industry continue to grow. Environmental issues such as pollutant control, both criteria and trace, waste minimization, and the co-firing of coal with biomass, waste, or alternative fuels will remain important. The need for increased efficiency, improved reliability, and lower costs will be felt as an aging utility industry faces deregulation. Advanced power and environmental systems will come into play as older plants are retired and utilities explore new ways to meet the growing demand for electricity. Innovative research in the coal conversion and utilization areas will be required if coal is to continue to play a dominant role in the generation of electric power. Questions, like the ones that follow, will need to be answered: How can net-zero emissions of carbon dioxide from the combustion of fossil fuels be achieved? What are the implications of lowering the particulate matter standards (i.e. PM-2.5)? Where can the largest efficiency gains be realized in a power plant? How can adaptive control systems and neural networks be integrated into the electric utility industry? How can the trace element emissions from power plants (i.e. mercury, selenium) be cost-effectively controlled? How do we develop and test materials for advanced power systems? Successfully answering these and other questions in innovative ways will help us move confidently to the year 2000 and beyond. Code: PM42 Coal Utilization Science The Coal Utilization Science Program (CUS) is designed to generate the fundamentally-based knowledge and data required by designers of advanced combustion systems in order to make significant improvements in power plant efficiency and environmental performance. The CUS sponsors targeted engineering science research that seeks to bridge the gap between basic science and engineering development. Projects utilize the unique resources of the industrial, academic and national laboratory communities to tackle significant barrier issues pertinent to advanced power systems technology. Projects make use of state-of -the-art in instrumentation, experimental techniques and modeling to synthesize needed information or explore novel techniques or concepts. The Program emphasis is on producing fundamental information on processes and mechanisms by performing experimental research and theoretical investigations that can be used by equipment designers to improve the performance of advanced coal-fired power systems. No solicitations are planned in FY1997. Limited funding may be available to support Unsolicited Proposals for R&D on topics that are compatible with CUS objectives. Selected longer term CUS R&D objectives are: To produce a fundamentally-based model of coal char combustion that accounts for the significant changes in char structure and intrinsic reactivity that can occur as combustion proceeds. It is hoped that such a model may allow designers of advanced power systems to, among other things, better understand the fundamental relationships between coal properties and (low-NOx) combustion conditions on the quantity of carbon left in flyash as a consequence of incomplete char oxidation, and the creation or destruction of NOx occurring during char oxidation. In order to satisfactorily develop accurate models of the char oxidation process, it is necessary to generate and characterize laboratory quantities of pulverized chars, originating from a variety of coals and having burn-offs ranging to 95% or greater. These samples must be produced under carefully-controlled and well-characterized combustion conditions (e.g., atmospheres, temperatures, heating rates, etc.) that are relevant to those found in utility boilers. This requirement is not being fully met by currently active projects. Unsolicited Proposals seeking to generate and characterize coal chars under these conditions may be considered for CUS funding support. Experimental efforts that generate and characterize char samples within the context of developing or refining a fundamentally based model of char oxidation may also be considered. To characterize the behavior of (mainly) coal/biomass blends under a variety of combustion conditions that have the potential to promote significantly reduced emissions of SOx or NOx from existing coal fired power plants. The performance of biomass reburning under conventional reburning conditions has already been examined. Code: PM43 Historically Black College and Universities and Other Minority Institutions The Federal Energy Technology Center administers the HBCU & MI Program for the U.S. DOE Office of Fossil Energy (FE). The program stimulates innovative research and development of advanced concepts pertinent to conversions and utilization of fossil energy resources through collaborative efforts by prospective U.S. Industries and Historically Black and defined Minority Institutions of Higher education. FETC contemplates a program solicitation in FY1997 covering the following topics: Advanced Environmental Control Technology for Coal Advanced Coal Utilization Coal Liquefaction Technology Heavy Oil Upgrading and Processing Advanced Environmental and Recovery Technologies for Oil Natural Gas Supply, and Environmental Issues Related to Oil and Gas Exploration. BARTLESVILLE PROJECT OFFICE Code: RLE 01. Reservoir Life Extension. Research in novel extraction processes including gas injection processes, thermal recovery methods, microbial enhanced oil recovery, fluid flow mechanisms for mobilizing and displacing oil in prioritized reservoir classes such as Fluvial Dominated Deltaic, Shallow Shelf Carbonates and Slope and Basin depositional environments. Other areas of research in this sector are petroleum reservoir computer modeling and technology transfer efforts. Code: ADIS 01. Advanced Diagnostics and Imaging Systems. Research related to diagnostic techniques involved in reservoir characterization and imaging particularly in prioritized reservoirs such as Fluvial Dominated Deltaic, Shallow Shelf Carbonates and Slope and Basin depositional environments. Novel exploration work and fracture reservoir analyses and imaging are included in this topic. Research pertaining to novel concepts in the quantification of reservoir characterization as it relates to extraction processes and the application of these data to engineering aspects of petroleum production. Code: EEP 01. Effective Environmental Protection. Included in this sector is research to mitigate environmental constraints to oil and gas recovery that can cause early abandonment of wells, development of lower cost compliance techniques to meet regulatory requirements and the development of pollution prevention or disposal technologies for solids, liquids and gases. Code: EPTA 01. Emerging Processing Technology Application. Fundamental research in petroleum chemistry to increase the knowledge of the structural characteristics of heavy crudes and streams and products produced from heavy oils; fundamental studies on the chemical reactions that occur when hydrogen is added, by economic means, to heavy crudes so that greater yields of distillates may be achieved are the topics to be addressed in this work. Conducting laboratory scale fundamental studies of heavy oil processing reactions to produce information indicating new and novel processing routes to increase the yields of valuable products from heavy oil and processing conditions less severe than normal is another research area to be addressed. Code: ADCS 01. Advanced Drilling, Completion, and Stimulation Systems. Research conducted that can lead to decreasing the environmental "foot print" during drilling, completion and stimulation work is a priority. Also included in this work are horizontal wells technologies for advanced recovery processes targeted to the prioritized reserve classes such as Fluvial Dominated Deltaic, Shallow Shelf Carbonates and Slope and Basin depositional environments; slimhole drilling techniques and new drilling fluid research. End of Sources Sought Announcement - FY 97 LINK http://www.petc.doe.gov LINKDESC: Center, click here. EMAIL askew@petc.doe.gov EMAILDESC: CITE: (W-340 SN009363) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: U. S. DOI, Bureau of Indian Affairs, Phoenix Area Office, Two Arizona Center, 400 N. 5th Street, Phoenix, AZ 85004 SUBJECT: B -- ELECTRICAL POWER RATE STUDY SOL N-97-0002 DUE 012297 POC Gerald Knox, Contracting Officer, 602-379-6760. DESC: Perform rate study for power system at San Carlos Irrigation Project, Coolidge (Pinal County), AZ. Estimated range: $100,000 to $250,000. Issue date o/a 24 Dec 96. This procurement will be set aside for 51% Indian-owned firms under the Buy Indian Act, 25 U.S.C. 47. Section 7(b) of P.L. 93-638 (25 U.S.C. 450e) requires that preference and opportunities in employment and training be given to Indian/Alaskan Native individuals and that preference in award of subcontracts to be given to Indian/Alaskan Native economic enterprises. Only written or fax requests will be accepted. Fax number is (602) 379-6763. CITE: (I-340 SN009176) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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 -- EVALUATION OF THE HIGHWAY PERFORMANCE MONITORING SYSTEM (HPMS) SOL DTFH61-97-Q-00038 DUE 122396 POC Stephanie Parker, Contract Specialist, HAM-40G (202) 366-6014. DESC: The Federal Highway Administration (FHWA) plans to negotiate a Purchase Order with Mr. Henry Peyrebrune to conduct a comprehensive review of the Highway Performance Monitoring Database System (HPMS) as well as develop and conduct a public outreach program, and provide synthesis and final recommendations. The review will include the identification and assessment of critical issues that impact the implementation of the HPMS by the FHWA and its State partners. The public outreach and involvement program will provide participation in the strategic reassessment of the HPMS by individuals impacted by the HPMS. The HPMS is needed by FHWA to better chart the course for HPMS in the future. This is a Simplified Acquisition. Anticipated award date is 12/23/96. CITE: (I-340 SN009194) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421 Jefferson Davis Hwy, Arlington, Va 22243-5120 SUBJECT: B -- UAV FLIGHT DEMONSTRATION W/ POPTRONICS PAYLOAD SOL N/A POC Contact, Pamela M. Valovcin, Phone (703)604-0757 DESC: The Naval Air Systems Command (NAVAIR) intends to award a contract to Israel Aircraft Industries (IAI) for a demonstration of the Poptronics payload with a laser designator/rangefinder integrated on IAI Unmanned Aerial Vehicle (UAV). The contract will include all necessary engineering, system integration, interface development, configuration control and management. IAI is the only known firm with the requesite knowledge and skills necessary to perform the integration and demonstration effort. This synopsis is published for information purposes only. See note No. 22 - NAVAIR Synopsis No. 40112-96. CITE: (I-340 SN009213) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: SOUTHWESTNAVFACENGCOM (Code 551), 1220 Pacific Highway, San Diego, CA 92132-5187 SUBJECT: C -- A-E SVC FOR VARIOUS PROJ FOR MECH/ELECT/FIRE PROT ENGR FOR RENOV & REPAIR AT VARIOUS FACIL IN AZ, NM, CLARK CTY, NV, IMPERIAL, MONO, RIVERSIDE, SAN BERNARDINO CNTY, CAMP PENDLETON, CA SOL N68711-97-D-8503 DUE 010697 POC Samantha Darella/Contract Specialist, (619) 532-3839, Alice Barker/Contracting Officer, (619) 532-2853. DESC: This announcement hereby modifies the original synopsis issued for contract N68711-95-D-8503 to the following: The contract number has been changed to N68711-97-D-8503. Also, Criteria 3,4,5,6, and 7 are hereby added. Your submittal should include criteria 1 through 7, once completed. This extends the submittal date by 19 days. (3) Past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. Indicate by briefly describing internal quality assurance and cost control procedures and indicate team members who are responsible for monitoring these processes. List recent awards, commendations and other performance evaluations (do not submit copies). (4) Location in the general geographic area of the project and knowledge of the locality of the project, provided that the application of this criterion leaves an appropriate number of firms given the nature and size of this project. (5) Capacity to accomplish the work in the required time. Indicate the firms present workload and the availability of the project team (including consultants) for the specified contract performance period and indicate specialized equipment available and prior security clearances. (6) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. (7) List the small or disadvantaged or woman-owned business firms used as primary consultants or as subconsultants. If a large business concern is selected for this contract, they will be required to submit a subcontracting plan that should reflect a minimum 5% Small Disadvantaged Business of the amount to be subcontracted out. Those firms which meet the requirements described in this announcement and wish to be considered, must submit one copy each of a SF 254 and a SF 255 for the firm and a SF 254 for each consultant listed in block 6 of the firms SF 255. One copy of the submittal package is to be received in this office no later than 3:00 P.M. Pacific Time on the due date indicated above. Should the due date fall on a weekend or holiday, the submittal package will be due the first workday there after. Submittals received after this date and time will not be considered. Additional information requested of applying firms: indicate solicitation number in block 2b, CEC (Contractor Establishment Code) and/or Duns number (for the address listed in block 3) and TIN number in block 3, telefax number (if any) in block 3a and discuss why the firm is especially qualified based on the selection criteria in block 10 of the SF 255. For firms applying with multiple offices, indicate the office which completed each of the projects listed in block 8 and list which office is under contract for any contracts listed in block 9. Use block 10 of the SF 255 to provide any additional information desired. Personal interviews may not be scheduled prior to selection of the most highly qualified firm. SF 255's shall not exceed 30 printed pages (double sided is two pages/organizational charts and photographs excluded, exception: photographs with text will be considered as a page). All information must be included on the SF 255 (cover letter, other attachments and pages in excess of the 30 page limit will not be included in the evaluation process). Firms not providing the requested information in the format (i.e. listing more than a total of 10 projects in block 8, not providing a brief description of the quality control plan, not listing which office of multiple office firms completed projects listed in block 8, etc.) directed by this synopsis may be negatively evaluated under selection criteria (3). Firms, their subsidiaries or affiliates, which design or prepare specifications for a construction contract or procurement of supplies cannot provide the construction or supplies. This limitation also applies to subsidiaries and affiliates of the firm. This is not a request for proposal. Telegraphic and facsimile SF 255's will not be accepted. Site visits will not be arranged during the submittal period. CITE: (I-340 SN009174) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: Commanding Officer, Naval Facilities Engineering Command, Engineering Field Activity Chesapeake (Attn: Code 02AE), Washington Navy Yard, Bldg. 212, 901 M Street, SE, Washington, DC 20374-5018 SUBJECT: C -- HOUSING REVITALIZATION, U.S. NAVAL ACADEMY, ANNAPOLIS, MARYLAND SOL N62477-97-C-0015 DUE 010897 POC Contact Randolph Jones, POC/Deborah Grant KO, 202-685-3166 DESC: The work requires Architectural and Engineering services necessary for the preparation of studies and plans, specifications, and construction cost estimate ready for bidding for multiple housing revitalization projects at the U.S. Naval Academy, Annapolis, MD. The housing revitalization projects are to be accomplished in various phases. The work includes, but is not limited to, bathroom and kitchen modernization, interior remodeling, roofing repairs, exterior repairs and finishing, replacement of outmoded and unsafe electrical/mechanical/plumbing systems, and abatement of hazardous materials. Hazardous material, i.e., asbestos and lead based paint, is known to exist at the project site. The A/E Contractor will be required to conduct hazardous material removal surveys, including testing and sampling, provide design removal procedures and prepare construction contract documents in accordance with applicable rules and regulations pertaining to such hazardous materials. All hazardous materials licenses and/or accreditations necessary for the locality of the project site are required by the A/E firm or their subcontractor. Additionally, site improvements such as playing courts and tot lots will be required under the Neighborhoods of Excellence Program. The preparation of comprehensive stormwater management plans and erosion and sediment control plans for the state of Maryland may be required. Such services as studies, review of shop drawings, construction consultation, construction inspection, Title II, and preparation of construction record drawings and Operation and Maintenance (O&M) manuals may be required at any time up to the final acceptance of all work. The general intention is to provide for such design and engineering services as necessary to support the procurement of these projects. The selected A/E firm for this project will be required to provide overhead, profit, and discipline hourly rates initially to the Contracting Officer within 7 days after receiving the Request for Proposal. The selected firm will also be required to participate in an orientation and site visit meeting within seven days of notification and provide a fee proposal within 10 days after that meeting. This will be a firm fixed price A/E contract. The estimated design start date is February 1997. The final plans and specifications for the first construction contract are required 36 weeks after the project start. The estimated cost of construction for all the projects is between $10 and $15 million. Selection evaluation criteria, in relative order of importance are included below. 1. Specialized experience and professional qualifications of the architrctural/engineering firm (with its subcontractors), and the proposed project team in providing complete design and engineering services for the project requirements as described herein; 2. Demonstrated capabilities in sustained accomplishment of work within established time limits; 3. Past performance and process of the prime A/E firm (and subcontractors) in an internal quality control/quality assurance (QC/QA) program to assure coordinated technically accurate studies and verification of costs, and accurate plans, specifications, and construction cost estimates; 4. The firm's and project team's present workload; 5. Perferences: a. Preference will be given to firms within a 100 mile radius of Engineering Field Activity Chesapeake, Washington Navy Yard and that have a knowledge of the general locality of the project, provided that application of the criterion leaves an appropriate number of highly qualified firms, given the nature and size of the project; b. Preference will be given to firms with the capability of using CAD, SPECSINTACT, and the Cost Engineering Systems (CES). Each firm's past performance(s) and performance ratings will be reviewed during the evaluation process and can affect the selection outcome. Firms which meet the requirements listed in this announcement are invited to submit one copy of each of the completed Standard Forms (SF) 254 and SF 255, U.S. Government Architect-Engineer Qualifications, to the office indicated below. Site visits will not be arranged during the advertisement period. This proposed contract is being solicited on an unrestricted basis. Interested firms are requested to include telefax numbers, the Contractor Establishment Code (CEC), and Taxpayer Identification Number (TIN) on the SF 255 and SF 254 in Block 3a and 1, respectively. In Block 10, state why your firm is specially qualified based on the selection evaluation criteria. Also, use Block 10 to provide additional information desired by your firm. Only the SF 254 and SF 255 will be reviewed. Experienced identified in Block 8 should not be more than 5 years old. The A/E firm's primary person proposed to be the direct contact with EFA CHES throughout the contract work must be identified as the "Project Manager". Information in the cover letter and any other attachments will not be included in the official selection process. Fax copies of the SF 254 and 255 will not be accepted. This is not a request for proposal. The selected firm may be subject to an advisory audit performed by the Defense Contract Audit Agency. Because this contract acquisition could result in an award over $500,000.00, a subcontracting plan will be required by the selected firm if the firm is a large business concern. The small disadvantaged business set-aside goal in that subcontracting plan shall not be less than 5 percent of the subcontracted work. This does not apply if the prime firm is a small business concern. Contracting Officer, Naval Facilities Engineering Command, Engineering Field Activity Chesapeake (Attn: Code 02AE), Washington Navy Yard, Building 212, 901 M Street SE, Washington, DC 20374-5018 CITE: (I-340 SN009225) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: U.S. ARMY ENGINEER DISTRICT, MOBILE, ATTN: CESAM-EN-MN, P.O. BOX 2288, MOBILE ALABAMA 36628-0001 OR 109 ST., JOSEPH STREET MOBILE AL 36602 SUBJECT: C--IDC TO SUPP THE BASE CIV ENGIN FOR THE USAF, REP OF PANAMA. RFP: DACA01-97-R-0009 SOL AEMXXX-97XX-0003 POC Contact Mr. Dan Mizelle, 334-441-5741; Contracting Officer, Edward M. Slana (Site Code W31XNJ) DESC: The action as published in the Commerce Business Daily, Record Number: 1726PRC0002, dated 21 November 1996, is no longer required by the Government. Therefore, the annoucement in its entirety is cancelled. CITE: (I-340 SN009280) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: Commanding Officer, Naval Facilities Engineering Command, Engineering Field Activity Chesapeake (Attn: Code 02AE), Washington Navy Yard, Bldg. 212, 901 M Street, SE, Washington, DC 20374-5018 SUBJECT: C -- INDEFINITE QUANTITY CONTRACT FOR CRITICAL PATH METHOD, SCHEDULING AND ANALYSIS, VARIOUS LOCATIONS, ENGINEERING FIELD ACTIVITY CHESAPEAKE SOL N62477-97-D-0016 DUE 010997 POC Contact Randolph Jones, POC/Deborah Grant, KO, 202-685-3166 DESC: The work will require Architect-Engineering Services (A-E) to provide construction progress schedule review and analysis at various locations within the Engineering Field Activity Chesapeake's area of responsibility and to provide recommendations to the ROICC concerning the merit & quantum and entitlement of delay and impact claims filed by the construction contractors. The work will also require the A-E contractor to review and analyze construction contractor's initial CPM schedule and monitor progress through review and analysis of monthly updates for selected projects and to advise the ROICC of potential impact to the completion schedules. The A-E contractor may be required to prepare detailed documentation for use in defending against claims and provide expert testimony in the event that a claim goes to litigation, either formal or other form of alternate dispute resolution. Individual work orders may not exceed $99,000.00 nor may the cumulative total of this contract exceed $250,000.00 per year. The duration of the contract will be for one year, with the possibility of 4 one-year options. The estimated start date is February 1997. The following criteria, listed in descending order of importance will be used for selection. 1. PROFESSIONAL QUALIFICATIONS: (a) Technical competence of individual staff members. 2. SPECIALIZED EXPERIENCE: Recent experience in; (a) CPM schedule analysis; (b) claims analysis; and (c) project management oversights and evaluation of entitlements. 3. CAPABILITY: Ability to accomplish task within specified time frame. 4. PAST PERFORMANCE: Past Performance ratings of government agencies and private industry and interviews with references on prior contracts in terms of; (a) quality of work; (b) responsiveness; and (c) compliance with performance schedules. 5. PREFERENCE: Preference will be given to firms within a 100 mile radius of Engineering Field Activity, Chesapeake, Washington Navy Yard. Each firm's past performance (s) and performance ratings will be reviewed during the evaluation process and can affect the selection outcome. In order to assist the Board in more efficient review of all applications, a summary of experience, proposed staffing, and depth of additional staff support is requested as part of the SF 255. Summarize in descending order of significance, at least three of your most recent relevant projects for the types of services described herein. Firms which meet the requirements listed in this announcement are invited to submit one copy each of the completed Standard Forms (SF) 254 and 255, U.S. Government Architect-Engineer Qualifications, to the office indicated below. Site visits will not be arranged during the advertisement period. This proposed contract is being solicited on an unrestricted basis. Small business size standard SIC Code is 8711, $2.5 million annual average over a three year period. Interested firms are requested to include telefax numbers, the Contractor Establishment Code (CEC), and Taxpayer Identification Number (TIN) on the SF 255 and SF 254 in Blocks 3a and 1, respectively. In Block 10, state why your firm is specially qualified based on the selection evaluation criteria. Also, use Block 10 to provide additional information desired by your firm. Only the SF 254 SF 255 will be reviewed. Experiences identified in Block 8 should not be more than 5 years old. The A/E firm's primary person proposed to be the direct contact with EFA CHES throughout the contract work must be identified as the Project Manager. Information in the cover letter and any other attachments will not be included in the official selectionprocess. Fax copies of the SF 254 and 255 will not be accepted. This is not a request for proposal. The selected firm may be subject to an advisory audit performed by the Defense Contract Audit Agency. Because this contract acquisition could result in an award over $500,000.00, a subcontracting plan will be required by the selected firm if the firm is a large business concern. The small disadvantaged business set-aside goal in that subcontracting plan shall not be less than 5 percent of the subcontracted work. This set-aside goal of not less than 5 percent also applies to women-owned small business concerns. This does not apply if the prime firm is a small business concern. Contracting Officer, Naval Facilities Engineering Command, Engineering Field Activity Chesapeake (Attn: Code 02AE), Washington Navy Yard, Building 212, 901 M Street SE, Washington, DC 20374-5018 CITE: (I-340 SN009311) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: VA Medical Center, 1111 East End Blvd., Wilkes-Barre, PA SUBJECT: C -- HVAC REPL. NORTH WING SOL 693-10-97 DUE 012497 POC P.O.C. Garry A. Plear (717)821-7222 Contracting Officer Robert D. Rizzardi (717)821-7221 DESC: Amendment to Synopsis dated 12/3/96 Request For Proposal #693-10-97. The following changes will be made: Change the sentence reading: The area of consideration is within 1 mile of this agency, to read: The area of consideration is within a 50 mile of this agency. Change the sentence reading: A/E firms which meet the requirements described in this announcement are invited to submit (1) Standard Form 254, Architect-Engineer and related Services Questionaire and (2) Standard Form 254, Architect-Engineer and related Services Questionaire for specific project, to read: A/E firms which meet the requirements described in this announcement are invited to submit (1) Standard Form 254, Architect-Engineer and related Services Questionaire and (2) Standard Form 254, Architect-Engineer and related Services Questionaire for specific project by 1/9/97. A/E Service: to design and provide complete plans, specifications, and cost estimates on project number 693-301, entitled "HVAC REPL. NORTH WING", for the Department of Veterans Affairs Medical Center, Wilkes-Barre, Pennsylvania. All drawings shall be drawn using Autocad release 12 software and all specifications shall be compiled using Word Perfect 5.1 word processing software. Final plans and specifications shall be submitted on 3-1/2" double sided high density disks. Design work for this project shall be based on the following scope of work: The scope of work for this project is to remove existing antiquated air handling units (SACS 2,4,5,6 8,9,11,13,14, and 15), associated controls, ductwork, piping(chilled water and steam), grilles. Ceiling areas will be encountered and must be removed. A/E will procure Industrial Hygienist services and produce drawings and specifications for asbestos abatement. New HVAC systems shall be designed using ASHRAE Standard 62-1989, ventilation for acceptable indoor air quality. Also included in the project scope will be replacement for existing exhaust fans (10) located on the North Wing, Mechanical Room, which serves various areas of the North Wing of Building No. 1. Area of consideration is within a 50 mile radius of this agency. The SIC for this project is 8712. A/E firms which meet the requirements described in this announcement are invited to submit (1) Standard Form 254, Architect-Engineer and related Services Questionnaire and (2) Standard Form 254, Architect-Engineer and related services Questionnaire for specific project by 1/9/97. This procurement is 100% set-aside for small business. This solicitation is subject to the availability of funds. CITE: (I-340 SN009346) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: SOUTHWESTNAVFACENGCOM, South Bay Area Focus Team (Code 540), 2585 Callagan Highway, Naval Station, San Diego, CA 92136-5198 SUBJECT: C -- INDEFINITE QUANTITY CONTRACT FOR A-E SERVICES FOR VARIOUS PROJECTS INVOLVING DESIGN FOR WATERFRONT CONSTRUCTION AND REPAIRS VARIOUS LOCATIONS IN SAN DIEGO, CALIFORNIA SOL N68711-97-D-8415 DUE 011397 POC Contract Specialist, Chuck Benson/Contracting Officer, Janet Buyson. DESC: Firm Fixed Price/Indefinite Quantity Contract for furnishing of Waterfront Engineering services including design, surveys, construction support, reports, cost estimates and related studies for projects involving waterfront construction and repairs, including reinforced concrete piers, fendering systems (i.e. foam filled fenders with prestressed concrete piles and timber fender piles with log camels), recycled plastic piles, and dredging at various locations in the San Diego area. The total amount of the proposed contract shall not exceed $2,000,000. No single delivery order may exceed $500,000. The Government has the option to extend this contract for one additional year, or $2,000,000, whichever comes first. The total amount of the contract shall not exceed $4,000,000. The minimum contract amount will be $25,000. A-E selection criteria will include (in order of importance): (1) Recent (1991 to present) specialized experience and technical competence of the firm in design for construction and repair of reinforced concrete piers, fendering systems (i.e. foam filled fenders with prestressed concrete piles and timber fender piles with log camels), recycled plastic piles, and dredging (if the firm has more than one office, indicate the office to perform the work and the experience of that office in the type of work required). DO NOT list more than a total of 10 projects in Block 8. Include point of contact and telephone number in block 8c for each project listed. Indicate which consultants from the proposed team, if any, participated in the design of each project listed. (2) Professional qualifications and recent specialized experience of the staff in design for construction and repair of reinforced concrete piers, fendering systems (i.e. foam filled fenders with prestressed concrete piles and timber fender piles with log camels), recycled plastic piles, and dredging. Provide qualifications and experience for each member of the team who would perform design on projects under this contract. (3) Past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. Indicate by briefly describing internal quality assurance and construction cost control procedures and indicate team members who are responsible for monitoring these processes. List recent awards, commendations and other performance evaluations (do not submit copies). (4) Location in the general geographic area of the projects and knowledge of the locality of the projects, provided that the application of this criterion leaves an appropriate number of firms given the nature and size of the contract. (5) Capacity to accomplish the work in the required time. Indicate the firm's present workload and the availability of the project team (including consultants) for the specified contract performance period and indicate specialized equipment available and prior security clearances. (6) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. (7) List the small or small disadvantaged or woman-owned business firms used as primary consultants or as subconsultants. If a large business concern is selected for this contract, they will be required to submit a subcontracting plan that should reflect a minimum of 5% Small Disadvantaged Business of the amount to be subcontracted out. The Standard Industrial Code is 8711 and the annual size standard is $2.5 million. Those firms which meet the requirements described in this announcement and wish to be considered, must submit one copy each of a SF 254 and a SF 255 for the firm and a SF 254 for each consultant listed in Block 6 of the firm's SF 255. One copy of the submittal package is to be received in this office (South Bay Area Focus Team, Code 540, 2585 Callagan Highway, Naval Station, San Diego, CA 92136-5198) no later than 3:00 P.M. Pacific Time on the due date indicated above. Should the due date fall on a weekend or holiday, the submittal package will be due the first workday thereafter. Submittals received after this date and time will not be considered. Additional information requested of applying firms: indicate solicitation number in Block 2b, CEC (Contractor Establishment Code) and/or DUNs number (for the address listed in Block 3) and TIN number in Block 3, telefax number (if any) in Block 3a, and discuss why the firm is especially qualified based on the selection criteria in Block 10 of the SF 255. For firms applying with multiple offices, indicate the office which completed each of the projects listed in Block 8 and list which office is under contract for any contract listed in Block 9. Use Block 10 of the SF 255 to provide any additional information desired. Personal interviews may not be scheduled prior to selection of the most highly qualified firm. SF 255's shall not exceed 30 printed pages (double sided is two pages/organizational charts and photographs excluded, with the exception that photographs with text will be considered as a page). All information must be included on the SF 255 (cover letter, other attachments and pages in excess of the 30 page limit will not be included in the evaluation process). Firms not providing the requested information in the format (i.e. listing more than a total of 10 projects in Block 8, not providing a brief description of the quality control plan, etc.) directed by this synopsis may be negatively evaluated under the appropriate selection criterion. Firms which design or prepare specifications for a construction contract or procurement of supplies cannot provide the construction or supplies. This limitation also applies to subsidiaries and affiliates of the firm. This is not a request for proposal. Telegraphic and facsimile SF 255s will not be accepted. Site visits will not be arranged during the submittal period. CITE: (I-340 SN009350) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction--Potential Sources Sought OFFADD: 62nd Contracting Squadron, P.O. Box 4178, McChord AFB, WA 98438-0178 SUBJECT: C -- INDEFINITE DELIVERY/INDEFINITE QUANTITY MULTI-DISCIPLINARY A-E SERVICES FOR COMMERCIAL/INDUSTRIAL/HOUSING TYPE ACTIVITIES SOL F4560397R8004/8005 DUE 011097 POC Contact Terry Seaverns, Contract Specialist, (206) 984-3880, or Lt. Martin P. Gaupp, Contracting Officer, (206) 984-3878. DESC: Indefinite Delivery-Indefinite Quantity (IDIQ) A-E Services Contract(s): Multi-Disciplinary Architect-Engineering (A-E) Services for Commercial/Industrial/Housing type activities at McChord AFB, Washington. Closing date for receipt of responses is 4:00 P.M. local time on 10 January 1997. A-E services include the conduct of factfinding studies, feasibility studies, site surveys, investigations, and economic analyses in support of design requirements; the production of designs, construction drawings, specifications, and estimates as required to execute construction projects. At the option of the Government, the A-E shall provide construction inspection services during the construction phase. The IDIQ contract(s) will have a maximum monetary limit of $750,000 per year with a minimum of $37,500 guaranteed, against which individual delivery orders may be written for a maximum of $299,000. The contract starting date will be approximately 01 September 1997 for a 12 month period, followed by an optional 12 month period as required by the Government. Typical work includes but is not limited to: (1) Additions to existing facilities; (2) Remodel/Renovation of existing facilities; (3) Alteration and Repair of miscellaneous infrastructure services and utilities including airfield pavement and apron projects; (4) Comprehensive Interior Design (CID) in support of facility projects; (5) Energy Monitoring and Control Systems (EMCS) design development utilizing current Air Force guidelines, and (6) Design of new facilities. Subject Delivery Orders will include the requirement of site survey to determine the existence of lead-based paint (LBP) and/or asbestos-containing material (ACM) including complete abatement procedures following current Government guidelines. The A-E and/or hazardous material consultant will be required to provide drawings and specifications for such abatement. More than one IDIQ contract for Architect-Engineering Services may be awarded from this synopsis. The following non-prioritized evaluation factors will be the basis for selection: (1) Consistent record of excellence in facility design, showing a commitment of the firm toward design excellence and the ability of the project team members to be creative, imaginative and innovative in support of Government programmed projects, (2) Professional and Technical qualifications of proposed design staff assigned to the contract including formal education and training received; (3) Past performance in the execution of IDIQ-type contracts with multiple delivery orders; (4) Specialized experience in multi-disciplinary projects of a predominately remodel and renovation nature with very tight construction cost constraints; (5) Professional capacity of the firm to accomplish projects within fixed time frames; (6) Experience in the development of Computer-Aided Design/Drafting (CADD) drawings utilizing "AutoCAD" software and layering standards as developed by the American Institute of Architects (AIA)-"CAD Layer Guidelines"; (7) Location of the firm within the general geographic area to enable efficient facility/site surveys and timely execution of deliverables; and (8) Volume of work DOD previously awarded to the firm with the object of effecting an equitable distributin of DOD A-E contracts among qualified A-E firms, and firms that have not had prior DOD contracts. All interested A-E firms shall submit a completed Standard Form 254 and a completed Standard Form 255 to the 62d Contracting Squadron at the address set forth above so as to be received no later than 4:00 P.M. local time on 10 January 1997. Personal visits or telephone calls to discuss the prospective contract(s) are discouraged. Neither telephonic nor FAX responses will be accepted. See Note 24. CITE: (I-340 SN009179) [Commerce Business Daily: Posted December 05, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: U.S. Department of Agriculture, Farm Service Agency, Acquisition Management Branch, STOP 0567, 1400 & INDEPENDENCE AVENUE, SW Washington, D.C. 20250-0567 SUBJECT: D--MAINTENANCE OF IBM ADVANCED 36 COMPUTERS AND PERIPHERALS SOL FSA-R-0001-97DC POC Scott C. Wolz, Contracting Officer, (202)-720-3736 DESC: The USDA/FSA is issuing this Request For Information (RFI) for maintenance services needed to ensure uninterrupted operation of the Farm Service Agency (FSA) distributed computer network. The FSA is interested in obtaining vendor information on any commercially available remedial and preventive maintenance service of IBM Advanced System 36 computers, and both IBM and non-IBM peripheral equipment located in approximately 2,500 sites throughout the United States, including Hawaii, Alaska, and Puerto Rico. Service will commence on October 1, 1997. The general requirements are as follows: The vendor must be able to: (1) Provide on call service to the Washington, D.C. area, and greater Kansas City, St. Louis, and Fort Collins area offices such that operations supported by the failed equipment can be resumed within 4 work hours; (2) Provide on-call service to any of the State Offices and Field Service Centers located in the contiguous 48 states such that operations supported by the failed equipment can be resumed within 9 work hours; (3) Provide on-call service to any of the offshore offices (includes all offices located outside the 48 contiguous states) such that operations supported by the failed equipment can be resumed within 18 work hours. (4) Types of Maintenance: The type of maintenance service required by the selected vendor is remedial maintenance. Based on information provided by the OEM, preventive maintenance should be performed when remedial maintenance is required. If remedial maintenance has not been required at a specific site, a separate site visit to perform preventive maintenance is not required. (5) Methods of Maintenance: Vendor personnel are required to provide maintenance services at the location of the equipment being maintained on an On-Call basis. (6) Security: The integrity of the data stored on the equipment being maintained must be preserved. If the maintenance activity will result in the loss of data (i.e., the removal of a disk drive) the vendor must provide methods to recover the data. (7) Additional Support: The vendor must make available toll free telephone access to the OEM for use by Government personnel located at the Kansas City Management Office. This service will be used to report apparent generic problems with the hardware or OEM supplied software. The service will not be used to request maintenance support. (8) Maintenance Tracking System: The vendor must provide the Government with access to their maintenance tracking system. The Government will enter service calls directly into the vendor's maintenance tracking system via an interactive on-line system. The maintenance tracking system shall provide the status of all current maintenance calls as well as historical maintenance data to be used for analysis of equipment maintenance needs. Note: Software upgrades are provided by the OEM on an as needed basis to site license holders and are not provided under this acquisition. (9) Specialized equipment required for individuals with disabilities will be maintained using the maintenance services available through this acquisition. (10) Equipment sites where maintenance is performed are required to report the successful completion of the maintenance to the Kansas City Management Office. The FSA intends on conducting this procurement under FAR Subpart 12, Acquisition of Commercial Items, and is seeking industry comments on whether the above general requirements can be met by current industry commercial practices. Firms who believe they can meet our needs using commercial practices are encouraged to respond to this RFI. Comments should address each of the general requirements listed above in the affirmative or negative. Affirmative responses should contain a brief narrative of how you plan to meet the requirements. If a response is negative, you should state why the specific requirement is not needed or that the requirement is not considered a commercial item (as defined by FAR Subpart 12). Your response to each mandatory and desirable requirement should include paragraph numbering identifiable to the ten (10) requirements listed above. In addition to your written response, descriptive literature may be provided. Unnecessarily elaborate submissions are discouraged. After receipt and review of the responses to this RFI, the FSA intends to conduct a competitive acquisition. In no case will the requirement be purchased as a result of this RFI. The results of this RFI process will only be used for the refinement of the current draft SOW and to determine if the above requirements can be obtained as a commercial acquisition under FAR Subpart 12 . The information obtained from this RFI will not be used in any way during the RFP process. The Government will not pay for any information, literature, etc. provided to the Government as a result of this RFI. In order for your response to receive full consideration it should be received by January 10, 1997. Response to this RFI may be either delivered in hardcopy or by e-mail. E-mail responses and inquiries should be directed to: swolz@wdc.fsa.usda.gov. If submitting a hardcopy response, please mark the outside of your envelope "FSA/RFI Field Service Center ADPE Maintenance Project." Note: On November 18, 1996, the FSA published a CBD synopsis for this requirement in the form of a Request For Comments (RFC). The intent of the RFC is to provide the draft Statement of Work and Schedule to industry to obtain their comments on the government developed requirements. The purpose of this RFI is to obtain industry information on commercially available maintenance services that may meet the needs of the FSA. This RFI does not replace the RFC. LINK http://wwwaix.fsa.usda.gov/amb/amb.htm LINKDESC: EMAIL swolz@wdc.fsa.usda.gov EMAILDESC: CITE: (W-340 SN009154) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: DOT, FED HWY ADMN, Office of Acquisition Management, 400 7TH ST, SW, Room 4410, Washington, DC 20590 SUBJECT: D -- ENHANCE AND EXPAND LS-DYNA3D SOL DTFH61-97-Q-00037 DUE 122396 POC Viola Compton, Contract Specialist, HAM-40G, (202) 366-4239. DESC: The Federal Highway Administration plans to negotiate a Purchase Order with Livermore Software Technology Corporation to enhance and expand their existing LS-DYNA3D vehicle crash model so that output from a vehicle handling simulation program can be used as initial input to the crash simulation model in DYNA3D. This effort will address the teps required to accurately initialize the orientation and velocity of the vehicle model in LS-DYNA3D using the results of the vehicle handling simulation. It will also add a new failure criteria for wood materials. LSTC prosses the source code for LS-DYNA3D. This is a Simplified Acquisition. CITE: (I-340 SN009193) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: U.S.Department of Energy, Document Control Specialist, P.O. Box 2500, Washington, DC 20013 SUBJECT: D -- CELLULAR PHONE SERVICE FOR THE NATIONAL CAPITAL REGION AND NATIONWIDE SOL DE-FB01-97AD72085 DUE 122396 POC Jody Naleppa, Contract Specialist, 202-634-4521 David Tyma, Contracting Officer, 202-634-4574. DESC: The U.S. Department of Energy (DOE) anticipates issuance of a competitive solicitation (two-step sealed bidding) for cellular service for existing DOE phones. This requirement is for Nationwide coverage for a period of 2 years. DOE anticipates the award of an Indefinite Delivery Indefinite Quantity Contract (IDIQ). DOE requires seven day a week, twenty four hour a day service and National Security approved installation and technicians. This procurement is not set-aside and is being processed on an unrestricted basis. The solicitation will be available within 2 days for downloading from the Internet at http://www.pr.doe.gov/solicit.html. Technical assistance is available from Fedworld Help Desk at 703-487-4608. No paper copies of the solicitation will be provided. Any amendments or changes to the solicitation will be released on Internet at the address shown above. A status update can be obtained by accessing status information on DOE's internet address mentioned above. CITE: (I-340 SN009197) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: Central Department Chief (CDC) of Administration, Stores and Purchases ARENTO, Cairo, An action for the USAID program. SUBJECT: D -- NETWORK OPERATIONS CENTER, TELECOMMUNICATION SECTOR SUPPORT (TSS) PROJECT, ARENTO, EGYPT SOL N/A POC Contact Person: Mr. John D. Von Bergen, Project Manager, GTE, Tel. 20-2-365-4340, Fax 20-2-365-4346. Mr. C. Wayne Ray, Contracts Manager, GTE, Tel. 20-2-365-4340, Fax 20-2-365-4346. DESC: Eng. Ali El-Desouky, Central Department Chief (CDC) of Administration, Stores and Purchases, ARENTO, 9th Floor, Opera Exchange, Ataba Square, Cairo, Egypt. The Arab Republic of Egypt National Telecommunications Organization (ARENTO), a Public Sector Organization under the Ministry of Transport and Communications, Government of Egypt, (Cairo, Egypt) is contemplating the addition of an integrated Telecommunications Management Network (TMN) Operations Center (NOC) and invites expressions of interest and submission of prequalification questionnaires, for the purpose of shortlisting, from U.S. system integration firms who can demonstrate extensive experience and capability to bid for a Host Country Design/Build Contract to Design, Engineer, Furnish, Install, Maintain, and provide Personnel Training for a NOC. To be qualified, a contractor or joint venture must be able to demonstrate experience with projects of similar complexity (a totally integrated mixture of facilities, hardware, and software) and magnitude. The ARENTO Public Switched Telephone Network (PSTN) is composed of many different switch types, mainly the Siemens EWSD, AT&T 5ESS, Ericsson AXE-10, and Alcatel E10B and OCB283. Surveillance & Control of the existing switches is provided for by Centralized Operations & Maintenance centers (COM centers) by switch type. The NOC shall interface to the existing COM centers via a CCITT TMN standard interface for surveillance of the ARENTO switches. The NOC shall interface via a CCITT TMN standard interface to sub-network controllers of the transmission equipment for Transmission Surveillance. The NOC shall be located in an ARENTO building, newly constructed for the NOC, adjacent to the Mohandseen Exchange in Cairo. The NOC project shall be composed of and integrate the following equipments, applications and subsystems: 1. Computer Hardware 2. Computer Software, a. Transmission Surveillance, b. Switch Alarm Surveillance, c. Switch Traffic Surveillance, d. Network Planning, e. Centralized Trunk Testing, f. Inventory & Maintenance Management, g. Facilities Management, h. Security (System Administration), 3. Network Video-wall, A/V & Presentation, 4. Data Communications Network, 5. Facilities, a. PABX, b. Standby Engine/Generator & ATS AC Power, c. UPS, Grounding, and Distribution, d. Heating, Ventilation and Air Conditioning, e. Fire Detection, f. Security (Physical), g. Furniture/Furnishings/Fixtures/Finishing. A fixed price Design/Build Host Country Contract with ARENTO is contemplated. Financing of this procurement will be made by both USAID in US Dollars and ARENTO in Egyptian pounds. The U.S. Dollar portion will be paid through a Direct Letter of Commitment (D/LCOM), under USAID Project No. 263-0223. Egyptian Pounds funding by ARENTO will be made via a Letter of Credit issued by an Egyptian Bank. Firms submitting replies must furnish information adequate to: (a) Demonstrate capability, based upon technical expertise, management capability, workload capacity and financial resources to enter into a Design/Build contract, including engineering, design, installation, commissioning, maintenance and training of Host Country nationals, (b) Confirm all computer hardware, software, and related telecommunications equipment which they will provide conforms to AID requirements for "nationality", "source", "origin" and "componentry" as set forth in AID Handbook 11, Chapter 2 and which, in conformity with project requirements, will be AID Geographic Code 000 (USA) with regard to source/origin of the commodities and nationality of the supplier. (c) Demonstrate previous experience and existing capability to furnish the necessary hardware, software and system integration. (d) Confirm the capability and capacity to establish and maintain a strong local dealer organization to support the installation through the warranty period and life of the equipment. It is a requirement that the firms must comply with AID geographic code 000 (USA) for nationality and source regulations. Firms who believe they qualify in accordance with (a), (b), (c), and (d) should request in writing (FAX acceptable) a detailed description of the NOC including discussion of software requirements and systems integration along with the pre- qualification questionnaire from the Contact Point and return the completed questionnaire and information in response to (a), (b), (c), and (d) by 12:00 Noon, Cairo time, January 30, 1997 to the following address: C/O Eng. Ali El-Desouky, Central Department Chief (CDC) of Administration, Stores and Purchases, ARENTO, 9th Floor, Opera Exchange, Ataba Square, Cairo, Egypt. Pre- qualification questionnaires submitted after 12:00 Noon, Cairo time, January 30, 1997 may be returned unopened. Failure to fully complete the questionnaires or supply the required information may result in disqualification of the firm. If a joint venture seeks pre-qualification, information must be submitted for all firms in the joint venture. A Request for Technical Proposal (RFTP) will be issued on or about March 1,1997 to the Short Listed firms who have met the pre-qualification requirements. Procurement of the NOC shall follow a two step process. A Pre-bid Conference will be held on March 15, 1997, at 15000 Conference Center Drive, Chantilly, VA (near Washington Dulles Airport). An in-country Pre-Bid Conference and Site Visit will be held April 1-3, 1997 in Cairo & Alexandria, Egypt. Written questions will be received until May 1, 1997. Anticipated Due Date technical Bid: June 1, 1997. It is contemplated that after the technical proposals have been evaluated, those firms whose technical proposals have been deemed fully acceptable will receive an Invitation For Bid (IFB), request for priced Bid on or about August 1, 1997 with a Due Date for priced Bids on or about September 1, 1997. Anticipated Award Date on or about October 1, 1997. It is the intention of ARENTO to award a contract to the lowest responsive and responsible bidder. A one year warranty and maintenance period will be included in the contract. GTE will be ARENTO's Engineer and Construction Management Consultant and shall act as the agent for ARENTO in the award and administration of the Design/Build contract. GTE is providing overall direction and management for this project. The Government of the Arab Republic of Egypt and the Agency for International Development encourage and welcome in this activity the participation, to, the fullest extent possible, of minorities and women both as individuals and as members of contracting or sub-contracting firms. In this respect, it is anticipated that the prime contractor will make every practicable use of such personnel and firms. "This CBD notice can be viewed and downloaded using the Agency Gopher. The Gopher address is GOPHER.INFO.USAID.GOV. Select USAID Procurement and Business Opportunities from the Gopher menu. Logon on using the user identification of "anonymous" and the password is your e-mail address. It is the responsibility of the recipient of this announcement to ensure that it has been received from the INTERNET in its entirety and USAID bears no responsibility for data errors resulting from transmission or conversion processes." CITE: (I-340 SN009338) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: DOT/Volpe National Transportation Systems Center, 55 Broadway, Kendall Square, Cambridge, MA 02142 SUBJECT: D -- TECHNICAL SUPPORT TO MODIFY EXISTING COMMERCIAL-OFF-THE-SHELF (COTS) GEOGRAPHIC INFORMATION SYSTEM (GIS) TRANSPORTATION (TA) SOL DTRS57-97-Q-80047 DUE 121996 POC Karen Marino, Purchasing Agent, (617) 494-2437. DESC: The Volpe Center plans to procure a sole source simplified acquisition from the Caliper Corporation, Newton, MA for the modification of existing Commercial-Off-The-Shelf (COTS) geographic information system (GIS)/transportation analysis (TA) software. The COTS is a family of GIS/TA products including the source code that was developed and is owned by Caliper Corporation. This procurement will consist of multiple, independent tasks designed to customize the GIS/TA software packages to address specific application requirements of a number of ongoing projects at the US Department of Transportation. A Small Business firm classified under SIC Code 7373 interested in competing must demonstrate in writing to the Contracting Officer within 15 days of the publication of this synopsis that they posses the rights to the source code and are capable of performing the task. Small Business firms will be required to submit documentation in support of the above for evaluation by the Government prior to receiving a quotation. A single award will result from this solicitation. 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-340 SN009376) [Commerce Business Daily: Posted December 05, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: DDISA/DITCO/DTS31 2300 East Drive, Scott AFB, IL 62225-5406 SUBJECT: D - LEASED VIDEO/AUDIO CONNECTIVITY AND UPLINK SATELLITE SERVICES SOL DCA200-97-R-0042 DUE 013097 POC Contact Dawn Underwood, 618-256-9739 DESC: DITCO is soliciting proposals for leased video/audio connectivity and uplink satellite services in support of the Armed Forces Radio and Television Service (AFRTS) digital television direct to ships service (DTV-DTS). The successful offeror will be responsible for providing connectivity from the AFRTS Broadcast Center (AFRTS-BC) at March Air Reserve Base, Riverside, California, to locations on the East and West Coasts of the United States, capable of uplinking AFRTS- DTV-DTS video/audio signal to Pacific Ocean Region (POR) and Atlantic Ocean Region (AOR) INTELSAT satellites provided by the Government. The total service will provide connectivity and uplink of a simplex, full time, 36 Mhz, global beam, C-Band, MPEG-2 digitally compressed video, audio and data signal containing: two video channels with associated monophonic audio; two stereo audio music channels; one monophonic audio radio news channel; one 128-Kbps data channel; and one electronic program guide. The successful offeror will be responsible for managing, operating and maintaining the required connectivity with terrestrial and/or domestic satellite and backup/restoral capability. Offerors must have approval from the U.S. Federal Communications Commission (FCC) and the International Satellite (INTELSAT) consortium for the connectivity and uplink of video, audio and data to a U.S. domestic satellite, if used, and to INTELSAT satellites. The prospective contract will be awarded for a term of five years with five one-year options to extend services. Potential sources must submit written requests for copies of the solicitation. Firms may also submit faxed requests to 618-256-9507. No telephone requests accepted. EMAIL underwod@ditco.disa.mil EMAILDESC: CITE: (W-340 SN009388) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services--Potential Sources Sought OFFADD: NASA, John F. Kennedy Space Center, FL 32899 SUBJECT: D -- MAINTENANCE OF IBM HOST COMPUTER SOL RFQ JM96-HOST POC Jeff Marshall, United Space Alliance (USA), Titusville, FL 32780. DESC: United Space Alliance, LLC (USA), a NASA prime contractor at Kennedy Space Center (KSC), FL, seeks firms capable of providing full service, on site (KSC) Hardware (H/W) maintenance for Data Center IBM Mainframe System in accordance with a USA Statement of Work (SOW) which also includes a listing of all equipment that is part of that system. Types of equipment includes: controllers, hubs and components, IDNX and components, driver channel fiber optic, channel boxes, display units, control units, display station, direct access storage, disk drives, tape drives, terminals, tape units, expansion units, printers, switching units, storage controls, RISC 6000's, conversion units, optical CD's, CD ROM's, mainframe computers, controller processors, power & cool distributors, 9034 fiber to bus and tag, and enclosure racks. The list is dynamic andsubject to change. The formal solicitation will include detailed Statements of Work and equipment list. The period of performance is from 020197 through 093098 with three (3) one (1) year options to extend. Basic contract will include both full service maintenance support and additional as-needed labor hours for H/W moves and re-cabling not covered under full maintenance. Coverage is to be provided 7 days a week; 24 hours per day with a 2 hour onsite response time. Preventive maintenance is to be provided quarterly and will (as a minimum) include: microcode patches, periodic testing, adjusting, cleaning, lubricating, and replacing of parts to ensure continued equipment operation. Supplier must furnish necessary; equipment, management, materials, and labor to accomplish the required maintenance support. Must ensure adequate onsite spare parts inventory to support all equipment with minimal downtime. Must provide locked storage cabinets for any spares and USA will provide space for all cabinets and diagnostic test equipment as well as necessary work space. Supplier MUST have a direct link to IBM Support Centers for problems that require that level of support, as well as the ability to pull in the specialists to provide support in those cases where there are no readily availabe fixes in order to maintain the required high level of availability. Interested firms should submit indications on interest to reach USA no later than 12/16/96 and include statement of capabilities, past experience with mainframe systems, business size classification and such other data as may indicate a bona fide capability to perform the requirements described above. Address: United Space Alliance, LLC, 1100 Lockheed Way, Titusville, FL 32780, Attn: Jeff Marshall, Mail Code: USK-360. Questions and inintial indications of interest will be accepted via FAX at (407) 867-7068 so long as hard copy follows by mail with capabilities data. CITE: (I-340 SN009168) [Commerce Business Daily: Posted December 05, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: USDI, Bureau of Land Management, Oregon State Office (952), P. O. Box 2965, Portland, Oregon 97208-2965 SUBJECT: F--LEVEL OF DIFFICULTY/INDEFINITE QUANTITIES REFORESTATION SOL 1422H952-B97-2008 DUE 013097 POC Pierre Mathies, (503) 952-6218 DESC: The work consists of planting tree seedlings on an estimated 800 acres with concurrent fertilization of planted tree seedlings on an estimated 800 acres; installing plastic tubes on an estimated 50 acres; performing mulching on an estimated 50 acres; removing wire pins and plastic tubes from tree seedlings on an estimated 150 acres; cutting trees and brush on an estimated 600 acres; installing tree shades and installing tree shades in plastic tubes on an estimated 50 acres; removing protective tree netting on an estimated 50 acres; and cutting holes in brush and planting tree seedlings on an estimated 20 acres. Project sites are located in the Glendale Resource Area, Coos, Curry, Douglas, Jackson and Josephine Counties, Medford District, Oregon. All responsible sources may submit an offer which will be considered. See Numbered Note(s): 1. EMAIL or952mb@or.blm.gov EMAILDESC: CITE: (W-340 SN009305) [Commerce Business Daily: Posted December 05, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: 49th Contracting Squadron/LGCV, PO Drawer S, Holloman AFB NM 88330-1601 SUBJECT: F--GROUNDS MAINTENANCE SOL F29651-97-B0003 DUE 020597 POC Helena S. Smith (505) 475-2101 DESC: Services Non-Personal: Grounds maintenance for Holloman AFB, New Mexico. Contractor shall provide all personnel, labor, equipment, tools, materials, fuels, cleaning materials, supplies, and supervision necessary to perform grounds maintenance service. Work includes mowing, trimming, edging, policing trash, tree pruning, tree trimming, tree and stump removal, applying fertilizer, operating and maintaining sprinkler systems, leaf removal, pruning shrubs, removing storm debris, maintaining rock/planter beds, and performing pest control identification. Contractor employees responsible for work shall be certified as follows: state or local license for performing Arboriculture, state license for certified cross-connection and backflow prevention device testing of all anti-siphon or backflow prevention units on all irrigation systems. The contractor shall possess a current commercial state of New Mexico pesticide license. Each contractor employee that apply pesticides shall have a current commercial state of New Mexico applicator's license (Note: the license must always be from the state in which work will occur). All work shall be accomplished in accordance with the Performance Work Statement. Performance period is anticipated to begin on or about 01 April 1997 or date of award, whichever is later, through 30 September 1997 with four (4) one (1) year option periods. It is contemplated that a formal solicitation will be issued on or about 06 January 1997 with bid opening on or about 05 February 1997. The proposed acquisition is intended to be 100% Small Business Set-Aside. If adequate interest is not received from at least two (2) or more small business concerns, the solicitation will be issued on an unrestricted basis without further notice. The Standard Industrial Classification (SIC) code for this service is 0783 and the small business size standard applicable to the acquisition is 5.0 million. Please include your business size, cage code, phone number, and address including the 9 digit zip code and solicitation number in your written request for a solicitation package. Fax requests may be sent to (505) 475-2107. See Numbered Note 1.***** CITE: (W-340 SN009306) [Commerce Business Daily: Posted December 05, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: U.S. Army Construction Engineering Research Lab. (USACERL), Attn: Contracts Office, P. O. Box 9005, Champaign, IL 61826-9005 SUBJECT: F--BIODEGRADATION OF DIAMINOTOLUENE UNDER AEROBIC CONDITIONS SOL DACA88-97-Q-0042 DUE 010397 POC Ms. Diane Biggs, Purchasing Agent, 217-352-6511, ext. 7575; or Mr Wayne Kurokawa, Contracting Officer, 217-373-6748 DESC: USACERL requires the evaluation of aerobic biodegradation of diaminotoluene using sludge from several different wastewater treatment plants. Period of service will be no later than 31 December 1997. The proposed procurement will be on a sole-source basis. The Contracts Office intends to negotiate a contract with the Hazardous Materials Laboratory affiliated with the University of Illinois due to their close proximity and required facilities. Services to be provided will be accomplished through a firm-fixed price simplified acquisition procedure. Request for Quotation (RFQ No. DACA88-97-Q-0042) will be issued on or about 20 December 1996 with the closing date on or about 3 January 1997. Requests for copies of the RFQ shall be made in writing and addressed to USACERL, Attn: Contracts Office, PO Box 9005, Champaign IL 61826-9005. There will be no telephone requests accepted. Requests for this RFQ may be submitted via facsimile at (217) 373-6773. LINK http://www.cecer.army.mil/contracting.html LINKDESC: EMAIL w-kurokawa@cecer.army.mil EMAILDESC: e-mail. CITE: (W-340 SN009361) [Commerce Business Daily: Posted December 05, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: U.S. Army Construction Engineering Research Lab. (USACERL), Attn: Contracts Office, P. O. Box 9005, Champaign, IL 61826-9005 SUBJECT: F--ENERGY EFFICIENCY AND PRODUCTIVITY RESEARCH: BUILDING OCCUPANT SURVEY DATA ANALYSIS SOL DACA88-97-Q-0043 DUE 010997 POC Ms. Diane Biggs, Purchasing Agent, 217-352-6511, ext. 7575; or Mr. Wayne Kurokawa, Contracting Officer, 217-373-6748 DESC: USACERL requires the analysis of data acquired from surveys to be given at several Department of Defense (DOD) facilities and development of a data-based psycho-physical model of the impact of environmental conditions on the productivity of office workers. Period of service will be no later than 11 January 1998. The proposed procurement will be on a sole-source basis. The Contracts Office intends to negotiate a contract with Bosti due to their expertise in research literature about design, management, and evaluation of work settings, and familiarity with Army facilities and working conditions. Services to be provided will be accomplished through a firm-fixed price simplified acquisition procedure. Request for Quotation (RFQ No. DACA88-97-Q-0043) will be issued on or about 20 December 1996 with the closing date on or about 9 January 1997. Requests for copies of the RFQ shall be made in writing and addressed to USACERL, Attn: Contracts Office, P.O. Box 9005, Champaign, IL 61826-9005. There will be no telephone requests accepted. Requests for this RFQ may be submitted via facsimile at (217) 373-6773. LINK http://www.cecer.army.mil/contracting.html LINKDESC: EMAIL w-kurokawa@cecer.army.mil EMAILDESC: e-mail CITE: (W-340 SN009362) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: G--Social Services OFFADD: Dept. of Veterans Affairs Medical Center, Chief, Acquisition & Materiel Management 90C, 400 Veterans Blvd., Biloxi, MS 39531 SUBJECT: G -- READJUSTMENT COUNSELING SERVICES SOL 520-11-97 DUE 012197 POC Lila C. Byrd, 601-385-5792 DESC: Provide Readjustment Counseling for WWII and Korea war zone veterans, Vietnam Era Veterans and post-Vietnam war zone veterans from date of award through September 30, 1997 with two (2) one year options to be issued on December 20, 1996. Request for proposals (RFP) must be requested in writing. CITE: (I-340 SN009206) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: General Services Administration,Public Buildings Service,450 Golden Gate Ave nue,San Francisco,CA 94102-3434 SUBJECT: J-MECHANICAL MAINTENANCE CONTRACT FOR THE SOL GS-09P-97-KSC-0019 DUE 123196 POC Contact,Shirley Washington,415/522-3357 DESC: Provide Mechancial Maintenance Services at the San Luis and Andrade Border Stations, San Luis, Arizona for the period of thirty-six (36) months, from Febru ary 1, 1997 through January 31, 2000 with two (2) three (3) year options. BID G UARANTEE AND PERFORMANCE BONDS ARE REQUIRED. The closing date for receipt of pro posals is December 31, 1996 at 2:00 p.m., local time at the address listed in th e solicitation. Copies of the solicitations may be obtained by contacting Shirl ey Washington at (415) 522-3357. CITE: (I-339 SN009007) [Commerce Business Daily: Posted December 05, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Defense Information Systems Agency, NCRCO, 701 South Court House Road, Arlington, VA 22204-2199 SUBJECT: J--COMPUTER MAINTENANCE FOR TEMPEST GRID, AST, AND HETRA LAPTOPS SOL DCA100-97-R-0004 DUE 012197 POC Virginia Greene, Contract Specialist (703) 607-6915 or George Robertson, Contracting Officer (703) 607-4603 DESC: The Defense Information Technology Information Contracting Office intends to issue a competitive Request for Proposal, Small Business Set-Aside, for twenty-four (24) hour, seven (7) day a week laptop maintenance in the Washington, DC Metropolitan area. Prior to submission of a proposal, contractor shall possess a Top Secret facility clearance. Personnel proposed for work on this effort must have a Top Secret security clearance and be capable of being cleared for access to Sensitive Compartmented Information (SCI). Additional security clearance levels, the customer name, and place of performance will be identified in the solicitation, which shall be released on paper by U.S. mail. Contractors replying to this solicitation must be certified by the National Security Agency to repair and test TEMPEST equipment. Period of performance shall be from date of award through 30 Sep 97, with three (3) option years for renewal. RFP will be issued o/a 23 Dec 96. No verbal requests for this RFP will be accepted. All requests must be in writing and must reference the RFP number in this notice. FAX requests to (703) 607-4340 or 4341 or send requests to Defense Information Technology Contracting Office/NCR, Code: DN4, ATTN: Virginia Greene, 701 South Court House Road, Arlington, VA 22204-2199. CITE: (W-340 SN009062) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Commander (v), U.S. Coast Guard, Maintenance and Logistics Command Atlantic, 300 E. Main St., Suite 600, Norfolk, VA 23510-9102 SUBJECT: J -- DOCKSIDE REPAIRS TO USCGC SMILAX (WLIC-315) SOL DTCG80-97-B-3FA753 DUE 013097 POC Contact Mr. Pyong N. Ko, Contracting Officer (757) 628-4645 DESC: Provide all labor, material, and equipment necessary to perform dockside repairs including, but not limited to, the following Minimum Items: 1) Renew Deck Plate/spool piece at Fan Space, 2) Renew Main Hold Natural Vent Plate and Deck Plate at CPO Stateroom, 3) Overhaul Cargo Hatch at Buoy Dock - provide Drain Line at the Hatch Coaming, 4) Renew Exhaust Insulation for Both Main Engines and Both Ship Service Generators, 5) Inspect/Test Cargo Weight Handling Gear, 6) Rehab CPO Cabin (01-44-1-L), By Renewing Deck Covering and Renewing Furniture/Furnishings thereto, and 7) Renew Gunwale Rubrails and Handrails. Indefinite Items include Welding Repairs. Vessel's homeport is Brunswick, GA. Vessel availability is 31 March 1997 for 21 days. The place of performance is restricted to the vessel's homepier. There will be a nonrefundable charge of $100.00 required in the form of a certified check or money order payable to the U.S. Coast Guard for requested drawings. All other referenced documents are available for viewing at 300 East Main Street, Suite 600, Norfolk, VA. Funds are not presently available for this procurement. The government's obligation under this solicitation is contingent upon availability of appropriated funds from which payment for contractual purposes can be made. The proposed contract listed here is part of the Small Business Competitiveness Demonstration Program. Plans and specifications will be issued on or after 31 December 1996. All responsible sources may submit a bid which shall be considered by the United States Coast Guard. For Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT) Office of Small and Disadvantaged Business Utilization has programs to assist minority, women-owned and disadvantaged business enterprises to acquire short-term working capital and bonding assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates up to $500,000 per contract to provide accounts receivable financing. The DOT Bonding Assistance Program enables firms to apply for bid, performance and payment bonds up to $500,000 per contract. DOT provides 80 percent guaranty on the bond amount to a surety against losses. For further information and applicable forms concerning STLP and Bonding Assistance Program, please call (800) 532-1169. CITE: (I-340 SN009164) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Military Sealift command, Pacific, 280 Anchor Way, Bldg. 310-5, Code N102, Oakland, CA 94625-5010 SUBJECT: J -- MISCELLANEOUS SHIPBOARD MAINTENANCE AND REPAIR SOL N62383-97-R-2136 DUE 020797 POC Contract Estelle Boyd or Contracting Officer L. Cho by fax at (510) 302-6346. DESC: Perform Miscellaneous Shipboard Repairs, i.e; general boiler repairs, piping, diesel engine, electrical, mechanical, insulation/lagging repairs and painting on MSC ships in the San Francisco Bay Area. An Indefinite Delivery Type Contract for the Base Year and four one year options is contemplated. Only written or faxed request for a copy of the solicitation will be accepted. CITE: (I-340 SN009215) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Fleet & Industrial Supply Center, Norfolk Naval Shipyard Annex, Purchase Division, Building 1500, Portsmouth, VA 23709-5000 SUBJECT: J -- MAINTENANCE CONTRACT SOL N00181-97-R-0012 POC Nancy Hayden, Code 531.4A, (757) 396-8346, Nancy Hassell-Sitar, Code 531, (757) 396-8346 DESC: Norfolk Naval Shipyard is seeking proposals for a maintenance contract to cover a one year period with 2-one year options for twenty-one (21) government owned copiers. This contract will be based on a cost-per-copy with no minimum guarantee of the number of copies. The copiers to be maintained are Xerox models 1090 and 1075 and Kodak models 2085S, 200F, 225F, 235AF, 200AF and 2085AF. The contract will include all consumable supplies to operate the equipment (i.e. toner, developer, fuser oil) with the exception of the paper. Contract will also include the moving/relocation of the equipment, if required, during the period of the contract. All requests for copies of this solicitation must be in writing and submitted via regular or expedited mail service to: Fleet and Industrial Supply Center, Norfolk Naval Shipyard Annex, Attn: Code 531.4A, Nancy Hayden, Bldg. 1500, 2nd floor, Portsmouth, VA 23709-5000. Phone or fax requests are not authorized and will not be acceptable. CITE: (I-340 SN009229) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Supervisor of Shipbuilding Conversion and Repair, USN, 2802 Wetmore Ave. Suite 500, Everett, WA SUBJECT: J -- USS PAUL FOSTER (DD-964) SOL N62799-97-B-0014 DUE 012397 POC T. Mandell, Contracting Specialist, 206-304-5808 DESC: Place of performance: Naval Station Everett. Description of Work: Miscellaneous repairs to structure & machinery. Availability dates 29 Jan 97 thru 18 Feb 97. Sources who currently hold or are qualified for and will to enter into an Agreement for Boat Repair/Master Ship Repair Agreement DFAR (217.71) prior to award, may submit a bid which shall be considered by this agency. Firms which do not, prossess an Agreement for Boat Repair/Master Ship Repair Agreement are ineligible for award unless adequate time exists to permit the Navy to perform an assessment of their MSR application to execute the ABR/MSRA without impacting the vessel's availability dates. CITE: (I-340 SN009231) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Department of the Treasury, Internal Revenue Service, (M:P), 6009 Oxon Hill Road, Suite 700, Oxon Hill, MD 20745 SUBJECT: J--MICROSOFT SERVICE ADVANTAGE PREMIER SOL TIRNO97Q00019 DUE 122396 POC Purchasing Agent, Ida Cofield, 202-283-1162 DESC: The Internal Revenue Service intends to issue a purchase order through Microsoft Corporation for the following; Microsoft Service Advantage Premier to provide the customer with telephone and electronic proactive technical support across all Microsoftproducts 24 hours per day, seven days a week, through a 800 number. To also include a designated Technical Account Manager, Technical Services (supportability consulting and supportability reviews) and Technical Issue Escalation (150 support incidents withthe ability to add more as needed). The period of support shall be for one year from the date of award. All responsible sources who can provide and meet the above requirement shall submit written quotations by December 23, 1996. No solicitation will be issued, therefore, such requests for solicitations will be considered non responsive. Evaluation/Award will be based on the lowest price offered to the government. Al quotes shall include price(s); FOB point; a poc (name and telephone numbers); GSA contract number if applicable; delivery date; business size and payment terms. Quotes over 10 pages in total will bot be accepted by facsimile. All questions must be syubmited in writing and received by facsimile (202/283-1515) or mail. If no affirmative respones are received, the award will be made to Microsoft Corporation. CITE: (I-340 SN009271) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Supervisor of Shipbuilding, Conversion and Repair, USN, Post Office Box 280158, Mayport Naval Station, Jacksonville FL 32228-0158 SUBJECT: J -- USS GETTYSBURG (CG 69), ESRA SOL N62670-97-R-0003 DUE 020797 POC Jim R. Griner/(904) 270-5741 DESC: Extended Selected Restricted Availability (ESRA) to include hull, machinery, electrical, electronics, piping and SHIPALT work on USS GETTYSBURG (CG 69). Referenced plans will be available for pickup at Supervisor of Shipbuilding, Conversion and Repair, USN, Jacksonville FL. This data may also be examined at the Supervisor of Shipbuilding, Conversion and Repair, USN, Jacksonville FL. Offers restricted to holders of a Master Ship Repair Agreement (MSRA). Solicitation is being extended to bidders in the Jacksonville FL area. CITE: (I-340 SN009296) [Commerce Business Daily: Posted December 05, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: ASCW-Office of Contracting, Bldg S-4, Sharpe Facility, P.O. Box 960001, Stockton, CA 95296-0800 SUBJECT: J--PREVENTIVE & REMEDIAL MAINTENANCE SERVICE FOR AUTOMOTIVE EQUIPMENT TO INCLUDE TRAILER SPOTTERS (YARD GOATS), STAKE-BED TRAILERS FOR DEFENSE DISTRIBUTION DEPOT PUGET SOUND. SOL SP3200-97-Q-0006 DUE 122096 POC Contact, Ms. Laura Pruett, Purchasing Agent, (209) 982-2424, or Regina G. Cox, Contracting Officer, (209) 982-2404. DESC: Contractor shall provide supervision, labor, equipment and materials to provide Preventive Maintenance (PM) and Remedial Maintenance (RM) Service on Government Owned Automotive Equipment to include Trailer Spotters (Yard Goats) and 11-20 ton capacity Stake-Bed Trailers located at Defense Distribution Depot Puget Sound, Bremerton, WA. Period of Performance shall be for a Base Year starting January 1, 1997 thru september 30, 1997 plus Three (3) Option Years. All responsible sources may submit any offer which shall be considered. Only written requests will be accepted and may be faxed to (209) 982-2450 or mailed to DDRW-ASCW-PAB, P.O. Box 960001, Stockton, CA 95296-0800, ATTN: Laura Pruett. CITE: (W-340 SN009307) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Contracting Office (90C), VA Medical Center, 5901 East Seventh Street, Long Beach Ca. SUBJECT: J -- MAINTENANCE OF VARIAN ONCOLOGY SYSTEM SOL RFP 600-008-97 DUE 012397 POC Tanya Jimenez DESC: CORRECTION: Original Announcement appeared on October 17, 1996 under Classification J as a Notice of Intent to negotiate on a Sole Source Basis. Contractor to furnish all necessary labor, material, parts, transportation and software updates (needed for the general operation of the equipment) for normal service requirements of Government-owned Varian Linear Accelerators - CLINAC 2100C/D, CLINAC 600C and XIMATRON-CX, as well as RMS-2000 at the Departmento fo Veterans Affairs Medical Center, Long Beach, CA 90822. Service requirements consist of scheduled preventive maintenance inspections, as well as all intervening service calls for the base period of one year and one option year to renew. Responsible sources may submit a proposal which will be considered. Requests for solicitation must be made in writing. Issue date o/a December 23, 1996, opening and closing dates will appear on solicitation. CITE: (I-340 SN009331) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Commander (v), U.S. Coast Guard, Maintenance and Logistics Command Atlantic, 300 E. Main Str., Suite 600, Norfolk, VA 23510-9102 SUBJECT: J -- DOCKSIDE REPAIRS USCGC VENTUROUS (WMEC-625) SOL DTCG80-97-B-3FA729 DUE 012397 POC Contact Kevin Brumfiel, Contracting Officer, (757) 628-4635 DESC: Provide all labor, material and equipment necessary to perform dockside repairs including but not limited to the following minimum items: (1) Inspect port reduction gear thrust bearing, (2) Clean galley, scullery, laundry, and engine room ventilation system(s), (3) Modify fan-coil condensate drains, (4) Replace control cable for WTC 3-108-2, (5) Overhaul, renew, and test firemain valves, (6) Relocate firemain piping, (7) Install towing horns and taffrail plugs, (8) Overhaul & modify pilot house windows, (9) Clean and inspect sewage and grey water collection and holding tanks & inspect sewage ejectors, (10) Install thermal insulation, (11) Install salad bar, (12) Provide temporary messing, (13) Provide Temporary Logistics. Indefinite items include but are not limited to the following: (1) Welding repairs, (2) Preserve sewage and grey water holding tank 3-84-0 W (capacity 1,800 gallons), (3) Provide additional temporary messing, (4) Provide additional temporary logistics. Vessel availability schedule is 13 FEB 97 for 46 calendar days. Vessel length is 210 Feet 6 inches, vessel width is 34 feet. This availability will be performed at the home pier in St. Petersburg, FL. A charge of $100.00 is required in the form of a certified check or money order made payable to the U.S. Coast Guard for requested drawings. The proposed contract listed here is part of the Small Business Competitiveness Demonstration Program. Plans and specifications will be issued on or after 23 DEC 96 from our office location, Commander (vpl-1), Maintenance & Logistics Command, Atlantic, 300 East Main Street, Suite 600, Norfolk, VA 23510-9102. All responsible sources may submit a bid which shall be considered by the United States Coast Guard. CITE: (I-340 SN009341) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment--Potential Sources Sought OFFADD: RED RIVER ARMY DEPOT, CONTRACTING DIRECTORATE, 100 MAIN DRIVE, TEXARKANA TX 75507-5000 SUBJECT: J--SOURCES SOUGHT NOTICE FOR REPAIR OF THE COMPUTER NUMERICALLY CONTROLLED (CNC) CONTROL SYSTEM OF LUCAS BORING DRILLING & MILLING MACHINE SOL 064&&&-9612-0002 POC William L. Horton, Jr. Contract Specialist (903)334-2542 Charlie D. Harris, Jr. Contracting Officer (903)334-2218 (Site Code DAAC79) DESC: Red River Army Depot is seeking to identify potential sources to repair the CNC Control System of a LUCAS Model 542B-120 Boring Drilling and Milling machine. Interested vendors must have capability to provide for the design of software for interfacin of the new control with the machine as well as provide installation of new axes motors and drives and new control cabinets. Vendor will be responsible for installation of other necessary equipment as well as for the start up testing and check-out of the mchine control system. This is not an invitation for bid or a request for proposal and is not to be construed as a commitment to issue an IFB, RFP, RFQ or contract. Interested vendors are requested to submit in writing or fax information regarding their qualifications to William Horton, Bldg 110, Red River Army Depot, Texarkana, TX, 75507-5000, No later than 17 December 1996. Information may be datafaxed to 903-334-411. CITE: (I-340 SN009283) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: M--Operation of Government-Owned Facilities OFFADD: Defense Special Weapons Agency, 6801 Telegraph Rd., Alexandria, VA 22310-3398 SUBJECT: M -- LOCAL AND WIDE AREA NETWORKING SUPPORT SERVICES SOL N/A POC Ms. Cynthia Brice, Negotiator, (703) 325-6628, Daniel R. Gonzales, Contracting Officer, (703) 325-6684. DESC: The Defense Special Weapons Agency (DSWA) has a requirement for the technical services needed to provide for end-to-end operation and support of the Local Area Networks beginning at the user's desktop through the LAN cabling and switches, through the Wide Area connection. Specific areas of support include: LAN end-user support through operation of an Information and Technology Center; the operation of a Network User Training Center; the operation of a Local Area Networking Management Center; technical support for the development, implementation and transition of the new Scientific Computing Hub-site as a result of a move from Los Alamos National Laboratory to DSWA Data Center in support of the Scientific Computing Community; and technical and operational support to DSWA Defensive Information Warfare Branch (ISIW) to ensure the protection of DSWA Networks and Automated Information Systems and the network interfaces between other Government departments or agencies (OSD, NSA, DISA, DIS, DIA) and the Military Services. This procurement is set-aside for 8(a) offerors under SIC Code 7379. Contractors capable of offering their services should submit a written request to be added to the mailing lists to Ms. Cynthia Brice, Defense Special Weapons Agency, 6801 Telegraph Road, Alexandria, VA 22310-3398. No phone requests accepted. Information on the DSWA solicitations, already released, can be obtained by calling the DSWA Hotline at (703) 325-1173. As of 31 May 96, Acquisition Management has added "Procurement Opportunities" to the DSWA Home Page available on the World Wide Web. Information will include this synopsis and more. Please check us out at www.dswa.mil. Reference Synopsis No. 97-20 CITE: (I-340 SN009357) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: M--Operation of Government-Owned Facilities OFFADD: U.S. Department of Commerce, Patent and Trademark Office, Office of Procurement, Box 6, Washington, D.C. 20231 SUBJECT: M -- PUBLIC SEARCH SERVICES SUPPORT SOL 52-PAPT-7-00001 POC Naomi Sorrell, Contracting Officer/Contract Specialist; 703-305-8563; David J. Zelnick, Contracting Officer DESC: The Patent and Trademark Office (PTO) located in Crystal City, Arlington, Virginia anticipates entering into a five year (base and four options) firm-fixed-price/requirements contract for the provision of office machines, supplies, maintenance and clerical support. This acquisition is being offered for competition limited to eligible 8(a) concerns. Eligibility to participate may be restricted to firms in either the developmental or transitional stage. Interested 8(a) firms should request a copy of the solicitation as expediously as possible since the solicitation will be issued without further notice upon SBA acceptance of the requirement for the section 8(a) program. The Standard Industrial Code (SIC) is 8744-Base Maintenance-$20.0. Only written requests for the solicitation are acceptable. Under this acquisition, the Contractor shall provide management of Government furnished and Contractor furnished equipment in approximately 14 PTO public user areas. This includes providing a staff of qualified management personnel, key operators and service technicians; providing 43 contractor furnished photocopiers and 36 contractor furnished reader printers with options for additional equipment; managing the Government furnished encoding system, 15 work stations and 40 laser printers; and providing supplies that includes paper, toner, toner cartridges, developer, dispersant, new or replacement accessories and repair parts. A copy of the solicitation may be requested in writing to the issuing office, or by facsimile at (703) 305-8294. Interested parties should refer to the solicitation number, and provide company name, address, point of contact, phone number, FAX number, and business size. The point of contact for all information regarding this acquisition is Naomi Sorrell at (703)305-8563. CITE: (I-340 SN009368) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: Social Security Administration, Office of Acquisition and Grants, 1710 Gwynn Oak Avenue, Baltimore, Maryland, 21207-0696 SUBJECT: Q -- MEDICAL CONSULTANT SERVICES IN THE SPECIALTY OF NEUROSURGERY. SOL SSA-RFP-97-2929 POC Joyce L. Werrell Tel: 410-965-9473 DESC: This solicitation for Medical Consultant Services in the specialty of NeuroSurgery is cancelled and will not be issued. CITE: (I-340 SN009153) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: US Army, CECOM Acquisition Center, Ft. Monmouth, New Jersey 07703- 5008 SUBJECT: Q -- ORTHOPEDIC SURGEON & PHYSICIAN'S ASSISTANT SOL DAAB07-97-R-0007 DUE 012097 POC Joseph Stone, Contract Specialist, (908)532-5423, Authur D. Pepin, Contracting Officer, (908)532-1562, ATTN: AMSEL-AC-SB-C-D(JOS). DESC: To provide services Part-Time of an Orthopedic Physician's Assistant and/or an Orthopedic Surgeon on a part-time basis, minimum of 12 hours, maximum 40 hours per week, at Patterson Army Health Clinic, Ft. Monmouth, NJ. Commencing on/about 02/15/97, to include (4) four (1) one year options. This solicitation will be issued on an unrestricted basis and will be awarded on a best value basis. This solicitation previously closed 11/26/96 and received no response. It is being reissued as a result of new interest. Only written request will be accepted. Point of contact for this action is Joseph Stone, (908)532-2122, ATTN: AMSEL-AC-SB-C. CITE: (I-340 SN009185) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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 CONSULTANTS SOL SSA-RFP-97-2929 DUE 121796 POC Joyce L. Werrell Tel: (410) 965-9473 DESC: The Social Security Administration (SSA) intends to procure the services of Medical Consultants in the speciality of Neuro-Surgery. Consultation services shall be written or oral from the review of SSA Disabilty 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 either the date of award or June 01, 1997, whichever is later, with provisions for the inclusion of two one-year option periods. Solicitation Number SSA-RFP-97-2929 is scheduled for release on or about January 2, 1997, with proposals due 30 days later. Requests for the RFP should be received no later than 15 days after the date of this publication. Requests received after that time will be filled on a first-come, first-served basis. No telephone requests for the RFP will be honored. This requirement is a 100% small-business set-aside. Proposals received for OTHER than a 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-SELL 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 online. 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. Please LINKDESC: CITE: (I-340 SN009232) [Commerce Business Daily: Posted December 05, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS 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-- OUTGOING MAIL PROCESSING SERVICES FOR THE FEDERAL GOVERNMENT AND OTHER LOCAL GOVERNMENT ENTITIES IN THE SAN ANTONIO AREA SOL SP4700-97-R-0005 POC Contract Specialist, Wendy R. Johnson, (703) 767-1177/Contracting Officer, Patrick J. Kennedy, (703) 767-1166 DESC: This requirement was originally synopsized as Solicitation DADA18-96-R-0004 published Thursday July 18, 1996. Provide mail processing services (e.g., meter, pre-sort, barcode) for Government mail prior to its submission to the USPS. The US Government through the San Antonio Federal Cooperative Administration Support Unit (CASU) and possible state and local government agencies requiring contract support for the metering, presorting, and barcoding prior to it's dispatch to the United States Postal Service (USPS). The contractor shall be required to perform one or more of the following tasks in the San Antonio area: pickup, meter, presort (commingle first class qualifying mail pieces with other organizations to obtain the highest possible cost savings at a presort/barcode rate, (e.g., carrier route, 5-digit barcode, 3-digit barcode, ect.); delivery point barcode, sleeve, band, Air Contract Transportation (ACT) tag Federal agency first class and provide metering for all 1st class mail, periodical mail, standard mail, certified/registered mail and 1st and standard bulk permit mail. Mail can be presented to the Contractor in various manners including, but not limited to metered, penalty permit imprinted, hand addressed, typewritten addressed, computer generated addressed, label addressed or window envelope addressed. The Contractor shall provide all certification required by the USPS in order to be eligible for automation discounts. This IDIQ contract will be for a base year and four option years. Request for copies of this solicitation should include your tax ID number. This procurement will be issued as RFP SP4700-97-R-0005 approximately 15 days after issuance in the Commerce Business Daily (CBD). All interested parties must respond in writing to DLA Administrative Support Center, Office of Contract, ATTN: Wendy Johnson, (DASC-CPC), 8725 John J. Kingman Road, Suite 0119, Ft. Belvoir, VA 22060-6220 to request a copy of the solicitation document. FAX NO.: (703) 767-1183/1315.***** MMMM CITE: (W-340 SN009159) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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 -- ANNUAL SUBCRIPTION RENTAL OF CD ROM SOL N00406-97-Q-TF84 DUE 123096 POC D. Grimes DESC: rental of cd fiche usa 4, lan version 5 users license must include quarterly updates drivers not required. Technical characteristics (ILS), MCRL 1/2/3, ML-C, H4/H8/H6 cage miaple MRL MHA CRF, characteristics search, procurement history and APL rental period 1 Mar 97 thru 28 Feb 98 Item 2. Rental of cd fiche usa 4, lan version 10 users license must include quarterly updates drivers not required. Technical characteristics (ILS), MCRL 1/2/3, ML-C H4/H8/H6 cage miaple MRL APL CRF, characteristic search, procurement history and APL rental period 1 Mar 97 thru 28 Feb 98. This synopses will be consider the quotation no formal quotation will be issued. Please fax your bid to Dianne Grimes (360) 476-8920 or phone (360) 476-5008 This procurement will be procured under simplified acquisition procedures. All responsible sources may submit (offer/bid/quotation) which shall be considered by Fleet & Industrial Supply Center, Puget Sound, This is 100% small business set-aside note 1 applies CITE: (I-340 SN009173) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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 -- ENGINEERING TECHNICAL SERVICES SOL N66001-97-Q-0160 DUE 122696 POC POC Ms. Angela King, Code D221, Purchasing Agent, (619)553-5829. POC for copy, Mr. J.C. Norris, (619)553-4331. Contracting Officer, C. Frison. DESC: The Government intends to award on a sole source basis to Hughes Technical Service Co. a service contract to complete the development of operations and maintenance instructions to support equipment and organizational level maintenance for the command table, which shall include general information, safety precautions, principles of operation, scheduled maintenance, troubleshooting, corrective maintenance, and parts list in accordance with Statement of Work and Contract Data Requirements List (DD-1423-2) to be provided at the time the Request For Quote is issued. Note 22 applies, however, all offers received within 25 days (in lieu of 45 days) after date of publication of the original synopsis will be considered by the Government. The applicable Standard Industrial Code (SIC) and Size Standard is 8711 - $2.5M. Solicitation document to be issued on or about 12/15/96. Facsimile letters are acceptable at (619)553-6976. For copies of solicitation(s) only written requests will be honored. See Note(s): 22. CITE: (I-340 SN009183) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: U.S. Department of Justice, Procurement Services Staff, National Place, Suite 1000, 1331 Pennsylvania Avenue, NW, Washington, DC 20530 SUBJECT: R -- PRIVATE COUNSEL SERVICES SOL N/A DUE 012896 POC Tim Spencer 202 307-1956. DESC: As a result of enactment of P.L. 104-134, which amended the Federal Debt Recovery Act, the Department of Justice intends to award contracts to private practitioners of law for debt collection services on behalf of the United States in the following federal judicial districts: 1) the Southern District of Florida - Miami, 2) Middle District of Florida - Tampa, 3) Southern District of Texas - Houston, 4) Northern District of California - San Francisco, 5) District of New Jersey - Newark, 6) Northern District of New York - Syracuse. The contractors will be required to pursue debt collection activities which parallel existing industry procedures which have proven to be effective and efficient, interact with Government representatives at defined stages of the collection process (i.e., settlement, compromise, etc.), input relevant case data in a computer data base maintained by the Government. Payment will be made by a combination of contingency fees and firm, fixed prices. Law firms or solo practitioners who respond to this solicitation MUST be regularly engaged in the private practice of LAW within the judicial district where they will perform the legal services required under this contract. Regularly engaged in the private practice of law is construed to mean that at least 20% of the debt collection cases handled by the offeror arise in the district for which they offer to provide services. NOTE: The Act provides that the Department may contract ONLY with law firms or solo practitioners of law since contractors must represent the United States in Court. The government anticipates awarding up to four contracts in each district. The period of performance for each contract will be one base year plus up to four option years. Interested firms should request a copy of the solicitation for the district in which they are interested as follows (each solicitation to be issued on or about December 16, 1996): JRJMD-97-R-0016 for Miami, FL, JRJMD-97-R-0017 for Tampa, FL, JRJMD-97-R-0018 for Houston, TX, JRJMD-97-R-0019 for San Francisco, CA, JRJMD-97-R-0020 for Newark, NJ, JRJMD-97-R-0021 for Syracuse, NY. Only written requests will be accepted. CITE: (I-340 SN009189) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Department of the Navy, NAWCAD Contracts Group, Building 8110, Villa Road, St. Inigoes, MD 20684-0010 SUBJECT: R -- SYSTEM ENGINEERING, TECHNICAL, INTEGRATION & MAINTENANCE SERVICES SOL N00421- POC Janis Brizzi, Contract Specialist, (301) 862-8899. DESC: CBD 17. The Naval Air Warfare Center Aircraft Division (NAWCAD), St. Inigoes, MD intends to acquire system engineering, technical services, integration and maintenance support for the AN/FYK-17/A/B/(V) FACTS 3200 system and AN/FYK-23(V) FACSKED system and associated equipment at NAWCAD and various FACSFAC sites on an on-call basis. This tasking includes performing systems development, design and integration of various hardware and software elements throughout the life cycle of the FACTS and FACSKED systems to ensure compatibility with an evolving National Airspace System (NAS) and other standard support functions necessary to address changes in fleet requirements. The Government intends to solicit and negotiate an Indefinite Delivery Indefinite Quantity type contract to include a period of performance of five years with Concurrent Computer Corporation of Rockville, MD. Solicitation Number N00421-97-R-1102 will be issued as a request for proposal (RFP). This notice of intent is not a request for competitive proposals. However, interested parties may submit documentation in which they identify their interest and capability. Requests for solicitations and capabilities documentation must be in writing to the attention of Janis Brizzi, Contract Specialist, Contracts Competency, Building 8110, Villa Road, St. Inigoes, MD 20684-0010 or faxed to (301) 862-8670 by 2:30 Eastern Standard Time 26 December 1996. All responsible sources shall be considered by the agency. All proposals (fax copies not acceptable) received by 2:30 Eastern Standard Time 19 February 1997 will be considered by the Government solely for the purpose of determining whether to initiate a competitive procurement. The Government reserves the right to process the procurement on a sole source basis based upon the responses received. 10 U.S.C.2304(c)(1) is the negotiation authority for this acquisition in accordance with FAR 6.302-1. The applicable Standard Industrial Classification Code is 7378. See Numbered Note 22. CITE: (I-340 SN009196) [Commerce Business Daily: Posted December 05, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: ASCW-Office of Contracting, Bldg S-4, Sharpe Facility, P.O. Box 960001, Stockton, CA 95296-0800 SUBJECT: R--INTERPRETER SERVICE FOR DDRW-TRACY FACILITY & SHARPE FACILITY SOL SP3200-97-Q-0004 DUE 121996 POC Contact, Ms. Laura Pruett, (209) 982-2424, or Regina G. Cox, Contracting Officer, (209) 982-2404 DESC: Contractor shall provide supervision, labor, equipment and materials to perform Interpreter Service for DDRW-Tracy Facility, Tracy California and DDRW-Sharpe Facility, Lathrop California. Period of performance shall be for a Base Year starting January 1, 1997 thru September 30, 1997 plus Three (3) Option Years. All responsible sources may submit an offer which shall be considered. Only written requests will be accepted and may be faxed to (209) 982-2450 or mailed to DDRW-ASCW-PAB, P.O. Box 960001, Stockton, CA 95295-0800, ATTN: Laura Pruett. CITE: (W-340 SN009302) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: BIA, Navajo Area Office, Branch of Contracts and Property Management, P.O. Box 1060, Gallup, New Mexico 87305-1060 SUBJECT: R--SPECIAL EDUCATION SERVICES SOL N/A DUE 122796 POC Contact Yolanda Coriz-Yazzie, Contract Specialist (505) 863-8401 DESC: This is a total Sole Source Solicitation. Negotiations are currently being conducted for fiscal year 1997 Special Education Service with Chinle Valley School for Exceptional Children, Chinle, Arizona. CITE: (I-340 SN009326) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: BIA, Navajo Area Office, Branch of Contracts and Property Management, P.O. Box 1060, Gallup, New Mexico 87305-1060 SUBJECT: R--SPECIAL EDUCATION SERVICES SOL N/A DUE 122796 POC Contact Yolanda Coriz-Yazzie, Contract Specialist (505) 863-8401 DESC: This is a total Sole Source Solicitation. Negotiations are currently being conducted for fiscal year 1997 residential and special education service with Intermountain Youth Centers. CITE: (I-340 SN009327) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: BIA, Navajo Area Office, Branch of Contracts and Property Management, P.O. Box 1060, Gallup, New Mexico 87305-1060 SUBJECT: R--SPECIAL EDUCATION SERVICES SOL N/A DUE 122796 POC Contact Yolanda Coriz-Yazzie, Contract Specialist (505) 863-8401 DESC: This is a total Sole Source Solicitation. Negotiations are currently being conducted for fiscal year 1997 Special Education Service with Devereux Texas Treatment Network, League City, Texas. CITE: (I-340 SN009328) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS 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 DUE 121696 POC Carol Alkhafi, Contract Specialist, (619) 939-8564, or Maureena Mueller, Contracting Officer, (619) 939-8176. DESC: The Naval Air Warfare Center Weapons Division (NAWCWPNS), China Lake, California, plans to procure operation and maintenance of test sites and equipment for the NAWCWPNS Land ranges. The Land Ranges include the following test site facilities: The North Ranges, Radar Cross Section Range Junction Ranch, Supersonic Naval Ordnance Research Track and Propulsion Warhead Environmental Test Range. Secondary sites that may be supported through this contract are the Electronic Combat Range and Superior Valley Bombing and Gunnery Range at China lake, the Sea Ranges at Point Mugu, California, the Navy Ship Weapons Test office, White Sands, New Mexico, and other off-site locations that have a mission or requirement connected to the mission of the primary sites covered by these contracts. Support may include any range consolidations that may occur during the life of the contract. The Land Range Support includes, but is not limited to, communications, frequency monitoring, geophysics, field power systems (fuel powered generators and photo-voltaic systems), photo-electronics (maintenance and repair of video equipment, cameras, tracking mount trailers, domes), land targets, range scrap removal, ordnance (cleanup, disposal, certification, removal) and radar cross section range maintenance and operational support. Support includes, but is not limited to, maintenance and repair, test operation support, and installation of new equipment in the functional areas described above. The contract will also provide for any increased effort in the areas of communication systems, meteorology, field power systems, targets, ordnance removal and cleanup to any site with the Pacific Range and Test Facilities. This requirement will be a competitive set-aside for 8(a) business concerns. The one year with four one year options contract will be a cost plus award fee, indefinite delivery, indefinite quantity type contract using best value source selection. The effort is scheduled to begin 1 October 1997. Top Secret facility and personnel security clearances of secret and top secret will be required. All responsible sources may submit an offer which will be considered. Solicitation will be issued on or about 06 January 1997, and close 30 days thereafter. (SIC Code 8711 applies - Size Standard $20 million) CITE: (I-340 SN009332) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Health Resources and Services Administration, 5600 Fishers Lane, Parklawn Building, Room 13A-19, Rockville, MD 20857 SUBJECT: R -- ALZHEIMER'S DEMONSTRATION PROGRAM INNOVATIONS AND CHANGES SOL HRSA-BPHC-97-B22032 DUE 122096 POC Alexandra B. Garcia DESC: The purpose of this procurement is to support short site visits to NC, GA, WA, DC and MT, to document and describe the Alzheimer's Demonstration Program innovations and changes that have occurred; to support conference calls regarding legacies of the HRSA project; to support costs for special reports as needed for state agencies and other interested agencies; print charts, graphs and catalogue all HRSA products developed during the demonstration; add summaries of the Brookdale foundation Initiative and the Primary Care Initiative to the evaluation final report. According to the Simplified Acquisition Procedures in Part 13 of the Federal Acquisition Regulations, the Health Resources and Services Administration intends to negotiate on a sole source basis with the Gerontology Center, University of Kansas, 4089 Dole Bldg., Lawrence, Kansas 66045. The Gerentology Center, University of Kansas is deemed the only responsible source capable of providing the required work and services. The period of performance is three months. A Justification for Other than Full and Open Competition is on file. The award shall be made using simplified acquisition procedures. See Note(s): 22. CITE: (I-340 SN009336) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Health Resources and Services Administration, 5600 Fishers Lane, Parklawn Building, Room 13A-19, Rockville, MD 20857 SUBJECT: R -- DEVELOP AND IMPLEMENT A MANAGED CARE INITIATIVE SOL HRSA-BPHC-97-B22035 DUE 122096 POC Alexandra B. Garcia DESC: The purpose of this procurement is to develop and implement a managed care initiative in four grantee States of the Alzheimer's Demonstration Program; survey state grantees of the demonstration program and determine suitability for participating in a managed care initiative; develop service packages; conduct technical assistance and reach agreement between States and managed care organizations on ways to implement a joint managed care initiative; assess the impact of service use patterns and costs of medical care. According to the Simplified Acquisition Procedures in Part 13 of the Federal Acquisition Regulations, the Health Resources and Services Administration intends to negotiate on a sole source basis with the Gerontology Center, University of Kansas, 4089 Dole Bldg., Lawrence, Kansas 66045. The Gerontology Center, University of Kansas is deemed the only responsible source capable of providing the required work and services. The period of performance is five months. A Justification for Other than Full and Open Competition is on file. The award shall be made using simplified acquisition procedures. See Note(s): 22. CITE: (I-340 SN009337) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Chief AMMS(90C) James A. Haley Veterans Hospital, 13000 Bruce B. Downs Blvd., Tampa, Fl. 33612 SUBJECT: R -- SECURITY SERVICES SOL 673-44-97 DUE 012097 POC Eric Guidash 813-972-7588 DESC: The James A. Haley VA Hospital intends to contract for Security Services at its Port Richey Outpatient Clinic. The SID code for this procurement is 7381. This a total small business set-aside. Offers shall only be accepted from small businesses. The small business size standard is $9 million. Port Richey Outpatient Clinic is approximately 11,000 square feet. Security Services are normally performed between 7:00am and 6:00pm, Monday thru Friday. Request for solicitation package can be faxed to Eric Guidash: 813-972-7588. CITE: (I-340 SN009351) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: TCAU/FBI, 14800 Conference Center Drive, Suite 300, Chantilly, VA, 20151 SUBJECT: R -- R-POLYGRAPH EXAMINER SOL RFP-7058 POC Doreen A. Rosemond, Contract Specialist, (703) 814-4910. DESC: The Federal Bureau of Investigation (FBI), Laboratory Division, Polygraph Unit, Investigative Operations and Support Section, has a requirement for the procurement of one (1) Polygraph Examiner. The FBI requires a Polygraph Examiner to be responsible for coordinating, assigning, and providing quality assurance reviews of approximately 5,000 pre-employment polygraph examinations conducted by the FBI each year. The Examiner shall have experience in computer software and systems pertaining to computerized polygraph examinations. The Examiner shall have at a minimum a Bachelor of Science degree in Behavioral Science or related field of study and a minimum of seven (7) years of polygraph experience. A Top Secret security clearance is required. The FBI anticipates a labor-hour fixed rate contract with a period of performance of five (5) years (base year with four priced-out option years). The Standard Industrial Classification Code is 8742. This action is a 100% Small Business Set-Aside. The estimated deadline for receipt of proposals is on or about February 4, 1997. Interested, responsible parties may submit a written request for the solicitation package by mail or by fax on 703-814-4730. TELEPHONE REQUESTS WILL NOT BE HONORED. CITE: (I-340 SN009360) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: U.S. Department of HUD, Atlanta ASC, Atlanta Contracting Branch 4AACO 75 Spring St., Richard Russell Fed. Bldg., Atlanta, GA 30303-3388 SUBJECT: R -- REAL ESTATE ASSET MANAGEMENT SOL DU204-R-97-0007 DUE 012397 POC Anita Timmerman, Contract Specialist. DESC: Real Estate Asset Management Services on HUD-owned single family properties in the Ohio Valley and surrounding areas in the state of Kentucky. HUD intends to award one (1) indefinite quantity contract for property management of certain one-to-four unit single family residences in its inventory. Present existing inventory for the geographic area is approximately 27 properties. The initial contract term will be one year, with four one-year options. Copies of the Request for Proposal (RFP) will be made available only upon written or faxed requests. Our fax number is (404) 730-3426. No telephone requests will be honored. See Numbered Note(s): 1. CITE: (I-340 SN009370) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: TCAU/FBI, 14800 Conference Center Drive, Suite 300, Chantilly, VA, 20151 SUBJECT: R -- R-POLYGRAPH EXAMINER SOL RFP-7058 POC Doreen A. Rosemond, Contract Specialist, (703) 814-4910. DESC: The Federal Bureau of Investigation (FBI), Laboratory Division, Polygraph Unit, Investigative Operations and Support Section, has a requirement for the procurement of one (1) Polygraph Examiner. The FBI requires a Polygraph Examiner to be responsible for coordinating, assigning, and providing quality assurance reviews of approximately 5,000 pre-employment polygraph examinations conducted by the FBI each year. The Examiner shall have experience in computer software and systems pertaining to computerized polygraph instruments and experience in administering and evaluating pre-employment polygraph examinations. The Examiner shall have at a minimum a Bachelor of Science degree in Behavioral Science or related field of study and a minimum of seven (7) years of polygraph experience. A Top Secret security clearance is required. The FBI anticipates a labor-hour fixed rate contract with a period of performance of five (5) years (base year with four priced-out option years). The Standard Industrial Classification Code is 8742. This action is a 100% Small Business Set-Aside. The estimated deadline for receipt of proposals is on or about February 4, 1997. Interested, responsible parties may submit a written request for the solicitation package by mail or by fax on 703-814-4730. TELEPHONE REQUESTS WILL NOT BE HONORED. CITE: (I-340 SN009371) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: U.S. Dept. of Commerce, NOAA, WASC, Acquisition Management Division, Contracts Branch A WC31, 7600 Sand Point Way NE, BIN C15700, Seattle, WA 98115 SUBJECT: S -- LEASE 2400 BAUD RATE VOICE GRADE DATA CIRCUIT SOL 52ABNW-7-00036 DUE 011997 POC For a copy of the solicitation, call Klint Demetrio at 206-526-4499. For further information, call Contract Specialist Ed Lancaster at 206-526-6039. Requests for copies may be faxed to 206-526-6025. Sol. package may not be ready till/about after 15 days of CBD. DESC: The National Oceanic Atmospheric Administration (NOAA), National Weather Service, Pacific Region has a requirement for the lease of 2400 Baud Rate multi-point voice grade data circuits to connect between FAA Diamondhead and Hickam Air Force Base ADWS, in Honolulu, HI., Palau, Yap, Chuuk, Pohnpei, SAWRS Station in Kosrae, the Federated States of Micronesia, and the Republic of Palau. The base year period of performance is anticipated to be from 03/01/97 through 09/30/97 with four one year option periods. All responsible sources may submit a proposal which shall be considered by the agency. CITE: (I-339 SN009001) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS 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-WATER PIPE LEAK DETECTION SERVICE, ISLAND OF GUAM, M.I. SOL N62766-97-B-9031 DUE 012897 POC Stephen M. Pastore, Contract Specialist, L. A. GUZMAN, Contracting Officer, Tel: Country Code 011 (671) 339-2252 DESC: This procurement is a 100% set-aside for Small Business concerns. Those prospective offerors who are Small Business are invited to participate in this procurement. The Contractor shall perform leak detection survey of Island-wide water systems as indicated. The affected system consists of approximately 100 miles of Navy main water pipelines ranging from 1 inches to 24 inches in diameter. Pipe is predominately cast iron with typical burial depth of 3 to 5 feet. Leak detection shall be performed by the use of an electronic amplification of acoustic signal sounder to scope out an area of possible water pipe leak and an electronic correlator to precisely locate water leaks using time of flight principles to determine exact location of water leak. All field work is expected to be performed between January through June of each year. The contract will be a combination firm-fixed price and Indefinite Quantity. The contract term will be for a base and four option periods of up to 12 months each with prices established at award. Bidders are advised that the contract term may be for a period of less than 12 months. The duration of the contract including the exercise of options shall not exceed 66 months. The specs are expected to be ready for issue on or about 23 December 96. 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 number. See numbered note 1. SIC CODE 8713 CITE: (I-339 SN009012) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS 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-WATER PIPE LEAK DETECTION SERVICE, ISLAND OF GUAM, M.I. SOL N62766-97-B-9031 DUE 012897 POC Stephen M. Pastore, Contract Specialist, L. A. GUZMAN, Contracting Officer, Tel: Country Code 011 (671) 339-2252 DESC: This procurement is a 100% set-aside for Small Business concerns. Those prospective offerors who are Small Business are invited to participate in this procurement. The Contractor shall perform leak detection survey of Island-wide water systems as indicated. The affected system consists of approximately 100 miles of Navy main water pipelines ranging from 1 inches to 24 inches in diameter. Pipe is predominately cast iron with typical burial depth of 3 to 5 feet. Leak detection shall be performed by the use of an electronic amplification of acoustic signal sounder to scope out an area of possible water pipe leak and an electronic correlator to precisely locate water leaks using time of flight principles to determine exact location of water leak. All field work is expected to be performed between January through June of each year. The contract will be a combination firm-fixed price and Indefinite Quantity. The contract term will be for a base and four option periods of up to 12 months each with prices established at award. Bidders are advised that the contract term may be for a period of less than 12 months. The duration of the contract including the exercise of options shall not exceed 66 months. The specs are expected to be ready for issue on or about 23 December 96. 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 number. See numbered note 1. SIC CODE 8713 CITE: (I-339 SN009013) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Social Security Administration, Office of Acquisition and Grants, 1710 Gwynn Oak Avenue, Baltimore, Md. 21207-0696 SUBJECT: S -- ARMED GUARD SERVICES SOL SSA-RFP-97-2723 DUE 122096 POC Joan Berman Fax: 410-966-9310 DESC: The Social Security Administration requires the services of a contractor to provide management, supervision, manpower, equipment, and supplies necessary to provide armed guard services as described herein for the Social Security Administration, Data Operations Center, 1150 East Mountain Dr. Wilkes-Barre, Pa. 18702. The Typical Duties & Post assignments shall include but are not limited to the following: (1) Entrance Control Post, (2) Roving Patrol Posts, (3) Traffic/Mobile Control, (4) Control Issuance and Storage of Keys, (5) Security and Fire Systems and (6) Utility Systems. The Government intends to award a firm fixed price contract with a period of performance of base year (twelve months) with four, one year option periods if exercised. This solicitation is available for download in electronic form on SSA's Internet Home Page at URL "http://www.ssa.gov/oag/oag1.htm", and also on the SSA Acquisition Data and Information Exchange (SADIE) Bulletin Board System. Dial (410) 966-4889 within the Baltimore, Md. area, or 1-800-SSA-SELL for 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 online. For technical assistance, call the Sysop at (410)965-9506. All requests must be in writing. Request may be faxed. No phone request will be accepted. The anticipated date for release of the RFP is December 20, 1996. Respondents should refer to synopsis no. SSA-RFP-97-2923. All interested parties must respond within 15 days of this announcement. All responsible sources may submit a proposal which shall be considered by the Agency. See numbered note 1. LINKURL: http://www.ssa.gov/oag/oag1.htm LINKDESC: CITE: (I-340 SN009157) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Dept. of Veterans Affairs Medical Center, Chief, Acquisition & Materiel Management 90C, 400 Veterans Blvd., Biloxi, MS 39531 SUBJECT: S -- ENVIRONMENTAL SANITATION SERVICE SOL 520-8-97 DUE 120496 POC Lila C. Byrd, 601-385-5792 DESC: Solicitation is cancelled in its entirety. CITE: (I-340 SN009178) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Naval Undersea Warfare Center, Division Keyport, 610 Dowell Street, Keyport, WA SUBJECT: S -- CELLULAR PHONE AIRTIME SERVICE SOL N00253-97-Q-0075 DUE 011097 POC Victor Angkico, 360/396-5671 DESC: The Naval Undersea Warfare Center (NUWC) Division Keyport intends to acquire utilizing simplified acquisition procedures Cellular Phone Airtime Service. The requirement will be to provide airtime service to approximately 58 analog and 40 digital government owned cellular phones in the Keyport/Bremerton, WA area. The services shall provide for automatic roaming, long distance access, voice mail, peak and offpeak calling, and authentication to prevent fraudulent cloning of phones. Personal Communications Services, PCS/IF 136 features shall also be required. Both analog and digital service shall be provided. The service shall be provided from 01 Feb 97 through 31 Jan 98. The order resulting from the request for quotation (RFQ) shall be a not-to-exceed of $95,000. Award will be based upon evaluation criteria contained in the RFQ which will factor in typical calling scenarios and monthly service charges. All responsible sources may submit a quotation, which, if timely received, shall be considered by the agency. The quotation will be issued on or about 20 Dec 1996 with a closing date of 10 Jan 97. No telephone requests for the quotation package will be accepted. Fax requests can be sent to (360) 396-2333. CITE: (I-340 SN009233) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Officer in Charge of Construction, P. O. Box 209 Oceanside, CA 92049- 0209 SUBJECT: S--MAINTENANCE SERVICES FOR EXHAUST VENT SYSTEMS AT MESSHALLS AND OTHER BUILDINGS, MARINE CORPS BASE, CAMP PENDLETON, CALIFORNIA SOL N68711-96-B-3995 DUE 011797 POC Plan issue or the Contract Specialist, Linda Birnie at (619) 725- 3222. The Contracting Officer is E. Charette. DESC: Work will include all labor, equipment, materials, transportation, and supervision necessary to provide maintenance services for exhaust vent systems at messhalls and other buildings at the Marine Corps Base, Camp Pendleton, California. The bid opening is tentatively scheduled for 2:00 P.M., local time, 17 January 1997, at Building 22101, Marine Corps Base, Camp Pendleton. Contract term is for a period of one year with four option periods. S.I.C. 7389 - Miscellaneous Business Services, N.E.C., $5 million. This acquisition is set aside for small business concerns. Plans and specifications will be available on a first come, first serve basis approximately 18 December 1996 until supply is exhausted. Requests for a copy of the solicitation must contain the firm's name, address, phone number, fax number (if available), and the solicitation number or the requests will not be processed. Copies of the solicitation will only be provided in response to mailed or faxed requests. Telephone requests will not be honored. EMAILADD: lmbirnie@efdswest.navfac.navy.mil EMAILDESC: California CITE: (D-340 SN009268) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: DIRECTORATE OF CONTRACTING, US ARMY SUPPORT COMMAND, HAWAII, ATTN: APVG-GKC, FORT SHAFTER HAWAII 96858-5025 SUBJECT: S--CLEANING AND GRASS CUTTING SERVICES, FAMILY HOUSING AREAS, FORT SHAFTER AND TRIPLER ARMY MEDICAL CENTER, ISLAND OF OAHU, HAWAII SOL DAHC77-97-R-0006 DUE 021497 POC Contract Specialist D. Yoshimoto FAX (808)438-6563 (808) 438-6535 x 197 (Site Code DAHC77) DESC: Furnish all labor, materials, and equipment necessary to provide cleaning and grass cutting services for Family Housing areas located at Fort Shafter and Tripler Army Medical Center, Island of Oahu, Hawaii. Period of perfor- mance is 1 June 1997 thru31 May 1998 with 4 prepriced option periods. The proposed contract listed here is a 100% small business set-aside. A firm is considered to be a small business if its average annual gross receipts for the past three years do not exceed $ 5 million. SIC 0782- Lawn and Garden Services. Issue date is on or about 15 January 1997. Telephone requests will not be honored. Solicitation/drawing charge is $ 15.00 per set. Additional drawings may be ordered at $ 5.00 each. Payment by check or money order shall be made payable to DFAS, HONOLULU, OPLOC. Checks and money orders must be sent to the Directorate of Contracting, ATTN: APVG-GKC, Fort Shafter, Hawaii 96858-5025. Remitance is not refundable. This is a recurring requirement. To obtain a copy of the previous bid abstract, name of current contractor, and/or current contract pricing; forward a written request via facsimile to Stephanie Kawasaki, (808)438-6563. CITE: (I-340 SN009273) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: USA GARRISON FORT BELVOIR, DIRCTRT OF CONTRACTING, 9410 JACKSON LOOP STE 101, FT BELVOIR VA 22060-5134 SUBJECT: S--COLLECTION OF RECYCLABLE MATERIAL ON FORT BELVOIR. SOL DADW35-97-R-0007 DUE 013097 POC Contract Specialist Joan Butterfield (703) 806-4608 (Site Code DADW35) DESC: The Contractor shall provide collection of recyclable material from family housing areas, office buildings, recreational facilities, and food service facilities on Fort Belvoir. All collected materials shall be transported by the Contractor to the Reycling Center located on Fort Belvoir, and placed in the proper commodity storage bin/container within that area. The projected period of performance will be March 1, 1997 through September 30, 1997. Four twelve-month option periods are possible. Solicitaton DADW35-97-R-0007 is a small business set-aside procurement, and will be available on or about December 30, 1996. Requests for the solicitation package must be in writing to the Directorate of Contracting, Services Division, ATTN: Joan Butterfield, 9410 Jackson Loop, Suite 101, Fort Belvoir, Virginia 22060-5134. The written request for the solicitation package may be sent via facsimile transmission to (703) 80-4488. See Note #1. CITE: (I-340 SN009275) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services--Potential Sources Sought OFFADD: RED RIVER ARMY DEPOT, CONTRACTING DIRECTORATE, 100 MAIN DRIVE, TEXARKANA TX 75507-5000 SUBJECT: S--BOILER PLANT STUDY SOL 064&&&-9612-0001 POC Patton Tidwell Contract Specialist (903)334-3480 RoseMary Spearman Contracting Officer (903)334-4141 (Site Code DAAC79) DESC: Red River Army Depot, Texarkana, Texas is seeking to locate private commercial sources for cost comparison purposes under OMB Circular A-76 and Federal Acquisition Regulation (FAR) Subpart 7.3. The Government function under consideration is the boile plant operations at Red River Army Depot which is located approximately 15 miles west of Texarkana, TX. A solicitation package will be prepared and should be available in August 1997 for distribution. Anyone interested in obtaining this solicitation packae or any other information regarding this commercial activities (CA) study should contact personnel in the Directorate of Contracting. Requests for information or for the solicitation package should be addressed to: Commander, Red River Army Depot, 100 Main Drive, Directorate of Contracting, Building 110, CA Study (Boiler Plant), Texarkana, TX, 75507-5000. Facsimile requests may be made to: Directorate of Contracing, CA Study (Boiler Plant), (903)334-4141 or (903)334-3480. CITE: (I-340 SN009282) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: Fleet z}and Industrial Supply Center, San Diego, Bid Officer, 937 N. Harbor Drive, San Diego, CA 92132-0212 SUBJECT: T--MICROFILM SERVD.|ICES SOL N00244-97-R-8010 DUE 121696 POC Fax Solicitation Request to Bid Officer (619) 532-2575, or call (6$a{19) 532-2692; Contract Specialist Steve Cannon (619)532-2566; Contracting Officer, Teddy M. Santos DESC: Correction: The solicitation number synopsized on 05/31/96 and appeax#yred in CBD PSA#1606 issue for microfilm and microfiche services for Defense Finance and Accounting Service-Cleveland is hereby ;x modified to change the closing date to 12/16/96 at 3:00 p.m. (PST). CITE: (I-340 SN009290) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: Fleet and Industrial Supply Center, San Diego, Bid Officer, 937 N. Harbor Drive, San Diego, CA 92132-0212 SUBJECT: T--MICROFILM SERVICES SOL N00244-97-R-8010 DUE 121696 POC Fax Solicitation Request to Bid Officer (619) 532-2575, or call (619) 532-2692; Contract Specialist Steve Cannon (619)532-2566; Contracting Officer, Teddy M. Santos DESC: Correction: The solicitation number synopsized on 05/31/96 and appeared in CBD PSA#1606 issue for microfilm and microfiche services for Defense Finance and Accounting Service-Cleveland is hereby modified to change the closing date to 12/16/96 at 3:00 p.m. (PST). CITE: (I-340 SN009291) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: Department of the Treasury, Internal Revenue Service, (M:P), 6009 Oxon Hill Road, Suite 700, Oxon Hill, MD 20745 SUBJECT: U--UMBRELLA TRAINING REQUIREMENT SOL 0-7-50-53-PS-J02 TIRNO-97-R-00 DUE 013197 POC Contract Specialist, Steve Vanderlinden, FAX (202) 283-1514 DESC: The Internal Revenue Service is seeking contractors capable of providing a broad base of support to the Corporate Education organization and its various components and schools in numerous service areas including, but not limited to research, analysisand evaluation of training strategies; personnel assessments; creation of specific courses, curricula, and performance development materials; counseling support for performance development; organizational development counseling; administrative support; autmatic data processing and programming support; automated tools and systems for peroformance development tasks; and procurement of materials. The contract is expected to cover a base year and four one-year options. Multiple awards are expected. The requirement is expected to be a partial small business set-aside. No telephonic requests for the RFP will be honored. CITE: (I-340 SN009269) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: Department of the Treasury, Internal Revenue Service, (M:P), 6009 Oxon Hill Road, Suite 700, Oxon Hill, MD 20745 SUBJECT: U--BEHAVIORAL INTERVIEWING INSTRUCTIONAL MATERIALS AND TRAINING SOL 0-7-50-53-LD-J04 TIRNO-97-R-00 DUE 022497 POC Contract Specialist, Steve Vanderlinden, FAX (202) 283-1514 DESC: The Internal Revenue Service seeks to train its managers and executives in the use of standard, structured interview procedures. The structured interview method to be used must provide guidance for selection of essential job skills from which interviw questions are developed. It must instruct the manager on proper documentation of the selection to establish an audit trail demonstrating adherence to legal guidelines during the entire process. The interview method must be off the shelf, not customized, nd must meet the criteria established in "The Uniform Guidelines on Employee Selection Procedures" (Federal Personnel Manual Supplement 335-1, Appendix A) and generally accepted professional standards. The requirement is for training of as many as 15-20 IRS personnel annually to become certified instructors, plus provision of all necessary training materials and updates of those materials during the contract ter, as well as a license for the IRS to use and reproduce such materials. The IRS intends to negotiate on a sole source basis with Behavioral Technology, Inc., 6260 Poplar Avenue, Memphis TN 38119-4719, to fulfill this requirement. Other firms who believe thy are capable of fulfilling the needs of the IRS under this acquisition shall submit a capabilities statement describing their interview method and how it satisfies the requirements above. To be considered, such submission must be made within ten days of the publication date of this notice. Responses may be mailed or may be submitted by facsimile to the telephone number provided above. No oral requests wil be honored. CITE: (I-340 SN009272) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: USDA Forest Service, Malheur National Forest, PO Box 909, John Day, OR 97845 SUBJECT: V-BEAR VALLEY OFFICE MOVE SOL SOL-RFQ-4-97-9 DUE 012397 POC Contact Point, Barb Forsman (541) 575-3174; Contracting Officer, Marle Brandt DESC: Services are required in John Day, Oregon and consist of moving the district office furniture and computers to the Federal Building and moving some office furniture within the Federal Building. This proposed procurement is totally set-aside for small business. CITE: (I-340 SN009169) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: Department of the Treasury, Internal Revenue Service, (M:P), 6009 Oxon Hill Road, Suite 700, Oxon Hill, MD 20745 SUBJECT: V--OFFICE MOVING, HAULING AND OTHER RELATED SERVICES SOL TIRNO97R00009 Office moving, h DUE 021597 POC Contract Specialist, Barry E. Kearns, 202-283-1630 DESC: This is the re-compete of Solicitation IRS-94-0004 which was cancelled in April, 1996. All firms interested in participating in this procurement, including those firms which received a copy of solicitation IRS-94-0004 or submitted a proposal in respose to IRS-94-0004, must request a copy of this solicitation. This acquisition is a total small business set-aside for office moving, hauling and related services for approximately 15 IRS Headquarter's buildings housing approximately 9,000 employees in the ashington, DC metropolitan area. This requirement is for a base year and four option years. Please request copies of the solicitation by telefax at (202) 283-1514. CITE: (I-340 SN009270) [Commerce Business Daily: Posted December 05, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: U.S. Railroad Retirement Board, Purchasing Division, Room 1230, 844 Northrush St., Chicago, IL 60611-2092 SUBJECT: V--MESSENGER AND TRUCKING SERVICES SOL 97-A-01 DUE 021497 POC Paul T. Ahern, Contract Specialist, 312-751-7130 DESC: The U.S. Railroad Retirement Board (RRB) intends to acquire, by Invitation for Bid (IFB), general trucking and messenger services for a period of one year beginning April 1, 1997 with four one-year options. Delivery and pick-up for the messenger and trucking services shall be within the local commuting area and up to a 25 mile radius of the RRB's Chicago, Illinois headquarters facility. The IFB opening date shall be on or about February 14, 1997. The proposed contract action is 100% set-aside for small business concerns. See Note 1. CITE: (W-340 SN009367) [Commerce Business Daily: Posted December 05, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services--Potential Sources Sought OFFADD: NASA, George C. Marshall Space Flight Center, Procurement Office, Code GP12, Marshall Space Flight Center, Huntsville, Alabama, 35812, Attn: Space SUBJECT: V -- REQUEST FOR INFORMATION -- OPERATION AND MAINTENANCE OF GOVERNMENT-OWNED AIRCRAFT SOL CN71AIRCRAFT1 POC Roxanne Carter, GP56-G, 205-544-6561/Contract Specialist, or Jerry Williams, GP56/Contracting Officer DESC: This is a Request For Information (RFI) issued solely for information and planning purposes -- It does not constitute a Request For Proposal -- The RFI request specific information that will be used in planning for the upcoming procurement for operation and maintenance of Government-owned aircraft for Marshall Space Flight Center (MSFC) -- MSFC envisions a contractual arrangement where the contractor will be responsible for operating and maintaining the aircraft based in Huntsville, AL by providing pilots, mechanics, and support personnel to accomplish contractual requirements -- In addition, MSFC envisions an outsourcing arrangement in which the contractor will be able to provide on an as required basis the use of other aircraft owned by the contractor -- The purpose of this RFI is to identify qualified and interested sources to provide operation and maintenance services under the aforementioned arrangement, and to evaluate the feasibility of an outsourcing arrangement for possible incorporation into the operation and maintenance support services contract -- Any subsequent solicitation will be synopsized -- MSFC does not intend to award a contract on the basis of this RFI, or to pay for the information solicited -- Responses to the RFI should be submitted in writing no later than December 19, 1996 -- Request for copies of the RFI must be submitted in writing and may be sent by facsimile to 205-544-4401 or by Internet e-mail to Roxanne.Carter@msfc.nasa.gov -- The RFI is available for downloading through the NASA Acquisition Internet Service (NAIS) which resides on the World Wide Web (WWW), accessible through client browsers, such as MOSAIC -- The WWW address, or URL, of the MSFC Procurement home page is: "http://procure.msfc.nasa.gov". LINK ftp://procure.msfc.nasa.gov/pub/solicit/rfi_goac/ LINKDESC: EMAIL Roxanne.Carter@msfc.nasa.gov EMAILDESC: CITE: (W-340 SN009223) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: W--Lease or Rental of Equipment OFFADD: Fleet & Industrial Supply Center, Norfolk Naval Shipyard Annex, Purchase Division, Bldg. 1500, Portsmouth, VA 23709-5000 SUBJECT: W -- RENTAL-DEMINERALIZER SYSTEM SOL N00181-96-Q-0086 POC Vernice Stokes, Code 531.5B, (757) 396-8351, Mary Ward, Code 532, (757) 396-8351 DESC: Correction: This requirement is for water demineralizer system, published in the CBD on 18 June 1996. Small Business Set-Aside is hereby waived for this procurement. CITE: (I-340 SN009114) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: W--Lease or Rental of Equipment OFFADD: Fleet & Industrial Supply Center, Norfolk Naval Shipyard Annex, Purchase Division, Bldg. 1500, Portsmouth, VA 23709-5000 SUBJECT: W -- RENTAL-DEMINERALIZER SYSTEM SOL N00181-96-Q-0086 POC Vernice Stokes, Code 531.5B, (757) 396-8351, Mary Ward, Code 532, (757) 396-8351 DESC: Correction: This requirement is for water demineralizer system, published in the CBD on 18 June 1996. Small Business Set-Aside is hereby waived for this procurement. CITE: (I-340 SN009156) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: W--Lease or Rental of Equipment OFFADD: DIRECTORATE OF CONTRACTING, ATTN AFRC-FM-DC, 2103 S 8TH AVENUE, FORT MCCOY WI 54656-5153 SUBJECT: W--FLAT RATE MONTHLY FEE COPIER SERVICE FOR THE 88TH REGIONAL SUPPORT COMMAND SOL DAKF61-97-Q-0024 DUE 020497 POC Contracting Officer Linda V. Roberts (608) 388-3109 (Site Code WPC0NT) DESC: Requirements type contract to provide flat rate monthly fee copier service for the 88th Regional Support Command(RSC) and US Army Reserve Centers under the 88th RSC for the period 1 April 1997 through 30 September 1997 with four one-year option perios. The estimated quantity is 293 copiers, which will be located in a six state area to include Illinois, Indiana, Michigan, Minnesota, Ohio and Wisconsin. The contractor shall provide all supplies, except paper, under this contract. Request for quote must e in writing accompanied by a non-refundable certified check, cashiers check, or money order payable to U.S. Treasury in the amount of $8.00 per quote. No company, personal, registered checks, or cash will be accepted. The estimated issue date of the RFQ is 3 January 1997. All responsible sources CITE: (I-340 SN009285) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: W--Lease or Rental of Equipment OFFADD: T-ASA March Contracting, 1363 Z Street, March ARB, CA 92518-2717 SUBJECT: W -- TELEVISION PROGRAMING SOL MDA113-97-Q-0077 POC Contact MSgt Karen Langdon, (909)413-2231, FAX(909)413-2432; Contracting Officer Isabella Dunham DESC: The requirement is for broadcast, transfer, and satellite transmission/distribution rights for 31 episodes of Soul Train (1996-1997 Season) and 1 episode of 1997 Soul Train Music Awards. The contract is to be negotiated on a sole source basis with Don Cornelius Productions who holds the distribution rights of the programs to be acquired. This requirement is for off-the-shelf programming. This notice of intent is not a request for competitive proposals. However, all proposals received by 26 Dec 96 will be considered by the government. A determination by the Government not to compete this proposed contract based upon responses to the notice is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. CITE: (I-340 SN009339) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Officer In Charge of Construction, 520 Turner Street, Pensacola, FL 32508-5225 SUBJECT: Y--REPAIR STREETS AND DRAINAGE, MAGDA VILLAGE, NAVAL AIR STATION, WHITING FIELD, MILTON, FL SOL N65114-96-B-2110 DUE 021197 POC Technical inquiries prior to bid opening must be submitted in writing to the address listed above, or faxed to (904) 452-4505, Attention: Karla Ishmael, Contract Specialist DESC: The work includes resurfacing and modifications to all existing streets and parking areas within Magda Village. Existing pavement will be demolished and replaced or overlaid. Existing curb and gutter will be demolished and replaced. Underground storm drainage for streets and parking will be provided. New sidewalks will be provided throughout the village. Concrete lined drainage ditches will be removed and replaced with underground drainage pipe. There is a $100.00 Non-refundable fee per set of plans and specifications. Forward your written request and company check or money order (cash and personal checks will not be accepted) to Defense Automated Printing Service, 280 Hovey Road, Pensacola, FL 32508-1048, Attention: Tom Morris. Planholders lists will be provided upon written request only and will be U.S. mailed, not faxed. You may pick up plans from the printing office at the Hovey Street address between 9:00 a.m. and 10:00 a.m. (no exceptions). Plans and specifications will be available approximately 30 days prior to bid opening date. Estimated Cost: $1,000,000 - $2,000,000 CITE: (I-339 SN008998) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: USDI, Bureau of Reclamation, Attention: UC-458, 125 South State Street, Room 6107, Salt Lake City, Utah, 84138-1102 SUBJECT: Y--SALINITY CONTROL - COLORADO RIVER BASIN SOL N/A DUE 022897 POC Contact Rebecca Williams, (801) 524-3770, Grants Specialist, or Dave Trueman, (801) 524-3753. DESC: This is a Notice for the Bureau of Reclamation, which has been authorized by Congress to evaluate and fund cost-effective alternatives to its traditional Colorado River Basin Salinity Control Program. Non-federal sponsors may propose projects (to be funded by Reclamation) to reduce salinity contributions originating from saline springs, leaking wells, irrigation sources, municipal and industrial sources, erosion of public and private land, or other sources above Hoover Dam in the Colorado River Basin. Reclamation will be requesting proposals from the public for comparison to projects planned by Reclamation. Innovative proposals to reduce costs and improve performance are encouraged. For example, proposals may include cost sharing to buy down the cost of traditional projects or provide performance guarantees to improve their competitiveness in the ranking system. A request for proposals (RFP) for fiscal year 1998 funding is available upon request. The offerors will have until February 28, 1997, to submit their proposals. Proposals may require up to five years of funding from the program. Reclamation may reopen the RFP process again each year as needed depending upon its previous obligations, the availability of funds, and future salinity control needs. Reclamation will award agreements resulting from this solicitation to the responsible offerors whose offers will be most advantageous to the Government. Cost-effectiveness (the cost to control each ton of salt) is Reclamation's primary criterion for ranking its implementation priorities. In ranking alternatives, the evaluation committee will also consider a variety of performance risk factors. These will include the uncertainty in both costs and tonnage reduction. Up-front funding or high initial payments for projects may add to the program's exposure to cost overruns, failures, and defaults. Proposals where the Program pays as salt is produced or as facilities are completed, inspected, and placed into operation greatly reduce this risk. All proponents will be required to limit (cap) the program's costs through performance bonds or other guarantees. Otherwise the lack of detailed plans, geological surveys, cost estimates, adequate contingencies, environmental compliance documents, detailed fish and wildlife mitigation plans, or state and local permitting, zoning, and water rights would increase the potential costs to the program and severely down rate the proposal's cost effectiveness ranking. Interested parties should contact Rebecca Williams to be placed on the mailing list for the RFP at (801) 524-3770, or by fax at (801) 524-3029. For general information, contact David Trueman at (801) 524-3753 or Internet at dtrueman@uc.usbr.gov. CITE: (I-339 SN009004) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: U. S. DOI, Bureau of Indian Affairs, Phoenix Area Office, Two Arizona Center, 400 N. 5th Street, Phoenix, AZ 85004 SUBJECT: Y -- REMOVE AND INSTALL ROOFING SOL SB-97-0001 DUE 011497 POC Gerald Knox, Contracting Officer, 602-379-6760. DESC: Remove and install PVC membrane roofing on several buildings, Casa Blanca School, Casa Blanca (Pinal County) on the Gila River Indian Reservation, AZ. Estimated range: $100,000 to $250,000. Issue date o/a 24 Dec 97. CITE: (I-340 SN009172) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Contracting Office, Siuslaw National Forest, P.O. Box 1148, Corvallis, OR 97339 SUBJECT: Y--GOOSE PASTURE STAGING AREA EXPANSION SOL SOL R6-12-97-401 DUE 020697 POC Contact, Administrative Services, 541/750-7118 DESC: This project consists of construction of a concrete block restroom with a pressurized, on-site effluent disposal system; extending power and water to the restroom and area host site; construction of a staging area host trailer parking space; construction of a 1.7 acre parking area with extruded concrete curbing and striping; construction of a vehicle loading ramp; relocation of existing wooden barriers; demolition of the existing vault toilet; and providing and installing site traffic control signs and new wooden barriers. This project is located on the Siuslaw National Forest, Oregon Dunes National Recreation Area, Lane County, Oregon. The Contractor shall furnish all labor, equipment, supervision, transportation, supplies (except those designated as Government furnished) and incidentals to accomplish all work necessary. Contract time is 270 calendar days after receipt of the Notice to Proceed. Government estimate is between S250,000 and S500,000. Estimated start work date is February 24, 1997. Bonding is required. This solicitation is not set-aside for emerging small business concerns. CITE: (I-340 SN009180) [Commerce Business Daily: Posted December 05, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: BLM, BC-660, Bldg #50, Denver Federal Center, P.O. Box 25047, Denver, CO 80225-0047 SUBJECT: Y-SHAMANO HIGHWAY FENCE & CATTLEGUARDS SOL 1422-N670-Q97-0018 DUE 021297 POC Sharon Krenek, Procuremet Clerk, 303/236-9433 DESC: Furnishing labor, equipment, supplies, and incidental materials, to construct approximately 24 miles of livestock fence and 11 cattleguards. This project is located in Eureka County, Nevada. The performance period is 124 calendar days after receipt of the notice to proceed. Estimated price range is between $25,000 and $100,000. Please submit independent requests for the solicitation to the above address or fax requests to 303/236-9470; include name, address, phone number, and solicitation number. All responsible sources may submit an offer which will be considered. CITE: (W-340 SN009218) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: USACE VICKSBURG DISTRICT, 4155 CLAY STREET, VICKSBURG MS 39180-3435 SUBJECT: Y--FC/MR&T, YAZOO BASIN, MS, DEMONSTRATION EROSION CONTROL PROJECT, CANE-MUSSACUNA CREEK WATERSHED, LOW DROP GRADE CONTROL STRUCTURES, CANE CREEK SITE NO. 1 AND SECRET CREEK SITE NO. 2, LD-95-02 SOL DACW38-97-B-0012 DUE 012897 POC Contract Specialist ALICE W. SCOTT (601) 631-7906 (Site Code CW38) DESC: The work consists of furnishing all plant, labor, materials and equipment for constructing two low drop grade control structures in Desoto County, MS. Principal features of the work include clearing and grubbing, control of water, excavation, fill, flter stone, engineering fabric, stone protection, reforestation, erosion control, concrete grout for stone protection, and environmental protection. The estimated value of the proposed work is between $250,000.00 and $500,000.00. Plans $8.40. Specification $7.00. Issue date on or about 26 Dec 96. Bid opening Date on or about 28 Jan 97. CITE: (I-340 SN009277) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: USACE VICKSBURG DISTRICT, 4155 CLAY STREET, VICKSBURG MS 39180-3435 SUBJECT: Y--RED RIVER BELOW DENISON DAM, LEVEES AND BANK STABILIZATION, MILLER COUNTY, ARKANSAS, LEVEE REHABILITATION/RESTORATION, ITEM NO. 2 SOL DACW38-97-B-0017 DUE 020697 POC Contract Specialist MARY RAY (601) 631-5348 (Site Code CW38) DESC: The work consists of furnishing all plant, labor, materials, and equipment for constructing the Levee Rehabilitation/Restoration, Item No. 2, in Miller County, Arkansas. Principal features of work include clearing and grubbing, semicompacted levee emankment, berm embankment, gravel or stone surfacing, turfing, cattle guards with gates, storm water pollution prevention and environmental protection. Issue date on or about 30 DEC 96, Bid opening Date on or about 06 FEB 97. Estimated value of the proposedwork is between $500,000.00 and $1,000,000.00. Plans $11.20, Specifications $7.00, Set of Plans and Specifications $18.20. CITE: (I-340 SN009278) [Commerce Business Daily: Posted December 05, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: National Park Service, New England System Support Office, 15 State St. Boston, Ma 02109-3572 SUBJECT: Y--PHASE TWO, HEADQUARTERS MAINTENANCE BUILDING, SHENANDOAH NATIONAL PARK, LURAY, VIRGINIA SOL 1443-IB4520-97-001 DUE 121796 POC For plans and specifications, contact Lisa Blair via mail at National Park Service, Contracting, 15 State Street, Boston, MA 02109-3572 or via facsimile machine at (617) 223-5208. Technical questions will be handled by Contracting officer Elyse LaForest, telephone (617) 223-5037. NO TELEPHONE REQUESTS FOR BID PACKAGES WILL BE ACCEPTED DESC: Work of the project consists of the completion of the architectural, mechanical and electrical portions of an existing framed and roofed structure with foundations, ground floor slab, and a portion or the masonry walls in place. This project consists of installing metal partition walls; finishing a bathroom; drywall construction; interior doors; and all mechnaical and electrical work. The estimated construction range of this project is $250,000 to $500,000. This solicitation is issued pursuant to P.L. 100-656, Small Business Competitive Demonstration Program, and is open to all size firms. NO TELEPHONE REQUESTS FOR SOLICITATION PACKAGES WILL BE ACCEPTED. CITE: (W-340 SN009317) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Bureau of Indian Affairs, Navajo Area Office, Branch of Contracts and Property Management, P.O. Box 1060, Gallup, New Mexico 87301-1060 SUBJECT: Y--HIGHWAY/ROAD CONSTRUCTION SOL N00-97-05 DUE 112796 POC Contact Mr. Raymond Slim, Contract Specialist, (505) 863-8524 DESC: CANCELLATION: This action originally publicized in the CBD dated October 9, 1996, is cancelled. This requirement will be negotiated under Public Law 93-638. CITE: (I-340 SN009325) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: GSA, PBS, Property Management (4PMP),Suite 2500,401 West Peachtree St. NW,At lanta,GA 30365-2550 SUBJECT: Z-FIRST AND SECOND FLOOR INTERIOR SOL GS-04P-97-EWC-0012 DUE 022797 POC Contact,Liz Worley,404/331-7746,Contracting Officer,Elizabeth Worley,404/33 1-7746 DESC: Correction: Solicitation GS04P-97-EWC-0012. The correct location for this project is the Federal Building - Courthouse, 126 Washington Street, Gainesvil le, GA. There is no cost for solicitations or plans. Please provide a street a ddress for mailing UPS. All other information announced Nov. 20-26 is correct. CITE: (I-339 SN008999) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: General Services Administration, PBS,Property Management-6PMT,1500 E Bannist er, Rm 2135,Kansas City,MO 64131-3088 SUBJECT: Z--HVAC MODIFICATIONS SOL GS-06P-97-GYC-0006 DUE 012897 POC Contact,Susan Johnson,816/926-5317,Contracting Officer,Susan V. Johnson,816 /926-5317 DESC: Pre-Invitation Notice for HVAC Modifications, U.S. Court and Customhouse, 1 114 Market Street, St. Louis, Missouri. Job PCN RMO95831. IFB o/a 12/26/96. E stimated Cost Range: $100,000 - $250,000. Time for completion: 120 calendar da ys after receipt of notice to proceed. No document charge or deposit is require d. Project involves: Replace all components of two (2) 15 ton and one (1) 25 t on Air Conditioning - Split System. Existing systems consist of evaporative con densers. New system to be air-to-air condensers. Systems include, but not limit ed to the following: compressors, condenser units, air-handling units, and all related controls. Replace a 25 ton chilled water system and air-handling unit. The existing condenser is an indoor air-to-air type and is to remain in place. To order plans and specifications for this project, call 816-926-7881, and prov ide the necessary information. All responsible sources may submit a bid which w ill be considered by the agency. CITE: (I-339 SN009000) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Contracting Officer, U.S. Coast Guard, Civil Engineering Unit Oakland, 2000 Embarcadero, Suite 200, Oakland, CA 94606-5337 SUBJECT: Z -- INSTALL POWER FACTOR CORRECTION CAPACITOR AT CG, ISC SEATTLE WA. SOL DTCG88-97-B-623201 DUE 013197 POC Contact Bid Issuing Clerk, (510) 535-7219; Contracting Officer Almer Adams 510/535-7219 DESC: PRESOLICITATION NOTICE: INSTALL THE POWER FACTOR CORRECTION CAPACITOR AT COAST GUARD INTEGRATED SUPPORT COMMAND, SEATTLE WA Work includes: (A)Installation of a 3000 KVAR, 5KV, 3 Phase automated power factor capacitor unit and accessories, materials and wire connections; (B)Installation of additional 5KV switch gear and busbar; (C) Installation of concrete mounting pad for the capacitor unit and additional 5KV Switchgear Section and (D) installation of chain link fencing for the capacitor unit. Estimated cost of this procurement is between $100,000 and $250,000. Performance period is 120 calendar days after receipt of Notice to Proceed. Anticipate bid issue date is 12/31/96. SIC Code for this procurement is 1731, Small Business size standard is Small if its average annual Receipts for its preceeding 3 fiscal years do not exceed $7.0 million. THIS IS AN UNRESTRICTED ACQUISITION BEING SOLICITED AND AWARDED UNDER THE SMALL BUSINESS COMPETITIVENESS DEMONSTRATION PROGRAM, ALL RESPONSIBLE SOURCES ARE ENCOURAGED TO RESPOND. For Minority, Women and Disadvantaged Business Enterprises: The Department of Transportation (DOT Office of Small and Disadvantage Business Utilization has programs to assist minority, women owned and disadvantaged business enterprises to acquire short-term working capital and bonding assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates up to $500,000 per contract to provide accounts receivable financing. The DOT Bonding Assistance Program enables firms to apply for bid, performance and payment bonds up to $500,000 per contract. DOT provides and 80 percent guaranty on the bond amount to a surety against losses. For further information and applicable forms concerning the STLP and Bonding Assistance Program, please call (800) 532-1169. CITE: (I-339 SN009008) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Operational Contracting Division, 1940 Allbrook Dr, Ste 3 Bldg 1, WPAFB OH 45433-5309 SUBJECT: Z -- REPAIR EXTERIOR FACILITY 20023 SOL F33601-97-B-0002 DUE 013097 POC For copy, ASC/PKWO, Attn: Bldg 260, 1940 Allbrook Dr, Ste 3, WPAFB OH 45433-5309 POC: B. Corbett, 937-257-6571, Fax No 937-257-3926. DESC: PRESOLICITATION NOTICE. Project No. WP 880045A. Period of Performance is 150 days. SIC 1721 SIZE STANDARD 7.0 M. Contractor to provide all labor, materials and equipment necessary/required to repair exterior of Facility 20023 at Wright-Patterson AFB OH. Estimated cost of proposed acquisition is between $500,000 and 1,000,000. No tel requests. Only written requests received directly from the requestor are acceptable. Requests for solicitation documents must be accompanied by a non-refundable check or money order in the amount of $15.00, made payable to Accounting and Finance. This solicitation will be issued approx 96 DEC 31. All responsible sources may submit a bid, proposal, or quotation which shall be considered. Direct all requests for solicitations and routine communication concerning this acquisition to Blanche Corbett, Contract Specialist, 937-257-6571, ext. 4133. An Ombudsman has been established for this acquisition. The only purpose of the Ombudsman is to receive and communicate serious concerns from potential offerors when an offeror prefers not to use established channels to communicate his/her concern during the proposal development phase of this acquisition. Potential offerors should use established channels to request information, pose questions, and voice concerns before resorting to use of the Ombudsman. Potential offerors are invited to contact ASC's Ombudsman, Mr Daniel L. Kugel, ASC/SY, Bldg 52, 2475 K Street, Suite 1, Wright-Patterson AFB OH 45433-7642, at (513) 255-3855, E-Mail kugeldl@sy.wpafb.af.mil, with serious concerns only. CITE: (I-340 SN009190) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: OIC, NAVFAC Contracts, Bldg 5, HWY 547, NAES Lakehurst, NJ SUBJECT: Z -- RENOVATE INTERIOR (OLD BANK AREA) OF BUILDING 38 WEST WING SOL N62472-96-Q-3170 POC For plans and specifications call, (908) 323-2494. DESC: This is a Firm Fixed Price Contract being procured under the Simplified Acquisition Procedures. The work includes complete interior renovation of Building 38, West Wing, including but not limited to: removal of walls, tiles, toilet, carpet, drapes, hardware, etc and install new including suspended ceiling, and incidental related work. Performance period is 30 calendar days. The Standard Industrial Code (SIC) for this project is 1542. The related Small Business Size Standards is $17.0 million annual receipts for the preceding three fiscal years. Quotation packages may be obtained by telephoning the above number OR faxing to (908) 323-1471. The request for quotation will be released on or about 18 December 1996 and the quote closing date will be approximately 18 January 1997. This acquisition is being issued unrestricted. Estimated cost range for this project will be: $25,000.00 - $100,000.00 CITE: (I-340 SN009207) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: OIC, NAVFAC Contracts, Bldg 5, HWY 547, NAES Lakehurst, NJ SUBJECT: Z -- PAVING MAINTENANCE AND STRIPIING SOL N62472-97-B-3169 POC For plans and specifications call, (908) 323-2494. DESC: This a pre-solicitation notice. Provide all labor, materials, trasnsporation, equipment, tools, supervision and management efforts necessary to determine and perform repairing bituminous paved areas, by installation of new or combination of new and recycled bituminous materials and sealing pavement cracks. Stripe or restripe pavement, including but not limited to: roads, special airfield markings, parking stalls, stop lines, athletic courts, handicap symbols, directional arrows, crosswalks, cross hatching, and interior and exterior safety striping. Striping work shall include layouts. Work also includes but not limited to: pavement surface preparation, sawcut and remove blacktop and concrete, pavement removal, and incidental related work. Install concrete curbing, sidewalks, roadways and handicap access walks. Offerors shall be aware that there will be no wage adjustments made for the option years. Only one Davis-Bacon Wage Determination shall be included in the solicitation, and this wage determination shall be in effect for the life of the contract. Performance period is for 12 months with two (2) 12 month options, to be exercised by the Government if found to be in its best interest. FAR Clause 523-217-8 "Option to Extend Services" and FAC Clause 5252.217-9301 "Option To Extend The Term Of The Contract Services" are included in this acquisition. The contract includes the clause titled "Evaluation of Options" FAR 52.217-5 Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interest, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of Provision). The Standard Industrial Code (SIC) for this project is 1611. The related Small Business Size Standard is $17.0 million annual receipts for preceding three fiscal years. Plans and specifications may be obtained by telephoning the above number or faxing to (908) 323-1471. ONLY ONE REQUEST PER COMPANY - DO NOT FOLLOW WITH ORIGINAL VIA U.S. MAIL. Plans and specifications are expected to be available on or about 30 December 1996. Bid opening is a minimum 30 days after release of specification. This acquisition is unrestricted. Estimated cost range for this project will be: $1,000,000.00 - $5,000,000.00 CITE: (I-340 SN009208) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 901 M Street, S.E., Washington Navy Yard, Building 175, Washington, DC 20374-5095 SUBJECT: Z -- WASTEWATER PH MONITORING/COMPLIANCE SAMPLING AND ANALYSIS SOL N68925-97-Q-A558 DUE 010997 POC Sandra Hughes, Contract Specialist, (202) 685-8229. DESC: The Navy Public Works Center, Washington DC, has a requirement for Wastewater Ph sampling and analysis located at the Armed Forces Radiobiology Research Institute and the National Naval Medical Center, Bethesda, Maryland. Contractor to provide continuous Ph and temperature monitoring for a period of four months in addition to providing one month continuous Ph and temperature monitoring every other month for a period of eight months. Solicitation package must be requested in writing at the above address or by Facsimile at (202) 685-8236. Solicitation package will be available approximately December 20, 1996 and Quotes will be due January 9, 1997. There is no charge for plans and specifications, however, only one set per firm will be issued. Inquiries regarding technical clarifications must be submitted in writing at the above facsimile number. Telephone inquiries/request will not be honored. See Numbered Note(s): 1. CITE: (I-340 SN009209) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Commander, LANTNAVFACENGCOM, 1510 Gilbert Street, Norfolk, Virginia 23511-2699 (ATTN: Code 02219) SUBJECT: Z - MAINTENANCE DREDGING, NAVAL STATION, NORFOLK, VIRGINIA SOL N62470-96-B-6100 DUE 012797 POC Printing Assistant, Tina Brooks, (757) 445-8696, Extension 15, Contract Specialist, Shirley Rowe, Fax (757) 322-8264, Contracting Officer, R. A. Fox DESC: The work includes maintenance dredging for piers at the Naval Station and slips at the deperming station and incidental related work. Approximate Solicitation Release Date: 24 December 1996. A charge will be made for each set of specifications, half size plans and full size plans. The cost is $16.00 for each half-size set and $30.00 for each full-size. This price includes priority mail postage. These sets will be made available upon receipt of a written request, and a non-refundable check or money order made payable to the U. S. Treasury. Written requests shall be sent to: DEFENSE AUTOMATED PRINTING SERVICE, 1641 MORRIS STREET, BUILDING KBB, NORFOLK VA 23451-2898. Please state area code, telephone number, street address, nine-digit zip and whether you are participating as a prime of subcontractor. Any inquiries regarding plans and specifications call (757) 445-8696. Ext. 15, technical inquiries may be faxed to Shirley Rowe, Contract Specialist. Estimated Cost Range: $5,000,000 and $10,000,000. The SIC Code for this project is 1629 with a size standard of $13,500,000. This project is not set aside for small business. CITE: (I-340 SN009219) [Commerce Business Daily: Posted December 05, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Everglades National Park, Attn: Contracting Office, 40001 State Road 9336, Homestead, FL 33034 SUBJECT: Z--REPAIR TWO EXISTING CANAL PLUGS: EAST CAPE CANAL PLUG AND HOMESTEAD CANAL PLUG, MONROE COUNTY, EVERGLADES NATIONAL PARK SOL IFB5280-97-02 DUE 010897 POC Sherry Dague DESC: Repair of two existing canal plugs located within the boundaries of Everglades National, Monroe County, Florida, to include installation of approximately 2,100 lf of government furnished galvanized sheet piling; excavation and placing soil, rip-rap and rock using a clamshell bucket for the purpose of repairing canal plugs. Access to both plug sites is by boat from Florida Bay. Applicable SIC 1629. BOD January 8, 1997. CITE: (W-340 SN009220) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: USA GARRISON FORT BELVOIR, DIRCTRT OF CONTRACTING, 9410 JACKSON LOOP STE 101, FT BELVOIR VA 22060-5134 SUBJECT: Z--REPLACE SEWAGE LAGOON, LONGSTREET, FORT A. P. HILL, BOWLING GREEN, VIRGINIA SOL DADW35-97-B-0003 DUE 012997 POC Contract Specialist WANDA V. MOSELEY (703) 806-4484 (Site Code DADW35) DESC: THE U.S. ARMY DIRECTORATE OF CONTRACTING, FORT BELVOIR, VIRGINIA INTENDS TO ISSUE A SOLICITATION FOR A CONTRACTOR TO PROVIDE ALL LABOR, EQUIPMENT, AND MATERIALS IN ORDER TO REPAIR ONE (1) SEWAGE LAGOON LINERS AT FORT A.P. HILL, BOWLING GREEN, VIRGINI. THE PROPOSED CONTRACT IS 100% SET ASIDE FOR SMALL BUSINESS CONCERNS WITH A SIZE STANDARD OF $17.0 MILLION. THE SIC CODE IS 1623. THE MAGNITUDE IS ESTIMATED BETWEEN $100,000 AND $250,000. REQUESTS FOR SOLICITATION SHALL BE IN WRITING TO THE DIRCTRT OF CONRACTING, ATTN CONSTRUCTION DIVISION, 9410 JACKSON LOOP STE 101, FORT BELVOIR, VA 22060-5134. REQUESTS MAY BE FAXED TO (703) 806-4488/4465 CITE: (I-340 SN009276) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Rock Island Arsenal, ATTN: SIORI-CT, ROCK ISLAND, IL 61299-5000 SUBJECT: Z--ROOF, SIDING, AND SHEET METAL WORK SOL DAAA08-97-B-0005 DUE 012297 POC Contract Specialist Tami L. Lord (309) 782-8564 (Site Code DAAA08) DESC: PROJECT NUMBER: PR 45-94. LOCATION: Rock Island Arsenal, Rock Island, IL, Building 331. SCOPE OF SERVICES: Furnish all plant, labor, equipment and material for performing all operations in strict accordance with drawings and specifications for Structral and Roof Repairs, Building 331. Work includes but is not limited to the following: removal of asbestos-bearing flashing; preparation of wood roof deck for new roof system; installation of insulation and roofing system; installation of flashing and trim minor masonry tuckpointing; and minor painting. COST RANGE: Between $250,000 and $500,000. TYPE OF CONTRACT: Firm Fixed Price Construction. DURATION OF CONTRACT PERIOD: Commence within 21 calendar days and complete not later than 90 calendar days after receipt of Notice of Proceed. APPROXIMATE ISSUE DATE: 23 DEC 96 with opening date 30 days from issue. Firms interested in receiving solicitation package should FAX 309) 782-6727/3721. All responsible sources may submit a bid which shall be considered by the agency. The proposed contract listed here is unrestricted. Pre-solicitation notices will be issued approximately 6 DEC 96 and are due back 14 calendar days after ssue. Home Page Access; http://www.RIA.ARMY.MIL/. CITE: (I-340 SN009287) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Contracting Officer, U.S. Coast Guard, Civil Engineering Unit Oakland, 2000 Embarcadero, Suite 200, Oakland, CA 94606-5337 SUBJECT: Z -- REMOVAL OF UNDERGROUND STORAGE TANKS SOL DTCG88-97-B-623174 DUE 011797 POC Contact Bid Issuing Clerk, Brett Content (510) 535-7280 DESC: REMOVAL OF UNDERGROUND STORAGE TANKS AND INSTALLATION OF ABOVE GROUND STORAGE TANKS , VARIOUS LOCATIONS IN CALIFORNIA. Provide all labor, material, supervision, equipment, transportation and all other necessary items for a complete and usable project; which includes, remove and recycle underground storage tanks, all associated piping, and ancillary equipment, deadman or holding pads underneath underground storage tanks to remain. Soil and ground water sampling and testing for each UST excavation. Backfill, cleanup and site restoration . Install government furnished above ground storage tanks (AST). Estimated range $100,000 to $500,000. Drawings and specifications can be purchased on a first come first serve basis, at the rate of $25.00 per copy. Phone requests not accepted. Requests by mail only Bidder must include payment in the applicable amoumt by certified check or money order, (Company checks not accepted) payable to the U.S. Coast Guard. Mail to the U. S. Coast Guard, Civil Engineering Unit Oakland, Embarcadero, Suite 200, Oakland California 94606-5337. Attn; Bid Issue Clerk. NO EXPRESS MAIL PROCEDURES WILL BE UTILIZED ON MAILINGS OF PLANS AND SPECIFICATIONS. No refunds will be made and materials need not be returned If project is cancelled or no award is made, cost of plans and specifications will be refunded only on written request. Technical questions may be directed to Mr. Roy Clark at (510) 535-7262. SIC Code for this procurement is 1799, Size standard is $7 million. THIS IS AN UNRESTRICTED ACQUISITION BEING SOLICITED AND AWARDED UNDER THE SMALL BUSINESS COMPETITIVENESS DEMONSTRATION PROGRAM, ALL BUSINESSES ARE ENCOURAGED TO RESPOND. For Minority, Women and Disadvantaged Business Enterprises: The Department of Transportation (DOT Office of Small and Disadvantage Business Utilization has programs to assist minority, women owned and disadvantaged business enterprises to acquire short-term working capital and bonding assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates up to $500,000 per contract to provide accounts receivable financing. The DOT Bonding Assistance Program enables firms to apply for bid, performance and payment bonds up to $500,000 per contract. DOT provides and 80 percent guaranty on the bond amount to a surety against losses. For further information and applicable forms concerning the STLP and Bonding Assistance Program, please call (800) 532-1169. CITE: (I-340 SN009298) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Contracting Officer, U.S. Coast Guard, Civil Engineering Unit Oakland, 2000 Embarcadero, Suite 200, Oakland, CA 94606-5337 SUBJECT: Z -- INSTALL POWER FACTOR CORRECTION CAPACITOR AT CG, ISC SEATTLE WA. SOL DTCG88-97-B-623201 DUE 013197 POC Contact Bid Issuing Clerk, (510) 535-7219; Contracting Officer Almer Adams 510/535-7219 DESC: PRESOLICITATION NOTICE: INSTALL THE POWER FACTOR CORRECTION CAPACITOR AT COAST GUARD INTEGRATED SUPPORT COMMAND, SEATTLE WA Work includes: (A)Installation of a 3000 KVAR, 5KV, 3 Phase automated power factor capacitor unit and accessories, materials and wire connections; (B)Installation of additional 5KV switch gear and busbar; (C) Installation of concrete mounting pad for the capacitor unit and additional 5KV Switchgear Section and (D) installation of chain link fencing for the capacitor unit. Estimated cost of this procurement is between $100,000 and $250,000. Performance period is 120 calendar days after receipt of Notice to Proceed. Anticipate bid issue date is 12/31/96. SIC Code for this procurement is 1731, Small Business size standard is Small if its average annual Receipts for its preceeding 3 fiscal years do not exceed $7.0 million. THIS IS AN UNRESTRICTED ACQUISITION BEING SOLICITED AND AWARDED UNDER THE SMALL BUSINESS COMPETITIVENESS DEMONSTRATION PROGRAM, ALL RESPONSIBLE SOURCES ARE ENCOURAGED TO RESPOND. For Minority, Women and Disadvantaged Business Enterprises: The Department of Transportation (DOT Office of Small and Disadvantage Business Utilization has programs to assist minority, women owned and disadvantaged business enterprises to acquire short-term working capital and bonding assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates up to $500,000 per contract to provide accounts receivable financing. The DOT Bonding Assistance Program enables firms to apply for bid, performance and payment bonds up to $500,000 per contract. DOT provides and 80 percent guaranty on the bond amount to a surety against losses. For further information and applicable forms concerning the STLP and Bonding Assistance Program, please call (800) 532-1169. CITE: (I-340 SN009299) [Commerce Business Daily: Posted December 05, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Operational Contracts Division, AFDTC/PKO, 205 West D Avenue, Suite 541,Eglin AFB FL 32542-6862 SUBJECT: Z-REPAIR/REPLACE HVAC, BUILDING 55, EGLIN AFB FL SOL F08651-97-B-0039 DUE 012297 POC Helen Cunningham, Contract Specialist, 904/882-5628, Ext 5273; Cecile A. Ramos, Contracting Officer DESC: Eglin AFB FL has a requirement to Repair/Replace HVAC, Building 55, Eglin AFB FL. This requirement was previously published under Solicitation Number F08651-96-B-0127 on 16 & 23 July 1996. The solicitation number is hereby changed to F08651-97-B-0039. Any solicitation requests or information required should referred to under this solicitation number. The dollar range for this project is between $100,000 and $250,000. All responsible sources may submit a bid which shall be considered by the agency. Firms responding should indicate if they are a small business. Solicitation packages are available at a $20.00 charge. All requests must be submitted in writing. Make check/money order payable to DFAS-LI, DSSN 6671, and mail along with your written request to AFDTC/PKO, 205 W. D Ave, Suite 541, Eglin AFB FL 32542-6862 No telephone requests for solicitation packages are acceptable. CITE: (W-340 SN009303) [Commerce Business Daily: Posted December 05, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Operational Contracts Division, AFDTC/PKO, 205 West D Avenue, Suite 541,Eglin AFB FL 32542-6862 SUBJECT: Z-REPAIR/REPLACE HVAC, BUILDING 55, EGLIN AFB FL SOL F08651-97-B-0039 DUE 012297 POC Helen Cunningham, Contract Specialist, 904/882-5628, Ext 5273; Cecile A. Ramos, Contracting Officer DESC: Eglin AFB FL has a requirement to Repair/Replace HVAC, Building 55, Eglin AFB FL. This requirement was previously published under Solicitation Number F08651-96-B-0127 on 16 & 23 July 1996. The solicitation number is hereby changed to F08651-97-B-0039. Any solicitation requests or information required should referred to under this solicitation number. The dollar range for this project is between $100,000 and $250,000. All responsible sources may submit a bid which shall be considered by the agency. Firms responding should indicate if they are a small business. Solicitation packages are available at a $20.00 charge. All requests must be submitted in writing. Make check/money order payable to DFAS-LI, DSSN 6671, and mail along with your written request to AFDTC/PKO, 205 W. D Ave, Suite 541, Eglin AFB FL 32542-6862 No telephone requests for solicitation packages are acceptable. CITE: (W-340 SN009304) [Commerce Business Daily: Posted December 05, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Operational Contracts Division, AFDTC/PKO, 205 West D Avenue, Suite 541,Eglin AFB FL 32542-6862 SUBJECT: Z-REPAIR LIGHTNING PROTECTION SYSTEM, BUILDING 40, EGLIN AFB FL SOL F08651-97-B-0038 DUE 020497 POC Helen Cunningham, Contract Specialist, 904-882-5628, Ext 5273; Cecile A. Ramos, Contracting Officer DESC: Eglin AFB FL has a requirement to Repair Lightning Protection System, Building 440, Eglin AFB FL. Work consists of furnishing all plant, labor, materials and equipment, and performing all operations in connection with lightning protection system at Building 440. In general, work consists of removing all air terminals, support brackets, main conductors, secondary conductors, down conductors, etc., as required to completely remove the lightning protection system on outlined roof areas. Provide new lightning protection system and reconnect to existing lightning protection system on roof areas that are not being renovated. The materials and installation shall conform top the applicable rules of the National Electrical Code and NFPA No. 780, Lightning Protection Code. Estimated dollar range is between $25,000 and $100,000. All responsible sources may submit a bid which shall be considered by the agency. Firms responding should indicate if they are a small business. Solicitation packages are available at a $20.00 charge. All requests must be submitted in writing. Make check/money order payable to DFAS-LI, DSSN 6671, and mail along with your written request to AFDTC/PKO, 205 W. D Ave, Suite 541, Eglin AFB FL 32542-6862 No telephone requests for solicitation packages are acceptable. CITE: (W-340 SN009308) [Commerce Business Daily: Posted December 05, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Operational Contracts Division, AFDTC/PKO, 205 West D Avenue, Suite 541,Eglin AFB FL 32542-6862 SUBJECT: Z-REPAIR LIGHTNING PROTECTION SYSTEM, BUILDING 40, EGLIN AFB FL SOL F08651-97-B-0038 DUE 020497 POC Helen Cunningham, Contract Specialist, 904-882-5628, Ext 5273; Cecile A. Ramos, Contracting Officer DESC: Eglin AFB FL has a requirement to Repair Lightning Protection System, Building 440, Eglin AFB FL. Work consists of furnishing all plant, labor, materials and equipment, and performing all operations in connection with lightning protection system at Building 440. In general, work consists of removing all air terminals, support brackets, main conductors, secondary conductors, down conductors, etc., as required to completely remove the lightning protection system on outlined roof areas. Provide new lightning protection system and reconnect to existing lightning protection system on roof areas that are not being renovated. The materials and installation shall conform top the applicable rules of the National Electrical Code and NFPA No. 780, Lightning Protection Code. Estimated dollar range is between $25,000 and $100,000. All responsible sources may submit a bid which shall be considered by the agency. Firms responding should indicate if they are a small business. Solicitation packages are available at a $20.00 charge. All requests must be submitted in writing. Make check/money order payable to DFAS-LI, DSSN 6671, and mail along with your written request to AFDTC/PKO, 205 W. D Ave, Suite 541, Eglin AFB FL 32542-6862 No telephone requests for solicitation packages are acceptable. CITE: (W-340 SN009309) [Commerce Business Daily: Posted December 05, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Operational Contracts Division, AFDTC/PKO, 205 West D Avenue, Suite 541,Eglin AFB FL 32542-6862 SUBJECT: Z REPLACE TAXIWAY LIGHTS AND CIRCUITS, EGLIN AFB FL SOL F08651-97-B-0040 DUE 020397 POC Sheila Kingman, Contract Specialist, 904/882-5628, Ext. 5270; Cecile A. Ramos, Contracting Officer DESC: Presolicitation Notice. Replace Taxiway Lights and Circuits, Eglin AFB FL. Estimated bid opening date is 4 Feb 97. Construction work consists of replacing taxiway lights, circuits, regulators, underground conduit, etc., on Main Base taxiways at Eglin AFB. Estimated dollar range is between $500,000 and $1M. All responsible sources may submit a bid which shall be considered by the agency. Firms responding should indicate if they are a small business. Bid packages may be obtained for $20.00 by submitting a written request to AFDTC/PKOO, 205 West D Ave., Suite 541, Eglin AFB FL 32542-6862. Make check or money order payable to DFAS-LI, DSSN 6671. No phone calls for bid packages be accepted. CITE: (W-340 SN009314) [Commerce Business Daily: Posted December 05, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Operational Contracts Division, AFDTC/PKO, 205 West D Avenue, Suite 541,Eglin AFB FL 32542-6862 SUBJECT: Z REPLACE TAXIWAY LIGHTS AND CIRCUITS, EGLIN AFB FL SOL F08651-97-B-0040 DUE 020397 POC Sheila Kingman, Contract Specialist, 904/882-5628, Ext. 5270; Cecile A. Ramos, Contracting Officer DESC: Presolicitation Notice. Replace Taxiway Lights and Circuits, Eglin AFB FL. Estimated bid opening date is 4 Feb 97. Construction work consists of replacing taxiway lights, circuits, regulators, underground conduit, etc., on Main Base taxiways at Eglin AFB. Estimated dollar range is between $500,000 and $1M. All responsible sources may submit a bid which shall be considered by the agency. Firms responding should indicate if they are a small business. Bid packages may be obtained for $20.00 by submitting a written request to AFDTC/PKOO, 205 West D Ave., Suite 541, Eglin AFB FL 32542-6862. Make check or money order payable to DFAS-LI, DSSN 6671. No phone calls for bid packages be accepted. CITE: (W-340 SN009315) [Commerce Business Daily: Posted December 05, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Commanding Officer, Southern Division,Naval Facilities Engineering Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston, SC 29419-9010 SUBJECT: Z - RENOVATE BOWLING CENTER, NAVAL SUBMARINE BASE, KINGS BAY, GA SOL N62467-93-B-1133 DUE 012397 POC Technical Questions: Ralph Peters, Code 0211RP. Contracting Officer: L. R. Fisk DESC: THIS SOLICITATION IS HEREBY BEING ISSUED ON AN "UNRESTRICTED" BASIS INVITING FULL AND OPEN COMPETITION. The project includes the alteration of the existing Bowling Center building. Alterations include the addition of mechanical and kitchen storage space, an entry cover, bowling lane overlays, bowling ball returns, scoring equipment, new finishes, mechanical equipment, electrical equipment, lighting, and site work. Exterior load bearing masonry walls have brick veneer and entry cover consists of wood, standing seam metal roofing and stucco soffit. Other building components include hollow metal frames, aluminum doors and frames, wood doors, ceramic tile restrooms, carpet and rubber flooring. Supporting facilities include storm drainage system, sidewalks, parking, landscape and incidental related incidental work to provide a complete and usable facility. For Plans and Specifications: There is a $55.00 NON-REFUNDABLE CHARGE for "EACH" set of Plans and Specifications. To obtain Plans and Specifications you may CHARGE your request to a CORPORATE VISA CREDIT CARD or make company check payable to: US TREASURY and send to: THE DEFENSE AUTOMATED PRINTING SERVICE, ATTN: RONNIE MITCHUM, P. O. BOX 71359, CHARLESTON, SC 29415 (TO FEDERAL EXPRESS YOUR REQUEST: THE DEFENSE AUTOMATED PRINTING SERVICE, ATTN: RONNIE MITCHUM, 2825 AVENUE "D" NORTH, SUITE "B", CHARLESTON, SC 29408-1802.) If problems arise concerning your request, call Ronnie Mitchum at 803/743-4040. PLEASE INDICATE IF YOU ARE A PRIME CONTRACTOR, SUBCONTRACTOR, SUPPLIER, ETC. PLEASE INCLUDE (1) A POINT OF CONTACT, (2) A TELEPHONE NUMBER, AND (3) A FAX NUMBER IN YOUR REQUEST FOR PLANS AND SPECIFICATIONS. To obtain a Plan Holders List fax your request to 803/743-3027. Plan Holders List will be mailed. We cannot fax Plan Holders List. For inquiries about Bid Opening Date or Number of Amendments; contact Shirley Shumer at 803/820-5923. Technical Inquiries prior to Bid Opening must be submitted in writing 15 days before Bid Opening to the address listed above, or faxed to 803/820-5853, Attn: Ralph Peters, Code 0211RP. To obtain bid results, call 803/820-5922 after 10:00AM for a pre-recorded message that will be available the day following scheduled bid opening. Estimated cost is between $500,000.00 and $1,000,000.00. Estimated duration of the contract is 180 days for completion. CITE: (W-340 SN009316) [Commerce Business Daily: Posted December 05, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Commanding Officer, Southern Division,Naval Facilities Engineering Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston, SC 29419-9010 SUBJECT: Z - WASTEWATER PLANT UPGRADE, NAVAL AIR STATION, KEY WEST, FL SOL N62467-96-B-0765 DUE 012897 POC Technical Questions: Susie Conner, Code 0211SC. Contracting Officer: L. R. Fisk DESC: THIS SOLICITATION IS HEREBY BEING ISSUED ON AN "UNRESTRICTED" BASIS INVITING FULL AND OPEN COMPETITION. The work includes upgrading existing wastewater treatment plant with new bar screens and grit collection system, new and renovated clarifiers and aeration tanks, new sludge drying beds, pump and compressed air blower buildings, an elevated control building, pumps, extensive piping, and incidental related work. Primary construction is cast-in place concrete and concrete masonry. For Plans and Specifications: There is a $50.00 NON-REFUNDABLE CHARGE for "EACH" set of Plans and Specifications. To obtain Plans and Specifications you may CHARGE your request to a CORPORATE VISA CREDIT CARD or make company check payable to: US Treasury and send to: THE DEFENSE AUTOMATED PRINTING SERVICE, ATTN: RONNIE MITCHUM, P. O. BOX 71359, CHARLESTON, SC 29415 (TO FEDERAL EXPRESS YOUR REQUEST: THE DEFENSE AUTOMATED PRINTING SERVICE, ATTN: RONNIE MITCHUM, 2825 AVENUE "D" NORTH, SUITE "B", CHARLESTON, SC 29408-1802.) If problems arise concerning your request, call RONNIE MITCHUM at 803/743-4040. PLEASE INDICATE IF YOU ARE A PRIME CONTRACTOR, SUBCONTRACTOR, SUPPLIER, ETC. PLEASE ALSO INCLUDE (1)A POINT OF CONTACT, (2)A TELEPHONE NUMBER, AND (3)A FAX NUMBER. To obtain a Plan Holders List fax your request to 803/743-3027. Plan Holders List will be mailed. We cannot fax Plan Holders List. For inquiries about Bid Opening Date or Number of Amendments; contact Shirley Shumer at 803/820-5923. Technical Inquiries prior to Bid Opening must be submitted in writing 15 days before Bid Opening to the address listed above, or faxed to 803/820-5853, Attn: Susie Conner, Code 0211SC. To obtain bid results, call 803/820-5922 after 10:00AM for a pre-recorded message that will be available the day following scheduled bid opening. Estimated cost is between $1,000,000.00 and $5,000,000.00. Estimated duration of the contract is 465 days for completion. CITE: (W-340 SN009318) [Commerce Business Daily: Posted December 05, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Commanding Officer, Southern Division,Naval Facilities Engineering Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston, SC 29419-9010 SUBJECT: Z - HANGAR 51 RENOVATION, NAVAL AIR STATION, CORPUS CHRISTI, TX SOL N62467-96-B-0893 DUE 012897 POC Technical Questions: Rhonda Earney, Code 0211RE. Contracting Officer, L. R. Fisk DESC: THIS IS A PRE-SOLICITATION NOTICE ONLY. A SOLICITATION NOTICE WILL BE PUBLISHED BEFORE INVITATIONS ARE ISSUED. THIS PRE-SOLICITATION IS BEING ADVERTISED ON AN "UNRESTRICTED" BASIS INVITING FULL AND OPEN COMPETITION. The work includes renovation work for existing Hangar 51, associated site work, asbestos and lead paint abatement and incidental related work. Work also includes construction of the new 74C Building and Hazardous Materials Building. For Plans and Specifications: There is a $110.00 NON-REFUNDABLE CHARGE for "EACH" set of Plans and Specifications. To obtain Plans and Specifications you may CHARGE your request to a CORPORATE VISA CREDIT CARD or make company check payable to: US TREASURY and send to: THE DEFENSE AUTOMATED PRINTING SERVICE, ATTN: RONNIE MITCHUM, P. O. BOX 71359, CHARLESTON, SC 29415 (TO FEDERAL EXPRESS YOUR REQUEST: THE DEFENSE AUTOMATED PRINTING SERVICE, ATTN: RONNIE MITCHUM, 2825 AVENUE "D" NORTH, SUITE "B", CHARLESTON, SC 29408-1802.) If problems arise concerning your request, call Ronnie Mitchum at 803/743-4040. PLEASE INDICATE IF YOU ARE A PRIME CONTRACTOR, SUBCONTRACTOR, SUPPLIER, ETC. PLEASE INCLUDE (1) A POINT OF CONTACT, (2) A TELEPHONE NUMBER, AND (3) A FAX NUMBER IN YOUR REQUEST FOR PLANS AND SPECIFICATIONS. To obtain a Plan Holders List fax your request to 803/743-3027. Plan Holders List will be mailed. We cannot fax Plan Holders List. For inquiries about Bid Opening Date or Number of Amendments; contact Shirley Shumer at 803/820-5923. Technical Inquiries prior to Bid Opening must be submitted in writing 15 days before Bid Opening to the address listed above, or faxed to 803/820-5853, Attn: Rhonda Earney, Code 0211RE. To obtain bid results, call 803/820-5922 after 10:00AM for a pre-recorded message that will be available the day following scheduled bid opening. Estimated cost is between $1,000,000.00 and $5,000,000.00. Estimated duration of the contract is 340 days for completion. CITE: (W-340 SN009319) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: BIA, Navajo Area Office, Branch of Contracts and Property Management, P.O. Box 1060, Gallup, New Mexico 87305-1060 SUBJECT: Z--REMOVE, REPLACE EXISTING FURNACES, WATER HEATERS, BATHROOM EXHAUST FANS AND LIGHT FIXTURES, AND PROVIDE ELECTRICAL UPGRADE FOR GOVENMENT APARTMENT-DUPLEXES IN 1, 2, & 3 BEDROOM UNITS LOCATED IN NEW MEXICO AND ARIZONA SOL N00-97-06 DUE 010797 POC Contact Ms. Victoria Joe, Contract Specialist, (505) 863-8262, Mr. Benjamin Boyd, Technical Representative, (505) 863-8418 DESC: Furnish all materials, labor, services, equipment, supervision, delivered to the project site on the Navajo Indian Reservation, in Shiprock Agency; Aneth, Utah, Cove, Red Rock, and Toadlena Schools, Eastern Navajo Agency; Wingate HS, Ft. Defiance Agency; Chuska and Kinlichee Schools. Evaluation include Past Performance of similar work for the past two (2) years. This sealed bid is issued under the Buy Indian Act, 25 U.S.C. 47, labor surplus area. Offerors must present written evidence in its bid that its economic enterprise is 51% owned and controlled by Indian(s) or Alaska Native(s). Estimate price is $100,000. to $250,000. Offerors shall furnish names of Indian/Alaska Native persons or firms being considered for subcontracts, indicate what portions of the work they would be performing and provide qualification of key personnel that will be assigned. A limit of 20 bids will be mailed. Offerors shall submit a written request for bids. Bids open at 2:00 p.m., January 7, 1997. CITE: (I-340 SN009324) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 23 Contracting Squadron, 1443 Reilly Road, Suite C, Pope AFB, NC 28308-2896 SUBJECT: Z -- SIMPLIFIED ACQUISITION FOR BASE ENGINEERING REQUIREMENTS (SABER), SOL F31601-97-RA004 DUE 021897 POC Mr Thomas W. Foster, Contract Administrator, 910-394-6276, Contracting Officer, Mr Martin M. Honan, Jr, 910-394 6599. DESC: The subject acquisition is for a broad range of of maintenance, repair and minor construction work on real property at Pope Air Force Base, NC. The contract will be an indefinite delivery-indefinite quantity contract. The contractor will be required to furnish all materials, equipment, and personnel necessary to manage and accomplish a variety of tasks order jobs. The tasks may include but are not limited to a variety of trades such as electrical, plumbing, sheet metal, roofing, painting, demolition, concrete masonry, and welding. Guaranteed minimum is $200,000 payable the first year of the contract. The contract will be a basic 12 month period with four (4) one year options. The acquisition is unrestricted. All responsible sources may submit an offer which will be considered by this agency. A non-refundable charge for the solicitation package is $50.00 and may be a company check, money order, cashier's check or bank draft payable to "DFAS-DY/DO". No telephone requests will be taken. Please state solicitation number, business size, telephone number, and fax number on your request for the package. Requests should be submitted no later than 1 Jan 1997. Estimated date for issuance of the Request for Proposal (RFP) is 15 Jan 1997. SIC code is 1542. e CITE: (I-340 SN009342) [Commerce Business Daily: Posted December 05, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Operational Contracts Division, AFDTC/PKO, 205 West D Avenue, Suite 541,Eglin AFB FL 32542-6862 SUBJECT: Z - CORRECT HUMIDITY PROBLEM, BUILDING 373, EGLIN AFB, FL SOL F08651-97-B-0041 DUE 020597 POC Bertha M. Burns, Contract Specialist, 904-882-5628, Ext. 5268, Cecile A. Ramos, Contracting Officer DESC: Eglin AFB, FL has a requirement to Correct Humidity Problem, Building 373, Eglin AFB, FL. Bid opening date of 5 Feb 97 is only an estimated date. The performance period is 90 calendar days. In general, the works consist of modifying three (3) existing air handling units. Modifications consist of interchanging the positions of the chilled and hot water coils. The purpose of these modifications is for humidity control. In addition to interchanging air handling unit coils, control modifications, rebalancing of air flows are required. Control modifications are required to properly control humidity. Balancing of air and water lows is required to accommodate new outdoor air ventilation rates. The building at which this work is being performed shall remain occupied and in full operation during construction. Only one of the three air handling units may be modified at a time Coordinate sequence of work effort with user. Estimated dollar range is between $25,000 and $100,000. All responsible sources may submit a bid that shall be considered by the agency. Firms responding should indicate if they are a small business. Solicitation packages are available at a $20.00 charge. All requests must be submitted in writing. Make check/money order payable to DFAS-LI, DSSN 6671, and mail along with your written request to AFDTC/PKO, 205 West D Avenue, Suite 541, Eglin AFB, FL 32542-6862. No telephone requests for solicitation packages are acceptable. CITE: (W-340 SN009365) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: VA Medical Center (90C), ATTN: Contracting Officer, Mountain Home, TN 37684 SUBJECT: Z -- ELECTRICAL POWER SURVEY SOL 621-29-97 DUE 020697 POC Jimmy W. Smiley, Contracting Officer, (423) 461-7986 DESC: Furnish all labor, supervision, materials and equipment to perform a professional survey, inspect, test, and maintenance of the electrical systems and equipment at the VA Medical Center, Mountain Home, Tennessee in accordance with the contract specifications and drawings. All requests for solicitation documents must be submitted to the Contracting Officer in writing. Requests for solicitation documents must be submitted in writing to the Contracting Officer. Requests for solicitation documents maybe tele-faxed to the Contracting Officer at (423) 461-7944. The estimated issue date for solicitation documents is January 7, 1997. The Standard Industrial Classification Code for this procurement is 1731. CITE: (I-340 SN009379) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: SOUTHWESTNAVFACENGCOM (Code 0212), 1220 Pacific Highway, San Diego, CA 92132-5187 SUBJECT: Z -- REPLACE F-76 PUMPS DFSP PROJECT #SPO 93-9, DEFENSE FUEL SUPPLY POINT, SAN PEDRO, CA SOL N68711-94-B-1473 DUE 012797 POC For Plans and Specs info call 619-532-2082/Contracts Specialist, Lucile Miranda/Contracting Officer, Maria Williams/For Bid results call 619-532-2355. DESC: DESCRIPTION OF WORK--The work includes replacement of twelve verticle can pumps located in six pump houses with three new pumps housed in a new pump house. The three new pumps will be API 610 horizontal split case pumps complete with associated piping, valves and electrical wiring. The abandoned pump houses are numbered 201 through 206 and are located in the southeast corner of the facility. The pumping system is ued for distribution of F-76 fuel between D.F.S.P. tank farm located on Gaffey St., San Pedro, CA and the fuel loading pier located on the Naval Shipyards in Long Beach, CA. The new pump house will be located on the east side of the old pump house road. The new pump house will be above ground concrete block building. The existing six pump houses will be abandoned in place. The piping to the existing pump houses is to be disconnected and capped at the Dresser couplings within the respective existing valve pits as shown on the construction drawings. The new piping will be installed connecting the existing valve put to the new pumps. All three pumps use a common suction line from one main distribution header. The pumps discharge into a common header to another main distribution header. Isolation valves and check valves are provided as indicated. Electrical power for the pumps will be 2400v and will be routed from the existing 2400v line to the new pump house. Control of the pumps (starting and stopping) will be accomplished by extending the control wiring from the existing pump house No. 206 to the new pump house. All of the new isolation valves are double block and bleed twin seal type plug valves and will have electric motor operators. The electric motor operators will be connected to the 480v electric power. For this contract the control wiring will not be connected to the Pump House 113 control system. Valve control will be local with electrical switches located on the valve actuators, and incidental related work complete and ready for use.--The estimated cost is between $500,000 and $1,000,000. --Firm Fixed Price Contract.--Contract duration is 270 calendar days.--Bids will be considered from all responsible sources.--This project is unrestricted.--The Standard Industrial Code is 1629 and the annual size standard is $17 million.--It is recommended the subcontracting plan goals reflect a minimum goal of 5% for Small Disadvantaged Business subcontracting effort.--NOTE: Plans and specs will not be mailed to firms within a 20 mile radius of the issuing office. A fee will be charged for all plans and specs. Each set will cost $43.00. - --Solicitation packages may be acquired in person from Plan Issue or by mail.--Telephone requests will not be accepted.--Requests for the solicitation package must be in writing stating solicitation number N68711-94-B-1473, complete name, address, area code and phone number and whether bidding as a prime/subcontractor/supplier. -Plan holders lists will not be faxed.--Mail requests to Southwest Division, Naval Facilities Engineering Command (Plan Issue), Building 132, 1220 Pacific Highway, San Diego, CA 92132-5187 with a check payable to DEFENSE PRINTING SERVICE.--Fees are not refundable.--Submit one (1) check per project.--Solicitation packages are limited to two (2) sets per prime and one (1) per subcontractor/supplier.--Plans and specifications will be available on or about 24 December 1996. CITE: (I-340 SN009380) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 10--Weapons OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 10--CASE, LUBRICANT. WITH M16; M16A1 RIFLE AND M79 LAUNCHER. IN ACCORDANCE WITH CITED DRAWINGS SOL SP0760-97-R-3943 DUE 012497 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) JoAnn M Baity, 614692-4710 DESC: PR-NO: YPC96225002933 NSN 1005-00-791-3377, CAGE 19204 Part No 7790995 CAGE 3L549 Part No 7790995 CASE, lubricant I/A/W U S army armament research and development command drawing 7790995. 59,084 -EA Del to Lathrop CA 95330 phase delivery. various delivery dates. Small business size standard is 500 employees. Solicitation not available until 15 days after published in the CBD. Written requests for drawings are to be submitted to Defense Supply Center Columbus, Attn: DSCC-VTRD, P.O. Box 3990, Columbus, OH 43216-5000, by FAX (614)692-2998 or Call (614)692-2344. Requests should include the IFB/RFP/RFQ number, opening/closing date, NSN, YPC/ZPC or NPC number; buyer's name and your complete name and address. Federal, military and commercial specifications cannot be provided by DSCC. Proposed procurement contains a 100% option for increased quantities. This is an unrestricted acquisition with a 10% preference for SDB concerns. All responsible sources may submit offer which DCSC shall consider. CITE: (I-340 SN009054) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 10--Weapons OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 10--SHAFT ASSEMBLY, ELEVATING WORM WHEEL AND PINION. STEEL MATERIALS. CADMIUM AND PHOSPHATE FINISHES. SOL SP0750-97-Q-0409 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, Kenneth Cotton, (614)692-2532. DESC: PR-NO: YPC96024001429 NSN 1015-00-710-0143, CAGE 19204 Part No 7100143 shaft assembly, elevating wheel and pinion. steel materials. Cadmium and phosphate finishes. I/A/W Rock Island Arsenal drawing number 7100143. 130 -EA Del to McClellan AFB CA 95652-1621 Del by 120 days after date of award. See NOTE 1. Small business size standard is 500 employees. Solicitation not available until 15 days after published in the CBD. Written requests for drawings are to be submitted to Defense Supply Center, Columbus, Attn: DSCC-VTRD, P.O. Box 3990, Columbus, OH 43216-5000, by FAX (614)692-2998 or Call (614)692-2344. Requests should include the IFB/RFP/RFQ number, opening/ closing, NSN, YPC/ZPC or NPC number; buyer's name and your complete name and address. Federal, military and commercial specifications cannot be provided by DSCC. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. Automated Best Value Model (ABVM) and Delivery Evaluation Factor (DEF) apply. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, and past performance as described in the solicitation. CITE: (I-340 SN009078) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 12--Fire Control Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 12-GYRO ASSEMBLY - AND OTHER REPLACEMENT PARTS SOL N0038397QA056 DUE 011497 POC Contact Point, Pamela A Bowders, 0223.01, (215)697-3413, Fax, (215)697-3161, Twx, Not-avail DESC: NSN 7R-1280-01-187-2202-SF, SPEC NR TDP VER 001, IAW Ref Nr 245448, Qty 26 EA, Delivery FOB Origin--*Also procured are 10 each 7R-1280-01-186-1433 Temperature Controls Ref Nr 242577-2; 5 each 7R-1280-01-187-2194 Cable Assemblies Ref Nr 244076-2; 5 each 7R-1280-01-317-7855 Beam Expander Assemblies Ref Nr 260272-2; and 8 each 7R- 9340-01-416-9135 Laminated Glass Ref Nr 242385; this solicitation is issued as limited competition between previously approved suppliers; no drawings are available; bids from any other source must be accompanied by a complete data package proving ability to manufacture, See Note 22 CITE: (I-340 SN009116) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 12--Fire Control Equipment OFFADD: Commander, Pine Bluff Arsenal, 10-020 Kabrich Circle, Attn: SIOPB- PO, Pine Bluff, AR 71602-9500 SUBJECT: 12 -- SCALE SOL DAAA03-97-T-0022 DUE 012097 POC Larry Crane, Contract Specialist, 501/540-3842. DESC: Scale, Firing for Cartridge 81MM Illum M825, IAW DWG F12912954, Qty: 4,000 each. Scale, Firing for cartridgge 60mm Illum M721, IAW DWG F12913064, Qty: 8,000 each, Scale, firing for cartridge 81mm RP M819, IAW Dwg F12912955, qty: 3,800 each. Scale, firing for cartridge 81MM IR M816, IAW DWG F12972522, Qty: 2,100 each. Scales consisting of disc and monogram. FOB: Destination, Pine Bluff Arsenal, AR 71602-9500. Quote No: DAAA03-97-T-0022 Issue on or about 30 Dec 97 with opening on or about 20 Jan 97. All responsible small business sourceses may submit a quote to be considered by the Contracting Office. To receive a copy of solicitation package, fax to 501/540-4090 or 501/540-3730, or write to address listed above. See Numbered Note(s): 1. CITE: (I-340 SN009386) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 13-CARTRIDGE, IMPULSE MK 19 MOD 0 SOL N0010497RK011 DUE 020797 POC Contact Point, R. L. Cleaver, 0242.3, (717)790-2706, Fax, (717)790-2284, Twx, Not-avail DESC: NSN 1377-00-793-9926, Ref Nr 2164465, Qty 235 EA, Delivery FOB Origin-- except as modified or aamplifed in RFP. This item contains class "C" explosives. DFAR Clause 252.223-7002, Safety Precautions for Ammunition and Explosives applies. 100% option clause included, 90 days. All responsible sources may submit an offer which, if received in a timely manner, will be considered., See Note 9 CITE: (I-340 SN009126) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives OFFADD: Supply Dept, Indian Head Division, Naval Surface Warfare Center 101 Strauss Ave, Indian Head MD 20640-5035 SUBJECT: 13 -- SUPPORT TRAPS SOL N0017497R0010 DUE 013197 POC Patsy Kragh, Contract Specialist, 301-743-6669, David Hall, Contracting Officer. DESC: Support Traps in accordance with drawing 1638AS117. The mold is provided as Government Furnished Material (GFM). This procurement is set aside 100% for Small Business. Predominant material is steel investment casting or steel forging. Quantities are as follows: 1st article - 10 each, Base quantity 1000 each, with four (4) options with stepladder quantities as follows: 500, 750, 1000 or 1250 each. Delivery schedule is as follows: 1st article 30 days after date of contract, base quantity 150 each 60 days after acceptance of 1st article with 150 each due every 30 days thereafter until completion. Option quantity, 150 each 60 days after exercise of option with 150 each every 30 days thereafter until completion. Request for this solicitation should be addressed to the attention of Patsy Kragh, fax #301-743-6547. CITE: (I-340 SN009177) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives OFFADD: US ARMY INDUSTRIAL OPERATIONS COMMAND, ATTN: AMSIO-ACS, ROCK ISLAND, IL. 61299-6000 SUBJECT: 13 -- CARTRIDGE, SIGNAL, PRACTICE BOMB SOL DAAA0996B0083 POC CONTACT THE CONTRACT SPECIALIST: Sue Mesa (309)782-5842, Contracting Officer: Judith Belfer (309)782-3695 DESC: Special attention must be given when addressing requests for solicitations and bids/offers. Failure to properly address requests for solicitations in accordance with this CBD notice will result in non-receipt of the solicitation package. Failure to properly address bids/offers in accordance to solicitation instructions may result in a late bid which cannot be considered. Written, fax, or electronic requests for solicitation packages are accepted. No telephone requests will be honored. Requests for copies of this solicitation should include your commercial and government entity (CAGE, a CAGE code has been assigned to you) along with your name, address, data fax number, and solicitation number. The fax number for requests is (309)782-4803. Electronic requests may be accepted through the Automated Acquisition Information System (AAIS). All IOC solicitations are available for viewing/downloading, in addition to procurement history, via the AAIS. The AAIS is accessible electronically 24 hours a day via modem at (309)782-7648. Terminal emulation should be VT100, no parity, 8 data bits and 1 stop bit. Once connected, enter 'aais' at the 'LOGIN' prompt. At the 'PASSWORD' prompt depress the 'ENTER' key. Information obtained through AAIS is also available on the Internet. Prospective customers may now access the IOC home page at http://www-ioc.army.mil/. The current method of accessing data through AAIS will remain in place until February 7, 1997. At which time access using modems and login will be discontinued. If electronic means is not possible, procurement history will be provided telephonically at (309)782-8094 on a limited basis. Issue Date: 20 Dec 96, Bid Opening Date: 21 Jan 97. NSN: 1325-01-323-9922-F562, Qty: 580355, Unit of Issue: ea, Part Number: 923AS307-2, FOB: Origin, 100% option. Statistical Process Control is required. First Article Test is required. MIL-Q-9858 inspection criteria required. CITE: (I-340 SN009343) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives OFFADD: Commander, Pine Bluff Arsenal, 10-020 Kabrich Circle, Attn: SIOPB- PO, Pine Bluff, AR 71602-9500 SUBJECT: 13 -- TOP ASSEMBLY FOR M18 GRENADE; BODY ASSEMBLY FOR M18 GRENADE SOL DAAA03-97-R-0017 DUE 012197 POC Larry Crane, Contract Specialist, 501/540-3842. DESC: Top Assembly, M18 Grenade, NSN 1310-01-X93-2244 without holes IAW Drawing D13-19-140C and MIL-G-1353F, painted gray, color no. 36231 of Federal Standard 595B, Quantity: 250,000 each. Body Assembly; M18 Grenade, NSN 1330-01-X93-2245 with 0.50 or 0.60 diameter hole in bottom IAW Drawing C13-19-135A and MIL-G-1353F with Amendment 2, painted forest green, color no. 34079 of Federal Standard 595B. Quantity: 250,000 each. A 100% option for each NSN is applicable. Proposed acquisition will be set-aside for small business pursuant the Federal Acquisiton Regulation (FAR) Subpart 19.10, Small Business Competitiveness Demonstration Program. All responsible sourceses may submit an offer which shall be considered. All request for a copy of this solicitation shall be in writing to the issuing office or by facsimile to tel 501/540-4090. See Numbered Note(s): 1. CITE: (I-340 SN009384) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives OFFADD: Commander, Pine Bluff Arsenal, 10-020 Kabrich Circle, Attn: SIOPB- PO, Pine Bluff, AR 71602-9500 SUBJECT: 13 -- COMPONENTS OF THE M8 TA SMOKE POT SOL DAAA03-97-R-0008 DUE 010897 POC Pam Burton, Contract Specialist, 501/540-3017. DESC: Components of the M8 TA Smoke Pot which consist of the following: Container, in accordance with (IAW) Dwg. D36-2-226A dtd 26 Nov 96; Cover, Inner Assembly IAW dwg. D36-2-227 dtd 9 Nov 83 and NOR S4C3022-002 dtd 6 Jun 94; Clamp, IAW Dwg. C36-2-127F dtd 9 Nov 93, 2 sheets and NOR S4C3022-005 dtd 6 JUn 94; Adapter, Fuze, IAW Dwg. C36-2-67 Rev K dtd 12 Aug 88 and NOr S4C3022-002 dtd 6 Jun 94; Cover, outer, IAW dwg. D36-2-128 Rev E dtd 23 May 96 and NOR S4C3022-0002 dtd 6 JUn 94, Disk, retainer IAW DWG C36-1-308 dtd 13 Sep 93; Tube, Igniter IAW Dwg C36-1-314 dtd 13 Sep 93; Bushing, IAW C36-2-229A dtd 26 Nov 83 and NOR S4C3022-013 dtd 6 Jun 94; Locknut, Steel, Finsish C zinc plated, Size C 3/8 in. IAW Spec WW-P-471C w/amend 1 dtd 6 Mar 87; Washer, flat, round, steel cadnium plated IAW DWg B36-2-230 dtd 19 Nov 93 and NOR S4C3022-003 dtd 6 Jun 94; Cup, Starter IAW Dwg C36-2-63 Rev C dtd 26 Nov 86 and NOR S4C3022-003 dtd 6 Jun 94; Disc, closure IAW Dwg. B36-2-61 Rev F dtd 26 Nov 96 and NOR S4C3022-002 dtd 6 JUn 94 and Nut, Jam, Hexagon, P/N AN-316-12 IAW Spec An316; 25,300 of each component: FOB: Pine Bluff Arsenal, AR 71602-9500, includes a 100% option, RFP DAAA03-97-R-0008 to issue on or aobut 8 Jan 97 with a closing date on or about 24 Feb 97. This solicitation contains specifications that are restricted to offerors that have been cleared to obtain export controlled technical data which is referred to as "Distribution Statement X". Interested offerors must be a certified contractor under the U.S. - Canada Joint Certification Program. To obtain an application , offerors should contact U.S. - Canada Joint Certification Office, Defense Logistics Service Center, 74 Washington Ave. N, Battle Creek, MI 49017-3084. NOTE: This acquisition is a 100% Small Business Set-Aside. See Numbered Note(s): 1. CITE: (I-340 SN009385) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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-WING ASSY, GUIDED MISSILE AIM-120A/B SOL N0010497RK010 DUE 012497 POC Contact Point, A. L. Artz, 0242.2, (717)790-3353, Fax, (717)790-2284, Twx, Not-avail DESC: NSN 1420-01-332-5347, Ref Nr 3820402-101, Qty 85 EA, Delivery FOB Origin-- Except as modified or amplifed in RFP. 100% option clause included, 120 days. All responsible sources may submit an offer which, if received in a timely manner, will be considered., See Note 9 CITE: (I-340 SN009127) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 14--Guided Missiles OFFADD: Supply Dept, Indian Head Division, Naval Surface Warfare Center 101 Strauss Ave, Indian Head MD 20640-5035 SUBJECT: 14 -- AIR TRANSPORTATION RACK P/N 68104700-900 DRAWING NUMBER 651-174-0207 SOL N00174-97-R-0007 DUE 012197 POC Contact Michael L. Burch, Contract Specialist, 1141B, (301) 743-6662 Celeste A. Mills, Contracting Officer, 1141. DESC: Air Transportation Rack, P/N 68104700-900, Dwg. #651-174-0207 for a base and two option years. The base is for a minimum of 7 each and a maximum of 12 each. Option I is a for a minimum of 1 and a maximum of 20 each. Option II is for a minimum of 1 and a maximum of 20 each. Material will be shipped to Receiving Officer, Indian Head, Md 20640-5035. Delivery Schedule: Base Year - 6 months after issuance of delivery order. Option I - 4 months after issuance of delivery order. Option II - 4 months after issuance of delivery order. See notes 22 & 26. Contract action will be other than full and open competition under the authority of 10 USC 2304 (c) (1) Only one responsible source. Source: Radstone Technology Corporation, 20 Craig Road, Montvale, NJ 07645-1737. Request for this solicitation should be addressed to the attention of Michael L. Burch (301) 743-6662, Fax Number (301) 743-6546. CITE: (I-340 SN009195) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 14--Guided Missiles OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421 Jefferson Davis Hwy, Arlington, Va 22243-5120 SUBJECT: 14 -- TOMAHAWK INERT OPERATING MISSILE MODIFICATIONS SOL N/A POC Contact, CATHERINE HADDON, Phone (703)604-0757 DESC: The Naval Air Systems Command intends to negotiate with Hughes Missile Systems Company (HMSC), P.O. Box 11337, Tuscon, AZ, 85734-1337, for the material and services required to modify six (6) Tomahawk cruise missiles to an inert configuration. This effort shall include procurement and/or modification of up to twelve (12) sets of inert explosive and energetic components as well as other required design modifications and parts procurements. HMSC is the only firm possessing the required technical knowledge and facilities necessary to complete the effort. - NAVAIR Synopsis No. 40114-96. CITE: (I-340 SN009359) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--PANEL, STRUCTURAL, AI SOL SP0400-97-R-0385 DUE 122696 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. Dolores O'Brien/BV510/804-279 4567. FAX 804-279-6078. KO Kimberly W. Hansen/804-279-3624. DESC: PR-NO: FPG96278003317 NSN 1560-01-341-5774, panel structural, AI McDonnell Douglas Corp. CAGE 76301. P/N 68A1131682047 specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Other than full and open only one source, intended source 76301. 100 -EA Del to Robins AFB GA 31098-1887 Del by 100 days. 50 -EA Del to New Cumberland PA 17070-5001 Del by 100 days. All responsible sources may submit offer which DGSC shall consider. CITE: (I-340 SN009100) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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--FAIRING, AIRCRAFT SOL SPO460-97-Q-B546 DUE 012497 POC Contact: for copies of RFQ solicitations contact the buyer. Dolly Carter/BV412 804-279-4134, FAX 804-279-6078 con tracting officer Kimberly W. Hansen/804-279-3624 DESC: PR-NO: FPG96285000747 NSN 1560-00-283-8337, fairing, aircraft McDonnell Douglas Corp CAGE 76301 P/N 68A335100-2152 Rev H 15 -EA Del to Robins AFB GA 31098-1887 Del by 104 days. 15 -EA Del to New Cumberland PA 17070-5001 Del by 104 days. First article test required. Other than full and open. More than one source, intended sources: Tradco Inc. CAGE 27558 and Airborne Product Support Inc. CAGE 58730. Indefinite delivery purchase order with a minimum qty: 30 each maximum qty: 571. Specifications, plans or drawings relating to the procurment described are not available and cannot be furnished by the GOVT. All responsible sources may submit offer which DGSC shall consider. CITE: (I-340 SN009101) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--PANEL, STRUCTURAL, AI SOL SP0400-97-R-0436 DUE 122696 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. Dolores O'Brien/BV510/804-279- 4567. FAX 804-279-6078. KO Kimberly W. Hansen/804-279-3624. DESC: PR-NO: FPG96317001297 NSN 1560-01-224-5714, panel, structural, AI McDonnell Douglas Corp CAG E76301 P/N 68A327120-1007. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Other than full and 15 -EA Del to New Cumberland PA 17070-5001 other than full and open. Only one source, intended source 76301. Del by 180 days. 14 -EA Del to Robins AFB GA 31098-1887 Del by 180 days. All responsible sources may submit offer which DGSC shall consider. CITE: (I-340 SN009102) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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--CONE, FUEL TANK, TAIL SOL SP0460-97-Q-B521 DUE 122696 POC Contact: for copies of RFQ solicitations contact the buyer. Jeanne YONCEBV617.804-279-5145 FAX 804-279-6078. KO K imberly Ratliff/804279-4535. DESC: PR-NO: YPG96330000725 NSN 1560-00-373-4530, cone, fuel tank, tail McDonnell Douglas Corp. CAGE 76301 Dwg 75B550053 no revision P/N 75A550053-205. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Unrestricted. Other than full and open comp sole source solicitation will be made in writing and orally. Tech data package availability: 80 -EA Del to Cherry Point NC 28533-5001 Del by 88 days. All responsible sources may submit offer which DGSC shall consider. CITE: (I-340 SN009112) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 15-COLLAR ASSEMBLY,INL SOL N0038397RN038 DUE 011497 POC Contact Point, Kathleen M Logan, 0233.05, (215)697-2124, Fax, (215)697-3161, Twx, Not-avail DESC: NSN 7R-1560-00-935-6195-MH, Ref Nr 6047-14, Qty 10 EA, Delivery FOB Origin, See Note 22 CITE: (I-340 SN009117) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--LINK, HORIZONTAL STABILIZER SOL SP0400-97-R-0075 DUE 122696 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/BV510/804-279-4567FAX 804-279-6078. KO Kimberly W. Hansen 804-279-3624. DESC: PR-NO: FPG96239001189 NSN 1560-01-053-6179, link, horizontal stabilizer McDonnell Douglas Corp CAGE 76301 P/N 68A210059-1013. Specifications, plans or drawings relating to the procur ement described are not available and cannot be furnishe D by the government.other than full and open more than one source, intended sources cages: 32776, 4K010, 24434 total small business set aside. Delivery schedule 180 days. 300 -EA Del to New Cumberland PA 17070-5001 Del by 180 days. 125 -EA Del to Robins AFB GA 31098-1887 Del by 180 days. CITE: (I-340 SN009139) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--PANEL, STRUCTURAL, AIRCRAFT SOL SPO460-97-Q-B547 DUE 012497 POC Contact: for copies of RFQ solicitations contact Dolly cart er/BV412/804-279-4134 FAX 804-279-6078 contracting off icer Kimberly Hansen 804-279-3624 DESC: PR-NO: YPG96285000770 NSN 1560-01-208-1017, panel, structural, aircraft McDonnell Douglas Corp CAGE 76301 P/N 68A810710-A2037 Rev G 20 - EA Del to Richmond VA 23297-5900 Del by 105 days. Other than full and open. More than one source, intended source: texsatr indefinte delivery purchase order with a minimum qty: 20 maximum qty: 833 all responsible sources may submit offer which DGSC shall consider. CITE: (I-340 SN009145) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Contracting Officer, USCG Aircraft Repair & Supply Center, Elizabeth City, NC 27909-5001 SUBJECT: 16, CSD PUMP HOUSING ASSEMBLIES, HU25 AIRCRAFT SOL DTCG38-97-R-10004 DUE 011097 POC Contact Peter Thomas, Contract Specialist, (919)335-6643 / L. J. Hudson, Contracting Officer (919)335-6142 DESC: The proposed procurement is for 25 each, Housing Assemblies, NSN 1650-01-HR1-5176, P/N 723353A that are used in conjunction with the constant speed motor, a critial operating system used exclusively by Coast Guard on a Falcon 20 business jet manufactured by Avion Marcel Dassault-Brequet of France. Manufacturing data is not owned by nor available from the Coast Guard. Delivery of material to Coast Guard, AR&SC, Elizabeth City, NC is desired within 180 days and required within 450 days after contract award. The Coast Guard intends to solicit and negotiate a firm fixed price/sole source contract with the original equipment manufacturer (OEM), Sundstrand Aerospace, Rockford, IL in accordance with FAR 6.302-1. All responsible sources may submit an offer which will be considered by this agency. Request for solicitation shall be be in writing. Telephone requests will not be honored. This Notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization (OSDBU), has 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 rate 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 acquisition, contact the contracting official listed above. See Notes 22 and 26 CITE: (I-339 SN009003) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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--CONTROL ASSEMBLY, PU SOL SP0460-97-Q-D791 DUE 012797 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement contact M. langford/BT 992/804-279-6645 contracting officer Alex Stuart/804-2 79-3504 DESC: PR-NO: YPG96324000260 NSN 1680-01-397-8651, control assembly, Pu cablecraft Inc CAGE 06970 P/N 580-205-174 44 -EA Del to Robins AFB GA 31098-1887 Del 60 DARO see NOTE 22, intended source: cablecraft Inc - CAGE 06970. Other than full and open. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. All responsible sources may submit offer which DGSC shall consider. CITE: (I-340 SN009109) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 16--SHAFT, OUTPUT SOL SPO460-97-Q-B550 DUE 012497 POC Contact: for copies of RFQ solicitation contact the buyer D olly Carter/BV412/804-279-4134 FAX 804-279-6078 contra cting officer Kimberly W. Hansen/804-279-3624 DESC: PR-NO: YPG96290000918 NSN 1680-00-075-2688, shaft, output GEC/UK/aerospace Inc CAGE 81039 P/N 5541206 30 -EA Del to Richmond VA 23297-5900 Del by 162 days. Other than full and open. See NOTE 22. Indefinite delivery purchase order with a minimum qty 30 maximum qty 71. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by government. All responsible sources may submit offer which DGSC shall consider. CITE: (I-340 SN009146) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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 -- TEST SETS FOR A/P22P-9(V) RESPIRATORS SOL N00019-94-C-0080 DUE 121596 POC Contact, Thomas M. Maras, Phone (703)604-2119 DESC: On a sole source basis to Meggitt Oxygen Systems of Harlow, Essex, England, the Naval Air Systems Command intends to procure in fiscal year 1997 and 1998 estimated quantities of 300 test sets for use with the Chemical, Biological and Radiological (CBR) A/P22P-9(V) respirator plus associated repairs, technical manuals, data and contractor support. Meggitt Oxygen Systems is the designer, developer and manufacturer of the A/P22P-9(V) Respirator and Test Sets and the only known firm that possesses the requisite experience, production capability and technical expertise capable of supporting fleet requirements within the limited time constraints of the Navy. See note No. 22 - NAVAIR Synopsis No. 50070-96. CITE: (I-340 SN009166) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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 -- REPLACE PIONEER RPV GROUND CONTROL STATION PEN PLOTTER SOL N/A POC Contact, Frank Fisher, Phone (703)604-0903 DESC: The Naval Air Systems Command (NAVAIR) intends to issue a fixed price engineering change proposal (ECP) modification under NAVAIR contract N00019-94-C-0249 for replacement of the Pioneer Remotely Piloted Vehicle (RPV) Ground Control Station (GCS) pen plotter. The change is being undertaken due to obsolescence problems with the existing pen plotter. The pen plotter will be replaced by a PC based Digital Map System. The changes will consist of (1) removal of the existing pen plotters; (2) installation of the Government furnished PC sets including all mounting hardware; (3) modification of the existing OBY software; and (4) modification to the arithmetic processor board. NAVAIR intends to negotiate the proposed modification on a sole source basis with Pioneer UAV, Inc (PUI), Hunt Valley, MD. PUI is the prime contractor for contracting of the Pioneer RPV. Only PUI has access to the necessary drawings, proprietary data and technical expertise necessary to perform the required effort. See note No. 22 and 27 - NAVAIR Synopsis No. 40111-96. CITE: (I-340 SN009212) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 17--RADIATOR MODIFICATION KIT. STEWART & STEVENSON (81381) PN 1182AS103. SOL SP0750-97-Q-0338 DUE 011097 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, William Chavez, (614)692-1288. DESC: PR-NO: YPC96304000944 NSN 1740-01-163-0244, CAGE 30003 Part No 1182AS103 radiator kit. 30 -EA Del to Cherry Point NC 28533-5001 Del by 120 days after date of award. See NOTE 22. Solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not available. This is an unrestricted acquisition with a 10% preference for SDB concerns. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-340 SN009057) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling Equipment OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421 Jefferson Davis Hwy, Arlington, Va 22243-5120 SUBJECT: 17 -- TO PROCURE AN/SPN-46(V)2 PAR PID FIELD CHANGE KITS SOL N/A POC Contact, Steven Bizier, Phone (301)342-4658 DESC: The Naval Air Systems Command intends to procure AN/SPN-46(V)2 Precision Approach Radars (PAR), Maintenance Assistance Modules (MAMS), Installation and Checkout Spares (INCOS), and associated technical documentation for amphibious aviation ships (LHA/LHD). Additionally, the Naval Air Systems Command intends to procure Product Improvement Program (PIP) Field Change Kits, MAMS, INCOS, and associated technical documentation for the AN/SPN-46(V)1 Automatic Carrier Landing System. A quantity of two PARs and two PIP kits will be bought in Fiscal Year 1997. It is anticipated that one PAR and one PIP will be bought in FY98, and three PARs and one PIP Kit will be bought in FY99. These items will be procured from Textron Systems Division, 201 Lowell Street, Wilmington, MA 01887. The Naval Air Systems Command intends to negotiate a fixed price contract with two fixed price option years for these requirements. The Government does not have a level III data package for the PAR or the PIP Kit. See note No. 22 - NAVAIR Synopsis No. 50069-96. CITE: (I-340 SN009210) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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 -- GROUND SUPPORT EQUIPMENT FOR F-18 SOL N68335-97-R-0120 POC Ms. Kathleen Kiley, Contract Specialist, Code 2132KK, (908) 323-5197. DESC: Purchase Request No: N68335-6309-0878 Peculiar Support Equipment (PSE) for the F-18 aircraft, to be used to modify existing Depot Level test stands. The modified test stands would provide capability of testing the Main Fuel Control on the F404-GE-402 turbofan engine used in the F-18 aircraft. This procurement would also include: P/N ECP#4478-TE, Main Fuel Control Test Stand Modification, 2 each; P/N ECP#4479-TE, Main Fuel Control Test Stand Modification, 2 each and Technical Data. The acquisition is for supplies for which the Government does not own specification or drawings to permit full and open competition. The Government intends to procure this item under the authority of U.S.C. 2304(c)(1), as implemented by FAR 6.302-1. Allied Signal Aerospace Company, Bendix Engine Control Division, 717 N. Bendix Drive, South Bend, Indiana 46620 as the designer, developer and sole manufacturer of the PSE to be acquired, is the only known source with the knowledge, experience and technical data necessary for the manufacture and the design/application requirement of the F-18 PSE involved. Firms that recognize and produce the required items are encouraged to identify themselves. All responsible sources may submit a proposal which may be considered by the government in determining whether to conduct a competitive procurement. A determination by the Government not to open the requirement to competition based on the responses to this notice is solely within the discretion of the Government. See Note 22. Request copies in writing or by facsimile (908) 323-2165. CITE: (I-340 SN009373) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 18--Space Vehicles OFFADD: U.S. Department of Energy, Oakland Operations Office,1301 Clay St., 700N, Oakland, CA 94612-5208 SUBJECT: 18 -- SYSTEM INTEGRATION OF AN ADVANCED RADIOISOTOPE POWER SYSTEM (ARPS) SOL DE-RP03-97SF21256 DUE 031197 POC Bobbie Vadnais, Contracting Officer, (510) 637-1899 DESC: The Department of Energy's Oakland Operations Office intends to issue a Request For Proposals (RFP) No. DE-RP03-97SF21256 entitled"System Integration of an Advanced Radioisotope Power System(ARPS)." The Standard Industrial Code (SIC) is 3764 representing Guided Missiles and Space Vehicle Propulsion Units and Propulsion Unit Parts. The small business size standard is 1000. The RFP will solicit proposals from potential offerors for the design, development, integration, and manufacture of an ARPS for potential use on a space craft/science craft for one or more NASA future deep space exploration missions. The successful contractor(s) will design an ARPS using one of three converter technologies: Alkaline Metal Thermal to Electric Converter (AMTEC), Thermophotovoltaic Converter (TPV), or Stirling Engine Converter. The converter technology selection will be made known to potential offerors upon the release of the RFP in early February 1997. The contractual effort consists of two separate phases. Phase I of the effort includes: 1) Develop a system design of an ARPS in the 100 We class using the selected technology, 2) Based on this design, identify issues and concerns with the selected technology and recommend approaches to resolution, including recommending an alternate technology if appropriate, and 3) Fabricate an electrically heated Engineering Model of the ARPS by July 1, 1999. If a specific mission is proposed which needs an ARPS as a power system option, DOE will exercise Phase II. Phase II will include the following tasks: 1) Complete detailed design of the ARPS that incorporates the science craft integration and mission requirements, 2) Manufacture and acceptance test an identified number of ARPS flight units. This includes electrically heated acceptance testing of the ARPS, subsequent shipment of the flight units to the DOE Mound Plant, oversight of the General Purpose Heat Source (GPHS) fuel module installation, and the final assembly and acceptance testing of the fully assembled ARPS units, 3) Prepare necessary Launch Safety Analysis Report and assessment of safety for the launch approval process, 4) Establish liaison and coordinate with the Jet Propulsion Laboratory (JPL) to assure integration of the ARPS design and performance parameters with NASA/JPL space craft/science craft requirements through top level drawing and associated documents for interface controls, 5) Design and/or modify mounting hardware to mate the ARPS to the DOE certified shipping package and any ground support equipment or hardware needed for launch site support activities, 6) Provide launch support personnel and provide liaison with launch site operators, and 7) Provide for the management of the project, quality assurance, reliability analysis (FMECA) of the ARPS, and deliver status and topical reports. Potential missions which may require the use of ARPS, are being planned for the year 2002 launch, or later. The technical evaluation criteria will include, among others, 1) Understanding the issues and requirements in developing a radioisotope power system design based on the selected conversion technology, 2) Understanding the manufacturing of the engineering model and flight units, 3) Understanding the issues, requirements, and past experience in integrating power system requirements to meet mission and science craft requirements, and 4) Capabilities and experience with developing safety analysis and assessments for launch and accident scenarios. It is anticipated that a DRAFT Statement of Work will be available on the Internet at http://www.oak.doe.gov by mid-December 1996. A DRAFT RFP will be available on the Internet at http://www.oak.doe.gov about mid-January 1997. It is anticipated that the converter technology will be chosen in early February 1997, at which time the RFP will be issued in final form. After the RFP is issued, DOE will allow ONLY thirty (30) days for receipt of proposals. Potential offerors may obtain a copy of the solicitation by accessing the Internet using any Web browser, at http://www.oak.doe.gov. No paper copies of the solicitation (RFP) will be made available. Potential Offerors that do not have electronic capability to download the solicitation shall submit a written request to Leann Morrow, Secretary, Source Evaluation Board, RFP No. DE-RPO3-97SF21256, U.S. Department of Energy, Building 311, MS L-293, P.O. Box 808, Livermore, CA 94550, for a diskette copy of the solicitation. The requestor must include a self-addressed stamped envelope and an MS-DOS formatted high density 3 1/2" virus free diskette suitable for download of the electronic solicitation. The word processing format used for the solicitation is Word Perfect 6.0. Potential offerors who fail to submit an appropriate diskette and self-addressed stamped envelope will not receive the solicitation. All offerors interested in receiving notification of solicitation release should notify DOE at leann.morrow@oak.doe.gov through electronic mail. The notification must include a point of contact name, company address, electronic mail address (preferred), or facsimile number, and the solicitation number. Notification of solicitation release will be issued through electronic mail or facsimile message only. Amendments to the RFP will also be posted on the internet. CITE: (I-340 SN009344) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 19--Ships, Small Craft, Pontoons, and Floating Docks OFFADD: NCCOSC RDTE Division, Code D214B, 53570 Silvergate Avenue, Bldg. A33, San Diego, CA 92152-5113 SUBJECT: 19 -- SMALL CRAFT SOL N66001-97-Q-0159 DUE 122396 POC POC Ms. Angela King, Code D221, Purchasing Agent, (619)553-5829. Contracting Officer, C. Frison. DESC: Purchase of the following items (all a qty of 1): 1. RHIB 23' long X 9" wide: Removable 5 chamber inflatable collar 1650 Decitex Neoprene/Hypalon-Coated Polyester (Gray) with lifelines, tube lettering and H.D. Rubstrakes, fiberglass hull and deck (Gray), non-skid deck has drain from inner hull through transom motor bracket, fiberglass motorwell, and shipping cradle. The RHIB must have a quick removable pontoon either bolted or a slide on groove type fitting. 2. Upgrade to H.D. custom aluminum stand-up console moved forward forward leaving 11' between one man bolster and aft bulkhead. Console to be mounted a prescribed distance with all gauges and controls installed by factory. 3. H.D. collar upgrade (2pr step tread, 2 extra B/rubbing strikes, 1pr mooring D rings and 2pr tube handles. 4. Hydraulic steering sea star 1 with side mount cylinder. 5. Certified lift sling with spreader bar. 6. 5 Circuit electrical system with on-off battery switch inside console for electrical equipment. Batteries will be mounted in transom area; not in console. Each battery shall be wired separately to each motor. 7. Twin motor instruments (Tachometer, Temperature, Trim and Tilt) for OMC 150's including pre-drilling transom, custom fuel system: All fuel to be in one large 100 gallon tank with two fuel filters, no valves (NOTE: User will mount engines after boat is delivered) VRO system required. 8. Navigation lights - 1 switch. 9. STD stainless steel beaching shoe. 10. Compass. 11. Bow Post. 12. Fire Extinguisher. Delivery address: NCCOSC RDT&E Div., 53605 Hull Street, San Diego, CA 92152-5410. Anticipated award date of contract: 96 Dec 24. Acceptance shall be FOB destination. Contractor to provide what the delivery time will be. Quotations must be received no later than 12:00 noon PST on 96 Dec 23. Quotations sent via the U.S. Mail should be mailed to: NCCOSC RDT&E DIV., Code D222, Angela King, 53560 Hull Street, San Diego, CA 92152-5001. All quotations not sent via the U.S. Mail can be FAXED to (619)553-5996. The applicable Standard Industrial Code (SIC) and size standard is 3732 - 500 employees. No RFQ will be prepared or made available for distribution. Award will be based on evaluation of responsive, responsible quotations received in response to this CBD advertisement. Competitive awards may be based on the evaluation criteria stipulated in NRaD Blue Ribbon Vendor Program (BRVP) provisions or the Red, Yellow, Green (RYG) Contractor Evaluation System. The evaluation criteria is available upon request. Questions may be directed to Angela King at (619) 553-5829. Facsimile quotations are acceptable and must be received on or before the COB on the closing date stated above. Facsimile quotations may be sent to (619)553-5996. CITE: (I-340 SN009182) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS 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--SUPPRESSOR ASSEMBLY SOL SP0490-97-Q-V184 DUE 011397 POC Contact: for copies of RFQ solicitations, please request by FAX number 804-279-6010, for other information, pleas E contact the buyer, Vickie Gordon/CK08/804-279-5388. DESC: PR-NO: YPG96313000329 NSN 2040-01-213-1377, suppressor assembly. Naval Sea Systems command CAGE 53711, P/N 5749340-008 Rev "J" dated 8/30/94. Tech data package availability: 13 -AY Del to San Diego CA 92132-5044 Del by 105 days ARO. 10 -AY Del to Norfolk VA 23511-3392 Del by 105 days ARO. Manufacturer: naval Sea Systems command, part number: 5749340-008 Rev "J". Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Unrestricted. Automated Best Value Model: the final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitation. More than one source. Solicitation will be made in writing. All responsible sources may submit offer which DGSC shall consider. CITE: (I-340 SN009107) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS 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--DOOR, METAL MARINE QA-EXTERIOR SOL SP0490-97-Q-V186 DUE 011397 POC Contact: for copies of RFQ solicitations, please request by FAX number, 804-279-6010, for other information pleas E request from buyer, Vickie Gordon/CK08/804-279-5388. DESC: PR-NO: YPG96303000322 NSN 2040-00-542-0200, door, metal marine qa-exterior. Origin inspection required. I/A/W Dwg NR Navy Dwg 6397268 basic DTD 88 Apr 13. 34 -EA Del to Norfolk VA 23511-3392 Del by 160 days ARO. 29 -EA Del to New Cumberland PA 17070-5001 Del by 160 days ARO. Drawing number: Navy Dwg 6397268 - drawings, interim procurement descriptions and deviation lists may be examined or obtained from Defense Supply Center Richmond Automated Best Value Model: the final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitation. All responsible sources may submit offer which DGSC shall consider. CITE: (I-340 SN009148) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 25--Vehicular Equipment Components OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: 25--HERCULES SPARES PARTS SOL DAAE0797QR001 POC POC: Dale Pement (810) 574-7223 DESC: TACOM plans to acquire initial vehicle unique spare PAR TS for the heavy equipment recovery combat utility lift and evacuation system (Hercules). the Hercules is a COM Bat recovery vehicle capable of retrieving the U.S. arm Y's current and future combat vehicle fleet. this actio N is for the acquisition of unique spare parts to suppo RT total package fielding. drawings are not available. The spare parts will CBE acquired on a sole-source basi S with United defense limited partnership, ground syste MS Division, P.O. Box 15512, York, PA 17405-1512. conta CT Dale Pement (810) 574-7223; FAX at (810) 574-7596 or e-mail: PEMENTD@CC.TACOM.ARMY.MIL. see NOTE: 22. CITE: (I-339 SN009019) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 25--Vehicular Equipment Components OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: 25--HERCULES UNIQUE SPARE PARTS SOL DAAE0797QR003 POC POC: Dale Pement (810) 574-7223 DESC: TACOM plans to acquire initial vehicle unique spare PAR TS for the heavy equipment recovery combat utility lift and evacuation system (Hercules). the Hercules is a COM Bat recivery vehicle capable of retrieving the U.S. arm Y's current and future combat vehicle fleet. this actio N is for the acquisition of unique spare parts to suppo RT total package fielding. drawings are not available. The spare parts will be acquired on a sole-source basis with United defense limited partnership, ground systems Division, P.O. Box 15512, York, PA 17405-1512. contact Dale Pement at (810) 574-7223; FAX: (810) 574-7596 or E -mail: PEMENTD@CC.TACOM.ARMY.MIL. see NOTE: 22. CITE: (I-339 SN009020) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 25--Vehicular Equipment Components OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: 25--HERCULES UNIQUE SPARE PARTS SOL DAAE0796QX018 POC POC: Dale Pement (810) 574-7223 DESC: TACOM plans to acquire initial vehicle unique spare PAR TS for the heavy equipment recovery combat utility lift and evacuation system (Hercules). the Hercules is a COM Bat recovery vehicle capable of retrieving the U.S. arm Y's current and future combat vehicle fleet. this actio N is for the acquisition of unique spare parts to suppo RT total package fielding. drawings are not available. The spare parts will be acquired on a sole-source basis with United defense limited partnership, ground systems Division, P.O. Box 15512, York, PA 17405-1512. contact Dale Pement at (810) 574-7223; FAX # (810) 574-7596 or e-mail: PEMENTD@CC.TACOM.ARMY.MIL. see NOTE: 22. CITE: (I-339 SN009021) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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--PARTS KIT, TRANSMISSION OIL FILTER. CONSISTS OF ONE FILTER ELEMENT AND ONE O-RING. SOL SP0750-97-R-1986 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) Robert Garman (614) 692-1329 DESC: PR-NO: YPC96226000520 NSN 2520-01-204-2585, CAGE 18265 Part No HKK00-0009 CAGE 19207 Part No 5705184 parts kit, transmission oil filter. consists of one filter element and one o-ring. Used on Allison X1100-3B transmission. Per army (19207) drawing 5705184 and all related data. 745 -EA Del to Lathrop CA 95330 Del by 92 days after date of award. PR-NO: YPC96262000832 PR-NO: YPC96311000869 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 provdided 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 evaluation of offers, the finala award decision will be based upon a combination of price and past performance as described in the solicitation. While price will be a significant factor in the evaluation of offers, the final award contract award price may be based upon a combination of price and delivery as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-340 SN009055) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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--PARTS KIT, DUST BOOT. CONSISTS OF PLUNGE BOOT AND TWO CLAMPS. ON LEFT AND RIGHT, FRONT SOL SP0750-97-R-1125 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) Herman POE Jr. 614692-2865 DESC: PR-NO: YPC96297000834 NSN 2530-01-191-8740, CAGE 34623 Part No 5705606 CAGE 62826 Part No 287-0004 parts kit, plunge boot. used on differential plunge halfshaft joint assembly on M998: HMMWV. AM General P/N 5705606. 12,400 -KT Del to Lathrop CA 95330 Del by 120 days after award 6,125 -KT Del to New Cumberland PA 17070-5001 Del by 120 days after award Del to various dests.-- solicitation not available until 15 days after published in the CBD. specifiications, plans or drawings are not available. proposed procurement contains a 100% option for increased quantities. this is an unrestricted acquisition with a 10% preference for SDB concerns. Automated Best Value Model (ABVM) applies. while price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Delivery Evaluation Factor (DEF) applies. while price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, and past performance as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-340 SN009056) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 25--Vehicular Equipment Components OFFADD: 27th Contracting Squadron, 100 N Torch Blvd, Cannon AFB, NM 88103-5131 SUBJECT: 25 -- CONTRACTOR-OPERATED PARTS STORE (COPARS) SOL F29605-97-B0001 DUE 010797 POC Ed Bell, Contract Specialist (505)784-4500/Brenda K. McPherson, Contracting Officer (505)784-4504 DESC: Contractor shall furnish all necessary labor, tools, equipment, materials, transportation, supervision, and all other essentials necessary for the furnishing of automotive and related vehicle parts and accessories to support the vehicle fleet and miscellaneous equipment at Cannon Air Force Base, New Mexico. Contractor is required to set-up and maintain a store in a Government-owned facility. This is a requirements type contract for a base year with four (4) one-year options. Issue date for Invitation for Bids (IFB) is 04 Dec 96 with a bid opening date of 07 Jan 97. This requirement is 100% small business set-aside. Only written requests will be accepted. All responsible sources may submit a bid which shall be considered by the agency. NOTE: This is a correcting synopsis. Contractors who previously requested IFB need not resubmit a request. CITE: (I-340 SN009175) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: 28--NOZZLE, TURBINE, TURB SOL DAAE0797RT022 DUE 020497 POC POC for a solicitation copy, Call 810/574-6802 OR 6807. For information on this procurement, Call Veronica Jaroma (810) 574-8079 DESC: NSN: 2835011524758, qty: 700, FOB: destination, opt: none item: nozzle, turbin see NOTE: 22. The offer due date is on or about 020497 (see soliciation for actual offer due date). CITE: (I-339 SN009016) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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--MANIFOLD, EXHAUST. ON THE DETROIT DIESEL ALLISON DIV OF GMC SIX CYLINDER V53 SERIES SOL SP0750-97-Q-0326 DUE 011397 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, William Chavez, (614)692-1288. DESC: PR-NO: YPC96311000902 NSN 2815-00-567-2502, CAGE 56161 Part No 10511347 CAGE 7U177 Part No B5135016 CAGE 72582 Part No 5135016 manifold, exhaust. used on the Detroit Diesel Allison Div of GMC six cylinder V53 serries Diesel engine. in accordance with DCSC drawing number CS-2815-SV-0713, Rev a. 359 -EA Del to Lathrop CA 95330 Del by 120 days after date of award. See NOTE 1. Small business size standard is 1,000 employees. Solicitation not available until 15 days after published in the CBD. Written requests for drawings are to be submitted to Defense Supply Center, Columbus, Attn: DSCC-VTRD, P.O. Box 3990, Columbus, OH 43216-5000, by FAX (614)692-2998 or Call (614)692-2344. Requests should include the IFB/RFP/RFQ number, opening/ closing, NSN, YPC/ZPC or NPC number; buyer's name and your complete name and address. Federal, military and commercial specifications cannot be provided by DSCC. Automated Best Value Model (ABVM) applies. While price may be a signficant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-340 SN009058) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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--CRANKSHAFT ASSEMBLY, ENGINE. IN DETRIOT DIESEL 53 SERIES DIESEL ENGINE. SOL SP0750-97-Q-0385 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, Jim Duffala, (614)692-1679. DESC: PR-NO: YPC96138000965 NSN 2815-01-367-2053, CAGE C7432 Part No 23504732 CAGE 72582 Part No 23504732 crankshaft assembly, engine, as used in detriot Diesel series 53 Diesel engine. detriot Diesel P/N 23504752. 72 -EA Del to Lathrop CA 95330 Del by 120 days after date of award. Solicitation not available until 15 days after published in the CBD. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. Automated Best Value Model (ABVM) and Delivery Evaluation Factor (DEF) apply. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, and past performance as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-340 SN009082) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 28--BLADE, TURBINE ENGINE SOL SP0480-97-R-0375 DUE 010697 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. Buyer: Alice Collier/PLBL570/804-279-4556. KO: stephe N M. Mason/279-3724. DESC: PR-NO: YPG96233000863 NSN 2840-01-280-0705, blade, turbine engine (solicitation SP0480-97-R-0375 open/closing date has been changed from 97 Jan 02 to 97 Jan 06). Everything Else remains the same. CITE: (I-340 SN009097) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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--PISTON RING & SPACER ASSY SOL SP0480-97-R-0411 DUE 012497 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. Buyer: Alice Collier/PLBL570/804-279-4556. KO: stephe N M. Mason/279-3724. DESC: PR-NO: YPG96239001204 NSN 2840-00-757-3162, piston ring & spacer assy Kaydon Corp, ring and seal Div (CAGE 75370) P/N 200450-6 the procurement agency has data adequate for evaluation purposes, but limited rights apply. The offeror need provide only its data for evaluation. 68 -EA Del to New Cumberland PA 17070-5001 Del 80 days. 85 -EA Del to Tracy CA 95376-5000 Del 80 days. Option to Inc qty 100%. Unrestricted. Other than full & open comp (sole source). Critical application item. 100% qty option included in solicitation. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the Gov't. All responsible sources may submit offer which DGSC shall consider. CITE: (I-340 SN009143) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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--PARTS KIT, ENGINE WATER PUMP... END ITEM APPL COMPRESSOR INGERSOL RAND SOL SP0750-97-Q-0387 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, Jim Duffala, (614)692-1679. DESC: PR-NO: YPC96103001145 NSN 2930-00-460-4504, CAGE 18954 Part No K23506869 CAGE 7U177 Part No B5199533 CAGE 72582 Part No 0504-30-20A CAGE 72582 Part No 23506869 CAGE 72582 Part No 5199533 parts kit, engine water pump.detroit Diesel P/N 23506869 or Korody Colyer P/N k-5199533. No technical data is available at DCSC for this solicitation. 332 -EA Del to New Cumberland PA 17070-5001 Del by 60 days after date of award. 1,398 -EA Del to Lathrop CA 95330 Del by 60 days after date of award. See NOTE 1. Solicitation not available until 15 days after published in the CBD. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. Automated Best Value Model (ABVM) and Delivery Evaluation Factor (DEF) apply. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, and past performance as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-340 SN009081) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 29-MANIFOLD,INTAKE SOL N0038397RM107 DUE 011497 POC Contact Point, Donna M Graham, 0232.11, (215)697-4964, Fax, (215)697-3161, Twx, Not-avail DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 1R-2990-01-263-9011-TN, Ref Nr 2803876-101, Qty 133 EA, Delivery FOB Origin--Due to the critical nature of this item, this requirement is restricted to Parker Hannifin(92003). EAD May 1997.---, See Note 22 CITE: (I-340 SN009118) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 30--GEARSHAFT, BEVEL. SOL SP0740-97-Q-0503 DUE 012397 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) John Lidonnice (614 )692-4711 DESC: PR-NO: YPC96312001336 NSN 3020-00-909-1260, CAGE 03350 Part No 37D402125P101 gearshaft, bevel. per General Electric Co., part number 37D402125P101. 72 -EA Del to Cherry Point NC 28533-5001 Del 300 days after award solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not available. This acquisition is for supplies for which the government does not possess complete, unrestrictive technical data; therefore, the government intends to solicit and contract with only approved sources under the authority of 10 U.S.C.2304(C)(1). Approved sources are: General Electric Supply Co (03350) 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-340 SN009059) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) 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--HOUSING, MECHANICAL DRIVE (HOUSING ASSEMBLYCONVERTER LOCK-UP CLUTCH). SOL SP0750-97-Q-0380 DUE 011397 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: YPC96291000990 NSN 3040-00-762-4507, CAGE 19207 Part No 8351034 housing, mechanical drive (housing assemblyconverter lock-up clutch) I/A/W U.S. Army drawing number 8351034. 34 -EA Del to Lathrop CA 95330 Del by 90 days after date of award. Solicitation not available until 15 days after published in the CBD. Written requests for drawings are to be submitted to Defense Supply Center Columbus Attn: dsccvtrd, P.O. Box 3990 Columbus OH 43216-500, by FAX (614) 692-2998 or Call (614) 692-2344. Requests should inlcude 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. This is an unrestricted acquisition with a 10% preference for SDB concerns. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in the solicitation. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evalaution of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. Automated Best Value Model (ABVM) and Delivery Evaluation Factor (DEF) appply. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery and past performance as described in the solicitation. CITE: (I-340 SN009079) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: Naval Air Warfare Center AD, Contracts Dept. Code 233, Bldg 129-2, Lakehurst, NJ 08733-5083. SUBJECT: 31 -- RAST LAUNCH & RECOVERY SERVICE CHANGE 62 SOL N68335-97-R-0109 DUE 121896 POC Ms. Dianne Mount, Contract Specialist, Code 213DM, (908) 323-2903. Contracting Officer is J. Fackenthal, Code 213. DESC: Procurement is an IDIQ award for 273 each RAST Launch & Recovery Service Change #62, 20 each cover plate 6532D336-1, 5 each cover plate 627326-1, 40 each bushing 427848-1 and -2 (20 each). 40 each thrust bearing 427849-1 and 100 each 427849-2 and 150 each filter element 861485. Delivery is required within 90 DAC for 1 preproduction unit and within 6 months following release for production for production quantities. F.O.B. Destination. Single award for all items. Close Machining Tolerances and finishing/coating processes apply. This procurement is unrestricted. Request copies in writing or by facsimile (908) 323-2165. CITE: (I-340 SN009372) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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--BRAKE MACHINE, SHEET ACCURPRESS LTD SOL SP0490-97-Q-V138 DUE 011097 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. For copies of RFQ solicitations, contact the buyer. DESC: PR-NO: YPG96302001949 NSN 3441-01-365-4666, modification is issued to cancel this solicitation in its entirety as of 4 Dec 96. CITE: (I-340 SN009099) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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--HORIZONTAL SPINDLE MACHINING CENTER SOL SP0490-96-R-3211 DUE 012197 POC Contact: for copies of RFP Call Martha Meadows at (804)2796611 or send afax to (804)279-5948. DESC: PR-NO: PR#96-17-1032 unrestricted solicitation, final solicitation package of previously announced SP0490-96-R-3211. Procurement of one 5-AXIS, CNC, horizontal spindle type machining center, with auto tool changer and accessories, optional equipment, installation, and training are required. Deliver FOB destination to NAS Jacksonville, FL within 360 days ARO. Option to increase the quantity to two machines. Inspection origin/acceptance destination. Potential offerors should NOTE that the clause providing preference for USA/Canada machines has been deleted. Revised solicitation is subject to the buy American act and balance of payments program. CITE: (I-340 SN009140) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 34--Metalworking Machinery 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: 34 -- COUNTING DISK SOL RFQ-19-22 POC Contact Rosa Lee, Purchasing Agent, 202/874-2318. DESC: The Bureau of Engraving and Printing (BEP) intends to issue a purchase order on a sole source basis to De La Rue Giori, S.A. for Counting Disks for the Super Numerota 212 press no. 649018.3 All responsible sources who can provide the above requirement shall submit a written quotation within fifteen (15) days after this notice appears in the Commerce Business Daily and must be technically acceptable to the government. All quotations shall include price; FOB point; delivery date and business size (i.e., Large, Small, Minority, or Women-Owned). Requests for RFQ 19-22 must be submitted in writing or facsimile to 202/874-3135. No telephone requests will be accepted. A purchase order will be awarded on the basis of technical factors and price soon after the quotations are received. CITE: (I-340 SN009348) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 34--Metalworking Machinery OFFADD: Commander, Pine Bluff Arsenal, 10-020 Kabrich Circle, Attn: SIOPB- PO, Pine Bluff, AR 71602-9500 SUBJECT: 34 -- GEAR HEAD ENGINE LATHE WITH ACCESSORIES SOL DAAA03-T-0023 DUE 012297 POC Lorrie Meggs, Purchasing Agent, 501/540-3019. DESC: Gear Head Engine Lathe, one each, with four gear ranges/dynamically balanced headstock. Has variable speed spindle drive with read out with range of 20 RPM min and max of at least 1800 RPM. 440 volt, 3 phase 15 hp electric main motor. Two way rapid transverse. Automatic feed stop. Taper attachment telescopic, installed. Ultra rigid mechanite casting bed construction with 3 "V" ways and one flat way. Independent control or longitudinal and crossfeed engagement. With the following options: 3-jaw UNI chuck, 4-jaw Ind. chuck D1-8, 12" dia., face plate, 23" dia., steady rest, follower rest with rollers 6", and toolpost grinder. To be delivered FOB destination to Pine Bluff Arsenal, Pine Bluff, AR. A written quotation will be issued on or about 8 Jan 1997 with anticipated award date of 4 Feb 1997. Request for quotation packages may be requested as follows: Fascimile request: 501/540-4090 or in writing. All responsible sourceses may submit a quatation which shall be considered by Pine Bluff Arsenal. See Numbered Note(s): 1. CITE: (I-340 SN009382) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 40--Rope, Cable, Chain, and Fittings OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 40--WIRE ROPE ASSEMBLY ALPS WIRE ROPE CORP (3P954) SOL SP0500-97-Q-B581 DUE 012797 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: R. Reid/VAA10/X0337 buyer: Lori GA llagher/VAA17/X6579 DESC: PR-NO: YPI96110000697 NSN 4010-01-274-7309, 100 -AY Del to Mechanicsburg PA 17055-0789 Del by 31 Mar 97. 30 -AY Del to Tracy CA 95376-5000 Del by 31 Mar 97. RFQ due date 97 Jan 27 specs: P/N 5R7796 yearly estimated quantity 60-240 primary quantity 130 delivery schedule: 120 ADO indefinite delivery type contract NOTE 1 applies size standard: 500 while price will be a significant factor in the evaluation of offers, the final contract award price will be based upon a combination of price and delivery as decribed 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-340 SN009032) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 40--Rope, Cable, Chain, and Fittings OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 40--CHAIN ASSEMBLY, SLING 13743 COLUMBUS MCKINNON CORP SOL SP0500-97-B-0004 DUE 012797 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Robert Kubiak/VAB22/X9238 buyer: B ob Kubiak/VAB22/X9238 DESC: PR-NO: YPI96073000753 NSN 4010-00-516-8405, 5,000 -EA Del to Mechanicsburg PA 17055-0789 Del by 18 Jul 96. 8,250 -EA Del to Tracy CA 95376-5000 Del by 18 Jul 96. IFB due date 97 Jan 27 specs: MIL-DLT-6458 Rev D primary quantity 13250 deliveries to CONUS (excluding Alaska). Delivery schedule: 240 days ADO offers will be evaluated with a 10% preference for small disadvantaged business concerns. This solicitation contains an opttion for increased quantity percent 50%. Specs/Dwgs are not required. CITE: (I-340 SN009073) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 41--Refrigeration, Air Conditioning and Air Circulating Equipment OFFADD: DEFENSE COMMISSARY AGENCY, ACQUISITION BUSINESS UNIT, 1300 E AVENUE, FORT LEE VA 23801-1800 SUBJECT: 41--PROVIDE AND INSTALL MILK/EGG CASES, ROLL-IN, REMOTE, REAR LOADING, TO COMMISSARY IN PORTSMOUTH VIRGINIA SOL DECA01-97-T-0164 DUE 011597 POC Purchasing Agent Ernie Favale (804) 734-8602 (Site Code DECA01) DESC: Furnish and install replacement dairy/milk/egg cases, roll-in, remote, medium temperature, open type, rear loading, at the Portsmouth Naval Shipyard Commissary, Bldg 350, Portsmouth, VA 23709-1001; (804) 399-7941. Three (3) each of 12 ft cases and on (1) each of 8 ft cases are required. Removal of the existing cases and installation of the new cases is required. Site visit is recommended. The solicitation is to be issued on or around December 23, 1996 as a request for quotation and a fixed price purchse order under part 12 of the FAR, Acquisition of Commercial Items, is contemplated. Written requests will be honored. Facsimile requests for this solicitation are acceptable routed to (804) 734-8886. Solicitation is 100% set aside for small business concerns. The standard industry code is 3585 and the business size is 500 employees or less. All responsive sources may submit an offer which shall be considered by he above stated CITE: (I-340 SN009281) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 42--Fire Fighting, Rescue and Safety Equipment OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 42-SEAWARS KITS SOL N0010497RK017 DUE 012497 POC Contact Point, M Altice Davis, 0242.11, (717)790-4042, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, M. E. Wise, 0242, (717)790-2743 DESC: NSN 4220-01-169-0605, Qty 93 KT, Delivery FOB Origin-- Except as modified or amplified in RFP. This item contins class "C" explosives. DFAR Clause 252.223-7001, Safety Precautions for Ammunition and Explosives (DEC 1991) applies. All responsivle sources may submit an offer which, if received in a timely manner, will be considered., See Note 9 CITE: (I-340 SN009128) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 43--Pumps and Compressors OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 43--BOWL, PUMP SOL SP0760-97-Q-0203 DUE 011497 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone)L.M.SPRUILL (614)692 -1102 DESC: PR-NO: FPC96165001003 NSN 4320-01-296-7233, CAGE 62983 Part No 693183 bowl, pump. Vickers Inc P/N 693183. 93 -EA Del to Tinker AFB OK 73145-9013 Del by 15 Mar 97. Solicitation not available until 15 days after published in the cbd.specifications, plans or drawings are not available.automated best value model(ABVM)APPLIES.WHILE price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation.this request will be issued via a written rfq.the estimated award date will be 13 Feb 97. All responsible sources may submit offer which DCSC shall consider. CITE: (I-340 SN009080) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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. 28.94 INCHES OVERALL LENGTH. SOL SP0750-96-Q-0407 DUE 012497 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer, Robert Garman, (614)692-1329. DESC: PR-NO: YPC96318000652 NSN 4720-01-067-9039, CAGE 12204 Part No XM5892 CAGE 19207 Part No 12311194 hose assembly, nonmetallic. Per army (19207) drawing 12311194 and all related data. 80 -EA Del to Tracy CA 95376-5000 Del by 90 days after date of award. 139 -EA Del to Mechanicsburg PA 17055-0789 Del by 90 days after date of award. See NOTE 1. Small business size standard is 500 employees. Solicitation not available until 15 days after published in the CBD. Written requests for drawings are to be submitted to Defense Supply Center, Columbus, Attn: DSCC-VTRD, P.O. Box 3990, Columbus, OH 43216-5000, by FAX (614)692-2998 or Call (614) 692-2344. Requests should include the IFB/RFP/RFQ number, opening/closing, NSN, YPC/ZPC or NPC number; buyer's name and your complete name and address. Federal, military and commercial specifications cannot be provided by DSCC. Automated Best Value Model (ABVM) applies. While price may be a significant factor in evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. Automated Best Value Model (ABVM) and deliveryy 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-340 SN009060) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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--PIPE, METALLIC. STEEL MATERIAL, 1 INCH NOMINAL PIPE SIZE, 0.133 INCH WALL THICKNESS, SOL SP0760-97-Q-0194 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)Cara James, 614-692- 1090 DESC: PR-NO: YPC96165001015 NSN 4710-00-162-1020, pipe, metallic. Steel material, 1 inch nominal pipe size, 0.133 inch wall thickness, galvanized, welded, threaded ends, coupling one END hand tight, thread protector other END, 21 feet lengths. I/A/W ASTM A53; type E or F. 1,629 -LG Del to Tracy CA 95376-5000 Del by 70 days after date of award. 977 -LG Del to Mechanicsburg PA 17055-0789 Del by 70 days after date of award. PR-NO: YPC96254000764 1294 -LG Del to Stockton CA 95296-0130 Del by 70 days after date of award. Solicitation not available until 15 days after published in the CBD. specifications, plans or drawings are not available. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final contract award decision will be based upon a combination of price and past performance, as described in the solicitation. While price will be a significant factor in the evaluation of offers the final contract award price may be based upon a combination of price and delivery as described in this solicitation. this request will be issued via a written RFQ. the expected award date is 10 Feb 97. All responsible sources may submit offer which DCSC shall consider. CITE: (I-340 SN009083) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: Carderock Division Naval Surface Warfare Center, Ship Systems Engineering Station, Bldg. 77L, Philadelphia, PA 19112-5083 SUBJECT: 47 -- MANIFOLD SOL N65540-97-RQ-638J DUE 122796 POC Catherine Guerra, Purchasing Agent, (215) 897-7898. DESC: Naval Surface Warfare Center, Carderock Division, Philadelphia intends to acquire, on a sole source basis, seven (7) manifolds from Derbyshire Marine, Philadelphia, Pa. Lower P/N M3597/MPl2321. These are needed for a retro-fit of shipboard lower purge manifold blocks on various class ships. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. No telephone requests will be accepted. You may FAX your request to (215) 897-7162. See Numbered Note(s): 1, 22. CITE: (I-340 SN009217) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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--SEPARATOR, WATER, LIQUID FUEL. EXCEPTION DATA: SPECIFICATION CONTROL DRAWING SOL SP0770-97-Q-MG22 DUE 011797 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer: Annette Shelton (614) 692-2757. DESC: PR-NO: YPC96324000598 NSN 4930-00-431-9077, CAGE 87405 Part No 054190-03 separator, water, liquid fuel. I/A/W bureau of ships, Dept of the Navy specification control drawing 2584546. 39 -EA Del to (Call contracting office) Del 90 days ADO. Small business size standard is 500 employees. Solicitation not available until 15 days after published in the CBD. written requests for drawings are to be submitted to Defense Supply Center Columbus, Attn DSCC-VTRD P.O. Box 3990, Columbus, OH 43216-5000, by FAX (614) 692 2998 or Call (614) 692-2344. requests should include the IFB/RFP/RFQ number, opening/closing, NSN, YPC/ZPC or NPC number; buyer's name and your complete name and address. Federal, military and commercial specifications cannot be proveded by DSCC. Automated Best Value Model (ABVM) applies. while price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Delivery Evaluation Factor (DEF) applies. while price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-340 SN009084) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 49--Maintenance and Repair Shop Equipment OFFADD: 305 Contracting Squadron, 3563 Lancaster Ave, McGuire AFB, NJ 08641- 1712 SUBJECT: 49 -- VACUUM FORMING MACHINE SOL F28609-97-B0006 DUE 012897 POC Barbara Ackley, Purchasing Agent at 609-724-2420. DESC: Furnish vacuum forming machine (dual-platen/deep-draw) fully automatic, with sandwich heater. To include all frames to fit sheet sizes from 3'x 3' up to 12' x 14'. The SIC code is 3567. Small business size standard is 500 employees. This proposed contract is 100% small business set-aside. WRITTEN REQUESTS ONLY - TELEPHONIC REQUESTS WILL NOT BE HONORED. FAX REQUESTS WILL BE ACCEPTED AT 609-724-3880. Solicitation will be issued on or about 27 Dec 96. Include your (1) business name, (2) business size, (3) address (to include nine-digit zip code), (4) telephone number, (5) fax number, and (6) the solicitation number in all requests. CITE: (I-340 SN009165) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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--SPACER, RING TWIN DISC INC. (61208) SOL SP0500-97-Q-DJ13 DUE 011497 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Mark Tanguay/PVVAA11/(215)697-23 57 buyer: Mark Tanguay/PVVAA11/(215)697-2357 DESC: PR-NO: YPI96073000910 NSN 5365-00-116-5221, @DIAMETER 2.531 inches nominal 1,520 -EA Del to New Cumberland PA 17070-5001 Del by 18 Sep 96. RFQ due date: 97JAN14 specs: twin DISC(61208) P/N 202774 predominant mater: steel size/dimen: I.D. 2.531 IN., O.D. 3.187 IN., thk. 0.312 IN., counterbored 2.119 in dia., 0.156 IN. deep. Primary qty: 1520 deliveries to CONUS (excluding Alaska). Delivery schedule: 90 days ADO. 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). The approved source is twin DISC(61208) P/N202774 while price will be a significant factor in the evaluation of the final contract award price will be based upon a combination of price and delivery as described in section M of this solicitation. To obtain a copy of this solcitation please send FAX request to (215)697-6333. CITE: (I-340 SN009031) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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--COVER, ACCESS CINCINNATI ELECTRONICS CORP (80045) SOL SP0500-97-Q-E107 DUE 122396 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Carol lauff/MMCB06/(215)697-4987 buyer: Mary Lynch/PMMCB10/(215)697-5734 DESC: PR-NO: YPI96283005806 NSN 5340-01-287-9789, 10 -EA Del to New Cumberland PA 17070-5001 Del by 11 Nov 96. RFQ due date: 96DEC23 specs: Cincinnati electroinics Corp. 628347 primary qty: 10 deliveries to CONUS (excluding Alaska). Delivery schedule: 120 days ADO. 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 source is: Cincinnati Electronics Corp. P/N 628347. Dwrgs are not requireds. To obtain a copy of this solicitation please send FAX request to (215)697-6333. CITE: (I-340 SN009033) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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--TURNBUCKLE 1 INCH BY 12 INCH SOL SP0500-97-Q-D679 DUE 010197 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: James L. eagen/PMMCC07/(215)6976425 buyer: Jim eagen/PMMCC07/(215)697-6425 DESC: PR-NO: YPI96302001421 NSN 5340-00-187-8192, @SURFACE treatment and location Zinc overall @OVERALL length 23.000 inches nominal 2,550 -EA Del to New Cumberland PA 17070-5001 Del by 04 Apr 97. RFQ due date: 97JAN04 specs: FF-T-791B type 1, form 1, class 4 predominant mater: steel size/dimen: 1 inch by 12 inch Zink plated, with lock nuts. Primary qty: 2550 deliveries to CONUS (excluding Alaska). Delivery schedule: 120 days NOTES one(1) and twelve(12) does apply. Set-aside standard is: 500 while price will be significant factor in the evaluation of offers, the final contract award price will be based upon a combination of price and delivery as described in section M of this solicitaiton. To obtain a copy of this solicitation please send FAX request to (215)697-6333. CITE: (I-340 SN009034) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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--CATCH, CLAMPING HARTWELL CORP (83014) SOL SP0500-97-Q-E969 DUE 012597 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Valerie Hahn/PMMAA05/(215)697-65 24 buyer: Valerie Hahn/PMMAA05/(215)697-6524 DESC: PR-NO: YPI96310003203 NSN 5340-01-160-6801, 37 -EA Del to New Cumberland PA 17070-5001 Del by 06 Feb 97. RFQ due date: 97JAN25 specs/dwrgs are not required. Primary qty: 37 delivery schedule: 90 days from date of order. 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 source is: Hartwell OEM. This purchase is for a national defense item and therefore restricted to U.S. sources. To obtain a copy of this solcitation please send FAX request to (215)697-6333. CITE: (I-340 SN009036) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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--COUPLING, CLAMP, GROOVED SOURCE CONTROL DOCUMENT SOL SP0500-97-Q-D777 DUE 011397 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: James L. eagen/PMMCC07/(215)6976425 buyer: James L. eagen/PMMCC07/(215)697-6425 DESC: PR-NO: YPI96317001358 NSN 5340-00-331-4797, steel 450 -EA Del to New Cumberland PA 17070-5001 Del by 02 Feb 97. See NOTES 9, 22, RFQ due date: 97JAN13 specs: McDonnell Douglas P/N ST7M276-200L predominant mater: steel primary qty: 450 deliveries to CONUS (excluding Alaska). Delivery schedule: 120 days offers will be evaluated with a 10% preference for small disadvantaged business concern. NOTE twelve does apply. 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: pressure science INC.(15284) and, Voss Industries (14242). 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. CITE: (I-340 SN009037) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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--BOOT, DUST AND MOISTURE SEAL 19207 U S ARMY TANK-AUTO COMMAND SOL SP0500-97-Q-F002 DUE 012797 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Vernon C. Cooper/MAA05/215-697-6 524 buyer: Valerie Hahn/MAA05/215-697-6524 DESC: PR-NO: YPI96318001217 NSN 5340-01-378-5201, 3,300 -EA Del to New Cumberland PA 17070-5001 Del by 01 Jan 97. RFQ due date: 97JAN27 specs: 19207 12342646 primary qty: 3300 delivery schedule: 60 days offers will be evaluated with a 10% preference for small disadvantaged business concerns. This purchase is for a national defense item and therefore restricted to U. S. sources. Drawings/specs are not required. To obtain a copy of this solicitation please send FAX request to 215-697-6333 or X1462 or X2978. CITE: (I-340 SN009038) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--LATCH, SEAT SOURCE CONTROL DATA SOL SP0500-97-Q-D885 DUE 122396 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Carol lauff/MMCB06/(215)697-4987 buyer: Mary Lynch/PMMCB10/(215)697-5734 DESC: PR-NO: YPI96310002585 NSN 5340-01-113-8181, 640 -EA Del to New Cumberland PA 17070-5001 Del by 17 May 97. See NOTES 9, 22, RFQ due date: 96DEC23 specs: Sikorsky P/N 70500-02162-102 primary qty: 640 deliveies to CONUS (excluding Alaska). Delivery schedule: 120 days ADO. NOTE one(1) does apply set a-side standard is: 500 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 source is: Hartwell Corp. While price will be a significant factor in the evaluation of offers, the final contract award price price will be based upon a combination of price and delivery as described in section M of this solicitaiton. To obtain a copy of this solicitation please send FAX request to (215)697-6333. Dwrgs are not required. CITE: (I-340 SN009071) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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-PLUG, PROTECTIVE DUST AND MOISTURE SEAL (80063) U S ARMY READINESS COMMAND SOL SP0500-97-Q-GJ76 DUE 011097 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Eric Miller/MBA04/(215)697-0302 buyer: Eric Miller/PMMBA04/(215)697-0302 DESC: PR-NO: YPI96040001100 NSN 5340-01-362-6138, 450 -EA Del to New Cumberland PA 17070-5001 Del by 29 Mar 97. RFQ due date: 97JAN10 specs not required. Incremental bidding: primary qty: 450 1ST alt qty: 600 2ND alt qty: 750 deliveries to CONUS (excluding Alaska). Delivery schedule: 180 days. NOTES one(1) and Nine(9) does apply. Set a-side standard is: 500 this purchase is for a national defense item and therefore restricted to U.S. sources. While price will be a significant factor in the evaluation of offers, the final contract award price will be based upon a combination of price and delivery as described in section M of this solicitation. To obtain a copy of this solicitation please send FAX request to (215)697-6333. CITE: (I-340 SN009072) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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--CONNECTOR, ROD END MCDONNELL DOUGLAS CORP (76301) SOL SP0500-97-Q-E263 DUE 123196 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Gary Trauger/MCA07/X5545 buyer: M connors/MCA55/X6016 DESC: PR-NO: YPI96320000724 NSN 5340-01-164-0867, 100 -EA Del to Tracy CA 95376-5000 Del by 27 Jul 97. RFQ due date 96 Dec 31 primary quantity: 100 delivery schedule: 90 days NOTE 2 applies 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: Northrop (76823), Essner metal (2B834), Aero Components (59213) this purchase is for a national defense item and therefore restricted to U.S. sources while price will be a significant factor in the evaluation of offers, the final contract award price will be based upon a combination of price and delivery as described in SE ction M of this solicitation specs/Dwgs are not required to obtain a copy of this solicitation please FAX request to (215) 697-6333, X1462, 2978. CITE: (I-340 SN009074) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 55--Lumber, Millwork, Plywood and Veneer OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 55--LUMBER, SOFTWOOD, DIMENSION; IN ACCORDANCE WITH FED. SPEC. MM-L-751. ALL SPECIES SOL SP0500-97-Q-F079 DUE 122396 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Tyrone R. Lyles/WAA19/X6352 buyer: T. Lyles/WAA19/X6352 DESC: PR-NO: YPI96310001720 NSN 5510-00-551-9651, lumber, softwood; I/A/W MM-L-751. Grade: C select - size: 2 "X 4". Full and open competition apply 40,000 -BF Del to Schofield bks HI 96857 Del by 09 Nov 96. RFQ due date 96 Dec 23 specs: lumber, softwood primary quantity 40000 delivery schedule: 30 days NOTE 1 applies size standard: 500 other NOTES: to obtain a copy of this solicitation please send FAX request to (215) 697-6333ORX1462ORX2978. Specs/Dwgs are not required. CITE: (I-340 SN009035) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 55--Lumber, Millwork, Plywood and Veneer OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 55--PLYWOOD, SOFTWOOD, CONSTRUCTION; I/A/W COMM'L ITEM DESC (CID) A-A-55057, TYPE A (PS1-95). SOL SP0500-97-Q-F066 DUE 122796 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Jeff Kochanowicz/WAA07/215-697-3 225 buyer: Kathy Hines/WAA07/215-697-3225 DESC: PR-NO: YPI96327000596 NSN 5530-00-618-6958, plywood, Const; I/A/W CID A-A-55057A, (ALL-VENEER) grade: CDX / rated sheathing-exposure 1. Size: 1/2 "(15/32" ) X 48 "X 96". Full and open competition apply 2,046 -SH Del to Okinawa Ryukyu Island Japan Del by 19 Feb 97. RFQ due date: 96DEC27 specs: (CID) A-A-55057 primary qty: 2064 delivery schedule: 14 days size standard: 500 NOTE 1 applies this solicitation also contains YPI96327000599. Drawings/specs are not required. To obtain a copy of this solicitation please send FAX request to 215-697-6333 or X1462 or X2978. CITE: (I-340 SN009075) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 55--Lumber, Millwork, Plywood and Veneer OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 55--PLYWOOD, SOFTWOOD, CONSTRUCTION; I/A/W COMM'L ITEM DESC (CID) A-A-55057, TYPE A (PS1-95). SOL SP0500-97-Q-F319 DUE 122396 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Tyrone R. Lyles/WAA19/X6352 buyer: T. Lyles/WAA19/X6352 DESC: PR-NO: YPI96330001013 NSN 5530-00-618-6956, plywood, Const; I/A/W CID A-A-55057A, (ALL-VENEER) grade: CDX/rated sheathing-exp 1. Size: 3/8 "X 48" X 96 ". Full and open competition apply 3,074 -SH Del to Okinawa Ryukyu Island Japan Del by 19 Feb 97. RFQ due date 96 Dec 21 days NOTE 1 applies size standard: 500 other NOTES: also contain PR# YPI96330001005 other NOTES: to obtain a copy of this solicitation please send FAX request to (215) 697-6333ORX1462ORX2978. Specs/Dwgs are not required. CITE: (I-340 SN009076) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 55--Lumber, Millwork, Plywood and Veneer OFFADD: U S BUREAU OF RECLAMATION, CODE 7810, P O BOX 620, GRAND COULEE, WA 99133 SUBJECT: 55--BOOM LOGS, COMPLETE WITH WEAR PLATES AND BOOM CHAINS SOL 142597SQ1704090 1425-97-SQ-17- DUE 010397 POC CONTRACTING OFFICER, DEETS AYLING, 509-633-9516 DESC: Boom Log, 33 ft long x 14 diameter complete with wear plates and boom chains installed. For debris collection log booms located on Franklin D. Roosevelt Lake, delivered to Kettle Falls facility upstream of Grand Coulee Dam Washington. Fax requests fo specifications and drawing to 509 633-9175. CITE: (I-340 SN009274) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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--COOLER, CRYOGENIC SOL SP0970-97-R-A004 DUE 012397 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96071000708 NSN 5855-12-334-5972, CAGE D1597 Part No 021.451 679 other than full and open competition: part numbered item. Products offered clause applies. Various increments solicited from: 25-49 EA; 100-249 EA; 250-749 EA; 750-1000 EA. PR quantity: 50 EA. Delivery to: FY2020-HILL AFB UT; 50 EA FY2060 Robins AFB GA. Delivery schedule: 5 EA within 120 days AEDC, the balance at the rate of 5 EA every 30 days. Set aside type: unrestricted (sole source/ single source) (no preference). Size standard: 750. All responsible sources may submit offer which DESC shall consider. CITE: (I-340 SN009243) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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--COUPLER, AMPLIFIER SOL SP0970-97-Q-A082 DUE 011597 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: YPE96171000310 NSN 5820-01-332-6153, CAGE 05869 Part No 755002A0550 CAGE 53711 Part No AM6874/PRC-104 1 -EA Del to Patuxent River MD 20670-5304 delivery schedule: 1-4 each within 30 days balance at a rate of 3 each, each 30 days. Various increments solicited: 1--4, 5--10. Threshold PR quantity: 1 each. Standard size: 750. Unrestricted (sole source/single) (no preference). Other than full and open competition: part numbered item. products offered clause applies. Issue date: 27 Dec 96; closing date: 15 Jan 97. All responsible sources may submit offer which DESC shall consider. CITE: (I-340 SN009245) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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--CONTROL, RADIO SET SOL SP0970-97-R-A028 DUE 013197 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96255000375 NSN 5826-01-239-6808, CAGE 13499 Part No 622-7490-002 CAGE 80058 Part No C-11680(V)2/ARN-147(V) CAGE 85374 Part No 277900-020 power source: external. CASE material: aluminum. Inclosure type: encased. Maximum overall length: 5.750 inches. Maximum overall width: 3.000 inches. Maximum overall height: 2.630 inches. Mounting method: panel. Features provided: power on-off switch. Special features: vor/ILS frequency range - 108.00 117.95 MHZ, arinc 2 out of 5 of MIL-STD-1553B; vor CHANNELS160, LOC channels - 40; glideslope freq. range - 329.15 to 335.00 MHZ, glidescope freq. control - arinc 2 out of 5 and/or MIL-STD-1553B paired with localizer channels; power requirements - approximately 8 Watts of 28 VDC, control J1 matingconnector - MS3476L-20-41S. Supplementary features: designed for airborne installation; passive remote control, except for lighting; panel mtd by 4 quarter-turn fasteners functional description: provides power on/off and parallel tuning interface (primary or backup to MIL-STD-15538) to USAF STD vor/ILS MB receiver. 56 -EA Del to Mechanicsburg PA 17055-0789 other than full and open competition: part numbered item. Products offered clause applies. Various increments solicited: 25-49, 50-74, 75-99, 100-149. PR quantity: 56 each. Line 1 quantity 56 -SW3100 Mechanicsburg PA 17055-0789. Delivery schedule: deliver 50 ea.within 150 days ADC 25 ea.every 30 days thereafter. Set-aside: unrestriced with preferential consideration for SDB. Size standard: 750. All responsible sources may submit offer which DESC shall consider. CITE: (I-340 SN009262) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Defense Special Weapons Agency, 6801 Telegraph Rd., Alexandria, VA 22310-3398 SUBJECT: 58 -- PORTABLE RADIO COMMUNICATION EQUIPMENT SOL N/A POC Susan Benik, Contract Specialist, (703) 325-6962, Edward Archer, Contracting Officer, (703) 325-5028. DESC: The Defense Special Weapons Agency (DSWA) has a requirement for portable radio communication equipment. The radio communication equipment is being provided to Kazakstan to support Strategic Offensive Arms Elimination (SOAE) as authorized by the Nunn-Lugar Cooperative Threat Reduction (CTR) legislation. This is a total small business set-aside. See Note 1. All requests for the RFP must be in writing. Faxed requests are acceptable and shall be faxed to the attention of Susan Benik at (703) 325-9291. If the request is faxed, no hard copy is required. Information on DSWA solicitations, already released, can be obtained by calling the DSWA Hotline at (703) 325-1173. As of 31 May 96, Acquisition Management has added "Procurement Opportunities" to the DSWA Home Page available on the World Wide Web. Information will include this synopsis and more. Please check us out at www.dswa.mil. Reference Synopsis No. 97-19 CITE: (I-340 SN009356) [Commerce Business Daily: Posted December 05, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment--Potential Sources Sought OFFADD: United States Special Operations Command, Directorate of Procurement (SOAC-KB), 2418 Florida Keys Ave., MacDill AFB, FL 33621-5316 SUBJECT: 58-- MULTIBAND, MULTIMISSION RADIO (MBMMR) SOL N/A DUE 010997 POC E. J. More, contracting Officer (813)8405453 DESC: The United States Special Operations Command (USSOCOM) is conducting a Market Investigation (MI) to identify on-going IR&D and/or Government sponsored initiatives in the area of multiband, multimission manpack radio systems. This MI does not signify a request for proposal (RFP) or intention to enter into a contract. Industry comments are solicited concerning the feasibility and availability of technology to achieve the MBMMR capabilities in the desired time frame (initial deliveries required in 4th Qtr CY 98). The intent of the MBMMR program is to provide Special Operations Forces (SOF) with a state-of-the-art, tactical, multiband and multimission long range manpack radio that will enable SOF teams to communicate on user selected frequencies and waveforms from 30 to 512 megahertz (MHz). The MBMMR will weigh less than 15 pounds, be smaller than 600 cubic inches, include: embedded COMSEC (e.g., VINSON, FASCINATOR, ANDVT/KYV-5, KG 84-C); the SINCGARS and Have Quick II ECCM waveforms; both 5 kHz and 25 kHz DAMA for tactical satellite (TACSAT) operations; and possess full band capability from 30 to 512 MHz. The MBMMR will replace/augment several manpack radios currently used by SOF, such as the AN/PRC-117B-D, AN/PRC-119, AN/PRC-113, AN/PSC-5, AN/PSC-7, AN/PSC-3, HST-4, and the LST-5B/C. The MBMMR will enhance communications interoperability between SOF and conventional units and will reduce the types and quantities of manpack radios currently required to be deployed to support SOF missions. Interested parties must submit written requests to Mr. E.J. More, USSOCOM Contracting Officer, c/o Booz-Allen & Hamilton, Attn: Mr. Frank Mariello, 4890 West Kennedy Blvd, Suite 475, Tampa, FL 33609 to obtain a MBMMR information package. The package will include an Industry Questionnaire a copy of a DRAFT requirements Correlation Matrix from the MBMMR Operational Requirements Document. The completed questionnaire, a respondent generated matrix, identifying those threshold and/or objective requirements in the correlation matrix, and any questions or comments must be returned by 9 January 97. EMAIL moreej@soac.hqsocom.mil EMAILDESC: CITE: (W-340 SN009364) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Naval Air Warfare Center Training Systems Division, 12350 Research Parkway, Orlando, FL 32826-3224 SUBJECT: 59 -- COMPUTER CARDS FOR DEVICE 02F87(F) SOL N61339-97-Q-0249 DUE 012797 POC Contracting Officer, Jeanne Morrison, 407/380-4052 DESC: No known NSN Items, no specifications available. The government intends to negotiate on a Sole Source basis with Hughes Training Inc., Link Division, Binghamton, NY. Parts to be procured are various Hughes Training Inc, components to be used as spare parts. The components must interface with existing equipment and operate mechanically and electrically in the same manner as the part to be replaced. Requested Del 90 days. Only written requests for Quotation will be honored and should contain Contractor Establishment Code. Small Purchase procedures apply. All responsible sources may submit a quotation which shall be considered by this agency. See Note 22. CITE: (I-339 SN009011) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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, RADIO FREQUENCY WHITTAKER CORP SOL SP0451-96-Q-YZ87 DUE 010397 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JBPA Richmond VA 23297-5312 AC (804)279-3129. For copies of RFQ solicitations, contact the buyer. PO C: Lorraine Ricks/BB731/804-279-3129; KO: Joyce M. COOP er/804-279-5279. DESC: PR-NO: YPG96127001918 NSN 5995-01-188-0088, cable assembly, radio frequency. Whittaker Corp, CAGE 72152, P/N 14-00-01350, Kaman instrumentation Corp, CAGE 7T028, P/N 853230-239 or McDonnell Douglas Corp, CAGE 76301, P/N 75-878051-239. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Unrestricted. Other than full and open comp (sole source) FAR 6.302-1. 52 -EA Del to Richmond VA 23297-5900 Del by 100 days ARO. All responsible sources may submit offer which DGSC shall consider. CITE: (I-340 SN009105) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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-CIRCUIT CARD ASSEMB SOL N0010497QCA88 DUE 012397 POC Contact Point, Barbara A Mccarthy, 02111.13, (717)790-1201, Fax, (717)790-2284, Twx, Not-avail DESC: NSN 7H-5998-01-375-8842, SPEC NR TDP VER 002, Ref Nr ESA 56493CA, Qty 4 EA, Deliver to Defense Distrbution Depot San Diego San Diego CA, See Notes 9,22 CITE: (I-340 SN009129) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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, SPEC SOL SP0451-97-Q-F300 DUE 012097 POC Contact: for copies of RFQ solicitations, contact the buyer, rose M. Gordon/BB831/804-279-3306, FAX DSCR-JBPA/804 -279-6009. contracting officer, Kathleen Hicks. DESC: PR-NO: YPG96303000720 NSN 5995-01-271-1047, cable assembly, special, Grumman Aerospace Corp, CAGE 26512, P/N 1128AV42940-5. specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Unrestricted. Only one source. 100% option. Destination inspection 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. 16 -EA Del to Bremerton WA 98314 Del by 287 days ARO. 5 -EA Del to Cherry Point N C 28533-5001 Del by 287 days ARO. All responsible sources may submit offer which DGSC shall consider. CITE: (I-340 SN009149) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Naval Air Warfare Center Training Systems Division, 12350 Research Parkway, Orlando, FL 32826-3224 SUBJECT: 59 -- SPARE PARTS FOR DEVICE 02F87(F) SOL N61339-97-Q-0248 DUE 012797 POC Contracting Officer, Jeanne Morrison, 407/380-4052 DESC: No known NSN items, no specifications available. The government intends to negotiate on a Sole Source basis with Systran Corporation, Dayton, OH. Parts to be procured are various Systran Corp., components to be used as spare parts. The components must interface with existing equipment and operate mechanically and electrically in the same manner as part to be replaced. Requested Del 90 days. Only written Requests for Quotation will be honored and should contain Contractor Establishment Code. Small Purchase procedures apply. All responsible sources may submit a quotation which shall be considered by this agency. See Note 22. CITE: (I-340 SN009228) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--CIRCUIT CARD ASSEMB SOL SP0960-97-Q-A044 DUE 123096 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: YPE96116000037 NSN 5998-01-143-7333, CAGE 64547 Part No 2106605-4 CAGE 64547 Part No 2113577-1 27 -EA Del to Jacksonville FL 32212-0097 Del by 19 Feb 97. Other than full and open competition: part numbered item products offered clause applies various increments: 1-30 31-60 61-90 size standard: 500 delivery schedule: 27 each within 90 days set-aside type: g-unrestricted (sole source/single source) (no preference) no drawings available all responsible sources may submit offer which DESC shall consider. CITE: (I-340 SN009244) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--ANTENNA SOL SP0970-97-Q-0082 DUE 122096 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: YPE96219000392 NSN 5985-00-757-8981, CAGE 81205 Part No 5-88154-4 CAGE 81205 Part No 65-31355-4 @DESIGN type mast single antenna element 9 -EA Del to Mechanicsburg PA 17055-0789 other than full and open competition: part numbered item products offered clause applies. Various increments solicited: 1-4, 5-9, 10-14, 15. PR quantity: 9 EA. Line 1 quantity 9 -SW3100 Mechanicsburg PA 17055-0789. Delivery schedule: requested 60 days. Set-aside: unrestricted (sole source/single source) (no preference). Size standard: 750. All responsible sources may submit offer which DESC shall consider. CITE: (I-340 SN009246) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--ANTENNA SOL SP0970-97-Q-A097 DUE 123196 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: YPE96323000595 NSN 5985-00-414-0393, CAGE 0HHN4 Part No cp-03003 CAGE 04597 Part No 69D34382-5 CAGE 84027 Part No 69D34832-5 CAGE 98750 Part No 69D34832-5 other than full and open competition: part numbered item. Products offered clause applies. Various increments solicited from: 500-749 EA; 750-999 EA; 1000-1499 EA; 1500-2499 EA. PR quantity: 631 EA. Deliver to: 631 EA - W62G27 - Stockton CA. Delivery schedule: all quantities IN 90 days. Set aside type: total SDB set aside. Size standard: 750. Small business percent: 100. All responsible sources may submit offer which DESC shall consider. CITE: (I-340 SN009247) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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--MICROPHONE, DYNAMIC DESC FORM 239 DTD 18 JAN 95 APPLIES. SOL SP0970-97-Q-A096 DUE 013197 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96228000591 NSN 5965-01-277-8589, CAGE 18068 Part No 10903B CAGE 59369 Part No 4600-CA CAGE 81134 Part No 81839 CAGE 81361 Part No 5-1-1543 CAGE 81579 Part No CE133/150 CAGE 82872 Part No 215-330-005-604 frequency response range in Hertz 200.0 to 6000.0 sound pickup directional type: unidirectional. Body style: 18 hand held. 3,834 -EA Del to Lathrop CA 95330 Del by 07 Oct 96. 2,842 -EA Del to Mechanicsburg PA 17055-0789 full and open competition: complete, unrestricted data package available. Various increments solicited: 2000-4999, 5000-7499, 7500-9999. PR quantity: 6676 EA. Line 1 quantity 3834 -W62G2T Stockton CA 95296-0130. Line 2 quantity 2842 - SW3100 Mechanicsburg PA 17055-0789 delivery schedule: deliver entire quantity within 90 days ADO. Set-aside: total small business set-aside. Size standard: 750. All responsible sources may submit offer which DESC shall consider. CITE: (I-340 SN009261) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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--ELECTRONIC COMPONEN SOL SP0960-97-R-A013 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: YPE96264000436 NSN 5998-01-109-7000, CAGE 28480 Part No 08160-66528 64 -EA Del to Lathrop CA 95330 Del by 18 Nov 96. 15 -EA Del to Mechanicsburg PA 17055-0789 Del by 19 Nov 96. Other than full and open competition: part numbered item products offered clause applies various increments: 1-49 50-99 100-149 150-199 200-249 250-300 delivery schedule: 86 each within 180 days, 25 each every 30 days thereafter set-aside type: g-unrestricted (sole source/single source) (no preference) no drawings available size standard: 500 all responsible sources may submit offer which DESC shall consider. CITE: (I-340 SN009263) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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--SWITCH, THUMBWHEEL SOL SP0930-97-R-A022 DUE 013097 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96302000851 NSN 5930-00-492-0590, CAGE 93322 Part No 7902618 CAGE 99479 Part No DC3841-1 no data available for manufacturers purposes. 10 -EA Del to Mechanicsburg PA 17055-0789 Del by 07 Jan 97. 35 -EA Del to Lathrop CA 95330 Del by 07 Jan 97. See NOTES 9, 22, other than full and open competition: part numbered item products offered clause applies solicited various increments from: 10 to 149 PR qty: 45 EA delivery schedule: 45 EA within 160 days with any balanc to be Del at 45 EA every 30 days standard size: 3613 set-aside type: total small business set-aside all responsible sources may submit offer which DESC shall consider. CITE: (I-340 SN009264) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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, UNIT 2300, APO AA, FL 34011-5000 SUBJECT: 59-POWER CABLE # 8/3 SDT-TC+ GRD SOL PAC 84309-JR-29 DUE 010397 POC JOSE R. ECHART, CONTRACT SPECIALIST, (507) 272-4658, GARY M. ANDERSON, CONTRACTING OFFICER, (507) 272-4658 DESC: QUANTITY: 50000 FEET POWER CABLE WITH SALIENT CHARCTERSTICS: NO. V1501 AWG #8 V1501887, SHIP IN 50 REELS OF 1000 FT. EACH IN NON-RETURNABLE REEL. THIS CABLE SHALL BE ROYAL OR EQUAL. PC12376 3 CONDUCTORS WITH GROUND AWG # 8. CONDUCTOR SIZE: 8. CONDUCTOR STRAND: 19. INSULATION : .030. O.D: .70. JKT.: .060. AMPACITY NEC:59 ADJUSTED FOR COOPER AT TIME OF SHIPMENT. DELIVERY 30 TO 45 DAYS FOB NEW ORLEANS, 90 TO 120 DAYS FOB/CIF GAMBOA, REPUBLIC OF PANAMA, AFTER RECEIPT OF NOTICE OF AWARD. WHEN REQUESTING SOLICITATION, STATE NAME, ADDRESS AND SOLICITATION NUMBER. REQUESTS WILL BE ACCEPTED BY FACSIMILE AT 011-507-272-7661 OR 1512. ALL RESPONSIBLE SOURCES MAY 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-340 SN009312) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280 SUBJECT: 59 -- CIRCUIT CARD ASSEMBLY SOL DAAH01-97-R-A032 DUE 011097 POC AMSMI-AC-CDDC, Patricia Butler Contract Specialist, 205-842-6524 AMSMI-AC-CDDC, Denise L. Owens Contracting Officer, 205-842-6517. DESC: Synopsis No. 5364-96 (MA) NSN 5999-01-214-0983, Army P/N 13225385, Item description: Resistor 11; microcircuit 5; capacitor 12; 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 50, known quantity of 126, and a maximum quantity of 177 each. In addition, this requirement will have option quantities for the base year FY 97, ranging from 50 - 100 each, and out years FY 98 through FY 00, ranging from 50 - 100 each. Destinations to be furnished. Delivery schedule 220 days after contract award. Offerors must be approved and qualified. This proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one, or a limited number of sources. Suggest that small business firms or others interested in subcontracting 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 Hughes Georgia, Incorporated, 1302 Orchard Hill Road, LaGrange, GA 30240. All responsible sources may submit a bid, proposal, or quotation which shall be considered by this agency. Request solicitation package from address above, ATTN: AMSMI-AC-MOD, FAX 205-876-9633. The most recent representative unit price and quantity relative to this acquisition is NSN 5999-01-214-0983, Awd Date 013190, Qty 28, Unit Price $1,234.56. 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. 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 is accordance with MICOM Pamphlet 702-1 available through Internet. See Numbered Note(s): 22. CITE: (I-340 SN009352) [Commerce Business Daily: Posted December 05, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Information Systems Agency, NCRCO, 701 South Court House Road, Arlington, VA 22204-2199 SUBJECT: 59--FIBERMUX CIRCUIT CARDS SOL DCA100-95-R-0021 DUE 012197 POC William Blitgen, Contract Specialist (703) 607-4605, Facsimile (703) 607-4611 or Boyd Blevins, Contracting Officer (703) 607-4601 DESC: The Defense Information Systems Agency has a requirement for the following Fibermux common logic module and interface module circuit cards: CLIN 0001, Circuit Card, Common Logic, 100 Mbps, 13mm, nmode, 12 db ST, P/N CC8814/L1300M/ST;CLIN 0002,Circuit Card, control module, management/ switchover/intercom, P/N CC8833/NM/V; CLIN 0003, Circuit Card, interface module, 4-port RS-232 interface to user DTE, P/N CC8863R-DCE; CLIN 0004,Circuit Card, interface module, 4-port RS-232 interface to user DCE, P/N CC8863R-DTE; CLIN 0005,Circuit Card, interface module, 4-port RS-449/422 interface to user DTE, P/N CC8873C-DTE; CLIN 0006, Circuit Card, interface module, 4-port RS-449/422 interface to user DCE, P/N CC8873C-DCE. All interested parties must submit a written request for a copy of the solicitation within 15 calendar days of this notification. The request should be written on company letterhead, the title of the requirement, to include the solicitation number and contracting officer's name, address/code and point of contact. Facsimiles are acceptable. CITE: (W-340 SN009366) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 60--Fiber Optics Materials and Components, Assemblies, and Accessories 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: 60 -- FIBER OPTIC CABLE (APD OR SEICOR) SOL RFQ-23-004 POC Contact Shirley Tucker, Purchasing Agent, 202/874-2614. DESC: The Bureau of Engraving and Printing (BEP) intends to purchase 36,750 feet of Fiber Optic Cable (APD or Seicor). Requests for RFQ 23-004 must be submitted in writing to the above address, or facsimile to 202/874-3135. All responsible sources may submit a quote which shall be considered. Quotes will be accepted fifteen (15) days after publication of this notice and a purchase order will be awarded based on price soon after receipt of quotes. No telephone requests will be accepted. All written requests shall include the firm's size status (i.e., Large, Small, Minority, or Women-Owned). This procurement is 100% set-aside for small business concerns. See Numbered Note(s) 1. CITE: (I-340 SN009377) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: 61--RETAINER, BATTERY SOL DAAE0797QT160 DUE 020497 POC POC for a solicitation copy, Call 810/574-6802 OR 6807. For information on this procurement, Call Jim Lewis (810) 574-7138 DESC: NSN: 6160000094016, qty: 1003, FOB: destination, opt: none item: retainer, batt see NOTE: 01. All responsible Sou rces may submit an offer which will be considered. The offer due date is on or about 020497 (see soliciation for actual offer due date). CITE: (I-339 SN009017) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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--ROTOR, MOTOR SOL SP0430-97-Q-P263 DUE 011697 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, or for copies of RFQ solicitations, contact the buyer: Sara West/ZZ881/804279-4545. Judith H. Hawthorne/804-279-4905. DESC: PR-NO: YPG96295000961 NSN 6105-01-282-4266, rotor motor. This synopsis has been cancelled in its entirety. CITE: (I-340 SN009098) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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--WIRING HARNESS, BRANCHED SOL SP0451-97-Q-H090 DUE 122497 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. contract officer L. mc cormick. DESC: PR-NO: YPG96282001774 NSN 6150-00-144-1608, wiring harness, branched. P/N 53-79262A236. 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 solicitation. 2 -EA Del to Holloman AFB NM 88330-7706 Del by 60 DARO. All responsible sources may submit offer which DGSC shall consider. CITE: (I-340 SN009144) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS 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 - CAUTION SOL SP0441-97-Q-S236 DUE 010697 POC Contact: for copy of solicitation contact buyer: Ruth gulle tte/BW201 from announcement, phone or write DGSC Attn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. for copies of RFQ solicitations, contact the buyer. DESC: PR-NO: YPG96325000598 NSN 6220-01-248-0953, Lockheed Ft Worth Co dwg.16ve038005, Rev. 'BG', P/N 16VE038005-17 or aerospace Avionics P/N 708360-17. specifications, plans or dwg.relating to the procurement described are not available & cannot be furnished by the Gov't. (2 sources unrestricted. solicitatiion will be made in writing. 10 -EA Del to Mechanicsburg PA 17055-0789 Del 200 days ARO. 6 -EA Del to Tracy CA 95376-5000 Del 200 days ARO. All responsible sources may submit offer which DGSC shall consider. CITE: (I-340 SN009110) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS 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 SP0441-97-Q-S239 DUE 010697 POC Contact: for copies of solicitation contact buyer: Ruth gul lette/BW201 804-279-3068. contracting officer: Carolyn D. Altizer/804-279- 3527. DESC: PR-NO: YPG96327000595 NSN 6220-01-080-4057 light assembly, indicator Eaton Corp. P/N 351-10349-132 (source control item) technical/quality/test requirements for above P/N will be in conformance with the listed Dwg. Dwgs, interim procurement descriptions & deviation lists may be examined or obtained from DSCR. unrestricted. ABVM applies. solicitation will bre made in writing. 10 -EA Del to Barstow CA 92311-5014 Del 90 days ARO all responsible sources may submit offer which DGSC shall consider. CITE: (I-340 SN009111) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS 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--LAMP, INCANDESCENT SOL SP0441-97-Q-R374 DUE 011097 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. For copies of RFQ solicitations, contact the buyer. ru th Stith/BZ114/804-279-4426. Alfreda Reid/contracting officer/804-279-4518. DESC: PR-NO: YPG96332000693 NSN 6240-01-344-4811, lamp, incandescent General Electric Co. GE lighting CAGE 08805 P/N 60PAR/sp/hir/130V 3,000 - EA Del to Phoenix AZ 85009-4729 Del by 30 days ARO. 2,664 -EA Del to Greensboro NC 27409-9710 Del by 30 days ARO. Manufacturer: General Electric Co. Unrestricted. Other than full and open (10 U.S.C. 2304 (C)(1))(sole source)FAR 6.302-1. anticipated award date is 01/02/97. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. All responsible sources may submit offer which DGSC shall consider. CITE: (I-340 SN009113) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS 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--BEZEL LIGHT ASSEMBLY FIRST ARTICLE/CONTRACTOR INSPECTION REQUIRED. SOL SP0441-97-Q-GM83 DUE 123096 POC Contact: for copies of solicitation contact buyer: Ruth gul lette/BW201 804/279-3068. contracting officer: Carolyn D. Altizer/804-279- 3527. DESC: PR-NO: YPG96137000595 NSN 6220-01-234-6675, bezel light assembly IAW Dwg. NR(81996) 1560-OH58-149 Rev K DTD. 90 Feb O5. Unrestricted. solicitations will be made orally. Drawings, interim procurement descriptions & deviation lists may be examined or obtained from Defense Supply Center Richmond. ABVM applies. first article/contractor inspection required. 99 -EA Del to San Diego CA 92132-5044 Del 100 days ARO. 41 - EA Del to Cherry Point NC 28533-5001 Del 100 days ARO. All responsible sources may submit offer which DGSC shall consider. CITE: (I-340 SN009142) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS 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 SP0441-97-Q-S240 DUE 010697 POC Contact: for copy of solicitation contact buyer: Ruth gulle tte/BW201 804/279-3068. contracting officer: Carolyn a ltizer/804-279-3527 DESC: PR-NO: YPG96305000692 NSN 6220-01-060-9567, light assembly, indicator Eaton Corp. P/N 351-10349-126. this requirement is a "source control item". requirement is being re-issued under new solicitation number (previously solicited under SP0441-97-X-G103. unrestricted. drawings, interim procurement descriptions & deviation lists may be examined or obtained from dscr.solicitation will be made in writing. 10 -EA Del to Kelly AFB TX 78241-5312 Del 180 days ARO. All responsible sources may submit offer which DGSC shall consider. CITE: (I-340 SN009150) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS 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--LENS, LIGHT SOL SP0441-97-Q-S232 DUE 121496 POC Contact: for copy of solicitation contact buyer: Ruth gulle tte/BW201 804-279-3068. contracting officer: Carolyn D Altizer/804-279- 3527 DESC: PR-NO: YPG96334000048 (12 NSNS/prs combined-all IAW Kearfott guidance & navigation Corp Dwg A370A089 rev.n DTD 2/28/90. each requirement identified by different dash number. Dwgs. Interim procurement descriptions & deviation lists may be examined or obtained from DSCR. unrestricted. ABVM applies. Del 60 days ARP all responsible sources may submit offer which DGSC shall consider. CITE: (I-340 SN009151) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies OFFADD: Defense Personnel Support Center 2800 S 20TH Street Phila PA 19101-8419 SUBJECT: 65--ANESTHESIA SET, SPINAL, 25 GA X 3-1/2 IN. NEEDLE, LYOPHILIZED TETRACAINE HCL, STERILE, SOL SPO200-96-Q-4081 DUE 011997 POC Contact: POC: Proc. Agnt, Marie Crescenzo, on (215) 737-216 7 DESC: PR-NO: YPM96303000001 NSN 6515-01-156-2494, @GENERAL characteristics item description anesth esia set spinal DISP 25GA X 3 1/2IN 10S sterile. Consists of cup, antiseptic Sol, drape fenestra Ted, 1 EA, needle 20 G, 1-1/2 IN, 25 G, 3-1/2 in W/19 gage 1-1/2 introducer thinwall needle, 25 G, 5/8 IN. skin wheal, sponge, one piece, prep. , Sponges, gauze, 3 by 3 IN., syringes, 2-1/2 ML and 5 ML tetracaine hcl, USP, ephedrine sulfate injection, USP, epinephrine injection, USP, Dex trose injection, USP, 10%, procaine hcl inj USP, 1%. potency 36 months. 104 -PG Del to Mechanicsburg PA 17055-0789 Del by 22 Oct 96. 201 -PG Del to Tracy CA 95376-5000 Del by 22 Oct 96. See NOTE: #9 total qty 305 PG, U/I PG, del.to DD Tracy, CA., and DD Mech, PA. , unrest. acq., spec. No. A-A-51530B, DTD 21 Dec 1989, 15 day rfq-issued O/A 12/19/96, POC: Proc. Agnt, Marie Crescenzo, on (215) 737-2167, approx. bid opening dte is 010397. This is only an EST. dte. All responsible sources may submit a quotation which shall be considered by the agency. Solicitation requests may be transmitted via: facsimile # (215)-737-2058, Attn: DPSC-MSCAB-PQG. All responsible sources may submit offer which DPSC shall consider. CITE: (I-340 SN009028) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies OFFADD: Defense Personnel Support Center 2800 S 20TH Street Phila PA 19101-8419 SUBJECT: 65--TUBE, TRACHEOSTOMY, DISPOSABLE, DOUBLE CUFF, 7 MM ID, 9.7 MM OD, 83 MM LONG, JACKSON SIZE 6, SOL SPO200-97-R-4002 DUE 011997 POC Contact: receptionist 215-737-3100 DESC: PR-NO: YPM96303000003 NSN 6515-01-299-5658, 1,311 -EA Del to Mechanicsburg PA 17055-0789 Del by 14 May 97. See NOTE: # 9 total qty 2417 SE, U/I SE Del. to DD Mech, PA., and DD Tracy, CA., spec. No. CID A-A-54043A, DTD on 7-29-91, sched Del per ending 60 days ADA, unrest. Acq., 30 day rfp-issued O/A 12/19/96, all materials used in fabrication are to be furnished by the successful bidder(S). POC: Proc. Agnt, is Kathy Scavillo, on (215) 737-7729, or KO, who is Michael McKeown, on (215) 737-7230, approx. Bid opening dte is 011997. This is only an EST. Dte. Solicitation requests may be transmitted via: facsimile # (215) 737-4450, Attn: (Kathy Scavillo). All responsible sources may submit a proposal which shall be considered by the agency. All responsible sources may submit offer which DPSC shall consider. CITE: (I-340 SN009029) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies OFFADD: Defense Personnel Support Center 2800 S 20TH Street Phila PA 19101-8419 SUBJECT: 65--TUBES, TRACHEAL, RADIOPAQUE, MURPHY, DISPOSABLE, 10S SOL SPO200-97-Q-4078 DUE 010597 POC Contact: POC: proc.agnt, Kathy Scavillo, only/ on (215) 737 - 7729 DESC: PR-NO: YPM96303000007 NSN 6515-01-036-9035, @DESIGN designation Murphy @MATERIAL and location plastic overall @STERILITY sterile @X-RAY opacity included 1,064 -PG Del to Mechanicsburg PA 17055-0789 Del by 21 May 97. 355 -PG Del to Tracy CA 95376-5000 Del by 21 May 97. 703 -PG Del to Ogden UT 84407-5701 Del by 21 May 97. See NOTE: #9 total qty 2122 PG, U/I PG, Del. to DD Mech, PA., and DD Tracy, CA., and DD Ogden, Utah, unrest. acq., 15 day rfq-issued O/A 121996, sched Del per ending on 5-21-97, POC: Proc. Agnt, Kathy Scavillo, on (215) 737-7729, or KO, Michael McKeown, on 215-737-7230, all materials used in fabrication are to be furnished by the successful bidder(S). Approx. bid opening dte is 010597. This is only an EST. dte. Solicitation requests may be transmitted via: facsimile # (215) 737-8144, Attn: DPSCMSCBB-PRB, (Kathy Scavillo). all responsible sources may submit a quotation which shall be considered by the agency. All responsible sources may submit offer which DPSC shall consider. CITE: (I-340 SN009030) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies OFFADD: Defense Personnel Support Center 2800 S 20TH Street Phila PA 19101-8419 SUBJECT: 65--TUBES, TRACHEAL, RADIOPAQUE, MURPHY, DISPOSABLE, 10S SOL SPO200-97-Q-4077 DUE 010397 POC Contact: Attn: Proc. Agnt, Kathy Scavillo, on (215) 737-772 9 DESC: PR-NO: YPM96304000005 NSN 6515-00-105-0759, @DESIGN designation Murphy @MATERIAL and location plastic overall @STERILITY sterile @X-RAY opacity included 1,186 -PG Del to Mechanicsburg PA 17055-0789 Del by 22 Feb 97. 537 -PG Del to Tracy CA 95376-5000 Del by 22 Feb 97. 1,557 - PG Del to Ogden UT 84407-5701 Del by 22 Feb 97. See NOTE: # 9 total qty 3280 PG, U/I PG, Del to DD Mech, PA., DD Tracy, CA., and DD Ogden, Utah, spec CID A-A- 51509B, DTD 2-12-93, sched Del ending 3-22-97, unrest. acq., 15 day rfq-issued O/A 12/19/96, POC: Proc. Agnt, Kathy Scavillo, on (215) 7377729, or KO, Michael McKeown, on (215) 737-7230, all materials used in fabrication are to be furnished by the successful biddeer(S). Approx. bid opening dte is 010397. This is only an EST. dte. Solicitation requests may be transmitted via: facsimile # (215) 737-8144, Attn: DPSC-MSCBB-PRB (K. Scavillo), all responsible sources may submit a quotation which shall be considered by the agency. All responsible sources may submit offer which DPSC shall consider. CITE: (I-340 SN009040) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies OFFADD: Chief AMMS (90C), James A. Haley Veterans Hospital, 13000 Bruce B. Downs Blvd., Tampa, Fl. 33612 SUBJECT: 65 -- MULTIPROBE/REAGENTS SOL 673-45-97 DUE 122696 POC Eric Guidash 813-972-7588 DESC: This is a combined synopsis for commercial items prepared in accordance with the subparts in Federal Acquisition Regulation 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a request for proposal. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-42. The Standard Industrial Classification Code is 5047. Pricing shall be submitted for Reagents/Multiprobe as follows: (1)Sigma brand name or equal, Cat. # 353-A, "LDL" Reagents. Pricing shall be base on a quantity of 90 cases(each case includes 100 units) to be delivered over the contract period from time of contract award to September 30, 1997. Pricing shall also be submitted for option years I(10/1/97 thru 9/30/98) and option year II(10/1/98 thru 9/30/99) base on a total of 120 cases to be delivered for each option year. (2) Pricing shall be submitted for a Packard(mfg.) Multiprobe 101 brand name or equal. Vendors are encourage to submit proposals on the multiprobe in the form of a purchase, rental or loaner. The Multiprobe is manufactured by Packard Instruments 708-969-6000. Proposals shall also include pricing for Option Year I(10/1/97 thru 9/30/98) and Option Year II(10/1/98 thru 9/30/99). All proposals will be evaluated. Offerors shall provide a completed set of provisions with proposal found at 52.212-3, Offeror Representations and Certifications - Commercial Items. Provisions and clauses found at 52.212-1, 52.212-4, 52.212-5 and 852.210-77 also apply. Proposals shall be submitted to the address listed above or faxed to 813-972-7572 and directed to the attention of Eric Guidash (90C). The solicitation number: RFP-673-45-97 shall be listed on the outside of proposal envelopes. Proposals are due in by Close of Business December 2, 1996. CITE: (I-340 SN009374) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: 66--THERMOSTAT, FLOW CON SOL DAAE0797QT163 DUE 020497 POC POC for a solicitation copy, Call 810/574-6802 OR 6807. For information on this procurement, Call Marlene Scheele (810) 574-7161 DESC: NSN: 6685001598954, qty: 300, FOB: destination, opt: none item: thermostat, flow. PN: 11662519. NOTE: TDP will on Ly be available on C see NOTE: 01. All responsible Sou rces may submit an offer which will be considered. The offer due date is on or about 020497 (see soliciation for actual offer due date). CITE: (I-339 SN009015) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: 66--TACHOMETER, MECHANIC SOL DAAE0797QT172 DUE 020497 POC POC for a solicitation copy, Call 810/574-6802 OR 6807. For information on this procurement, Call Wendy Jacques (810) 574-7234 DESC: NSN: 6680011488875, qty: 1554, FOB: destination, opt: 100% item name: tachometer, mechanical, fixed mounting unit type magnetic mounting type panel mounting feature type flush operating range 25.0 to 2500.0 revolutions per MI nute scale quantity 1 scale measurement unit revolution S per minute scale measurement range 0.0 to 2500.0 poin ter movement direction left to right dial quantity 1. P N: 12258931-2. see NOTE: none. All responsible sources may submit an offer which will be considered. The off er due date is on or about 020497 (see soliciation for actual offer due date). CITE: (I-339 SN009018) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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--THERMOCOUPLE, HARNESS ASSY SOL SP0440-97-Q-T452 DUE 010897 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)279-3649. For copies of RFQ solicitations, contact: Yolanda moor E/AX505/804-279-3649. contracting officer: Florine B. Bell/804-279-3692. DESC: PR-NO: FPG96330001346 NSN 6685-00-764-6311, part number: General Electric Co., P/N 4002T71P01. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. 40 -EA Del to Mechanicsburg PA 17055-0789 Del by 90 DARO. 45 -EA Del to Tracy CA 95376-5000 Del by 90 DARO. Unrestricted intended source(S): General Electric Co. Set-aside type: competitive 8(A) (attached prepared notice. Ref: FAR 5.205(F)) solicitation between $25,000 - $100,000 anticipated award date is: 01/24/97 all responsible sources may submit offer which DGSC shall consider. CITE: (I-340 SN009103) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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--BAROMETER, ANEROID NORMALAIR-GARRETT LTD SOL SP0440-97-Q-T211 DUE 010897 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)279-3649. For copies of RFQ solicitations, contact: Yolanda moor E/AX505/804-279-3649. contracting officer: Florine B. Bell/804-279-3692. DESC: PR-NO: NPG96298000901 NSN 6685-99-477-4965, part number: normalair-garrett LTD., P/N 2900W710. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. 80 -EA Del to Tracy CA 95376-5000 Del by 90 DARO. Unrestricted set-aside type: competitive 8(A) (attached prepared notice. Ref: FAR 6.205(F)) solicitations between $25,000 - $100,000 anticipated award date is: 01/20/97 all responsible sources may submit offer which DGSC shall consider. CITE: (I-340 SN009104) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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--COVER ASSEMBLY SOL SP0440-97-Q-U392 DUE 012797 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. For copies of RFQ solicitations, contact: Mrs. J.P. BO wman/AY802/804-279-3927, contracting officer: Karen mc kinney/804-279-4780. DESC: PR-NO: YPG96312000966 NSN 6620-00-463-7495, cover assembly, Ametek Aerospace Products Inc., CAGE 97424, Dwg 9850327, Rev J, P/N 98503 27G007, MOD-A-CAN Inc., CAGE 54709. P/N 9850327G007 49@ EA Del to Tinker AFB OK 73145-9013 Del by 90 days. Unrestricted. Specifications, plans or drwings relating to the procurement described are not available and cannot be furnished by the Gov't. All responsible sources may submit offer which DGSC shall consider. CITE: (I-340 SN009106) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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, PRESSURE SOL SP0440-97-Q-U391 DUE 012797 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. For copies of RFQ solicitations, contact: Mrs. J.P. BO wman/AY802/804-279-3927, contracting officer: Karen mc kinney/804-279-4780. DESC: PR-NO: YPG96323001029 NSN 6620-01-373-5894, transmitter, pressure, IAW Dwg NR U.S. Army Dwg #12258932 Rev D basic DTD 81 Dec 23 12 volts DC, 20.0 to 160.0 PSI NHA: 2815-01-248-7644 Tech data package availability: 91 -EA Del to Mechanicsburg PA 17055-0789 Del by 60 days. 43 -EA Del to Tracy CA 95376-5000 Del by 60 days. Unrestricted. Drawings, interim procurement descriptions and deviation lists may be examined or obtained from DSCR. All responsible sources may submit offer which DGSC shall consider. CITE: (I-340 SN009108) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 66--TRANSDUCER, MOTIONAL PICKUP SOL SP0440-96-R-2007 DUE 010997 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. For copies of RFQ solicitations, contact: Florine B. B ell/AX500/804-279-3692. contracting officer: Kreylon V Crewe/804-279-4105. DESC: PR-NO: YPG96081000914 NSN 6695-01-184-7253, transducer, motional pick 1. Solicitation SP0440-96-R-2007 is hereby amended to extend the date set for closing of RFPS to 09 Jan 97, 2:00 P.M., local time. 2. The assumption date is changed to read 09 Feb 97. 3. The delivery schedule is changed to 15 Jul 97 FOB origin, 30 Jul 97 FOB destination. 4. The firm quantities remain as stated in the original RFP; line item 0001 quantity is 46 each, line item 0002 quantity is 47 each. 5. The new item description with an additional source of supply is added to this amendment. Transducer, motional pickup E/I f-18 hornet aircraft, Crane Co Hydro-Aire Div., CAGE 81982, P/N 40-97550-1. McDonnell Douglas Corp Aerospace Group, CAGE 76301, P/N 74-410054-217. Plastic reductrion: whenever possible and when permitted by the terms of the contract, avoid the use of Plastics as wrapping, cushioning, or dunnage materials. Tech data: DSCR does not currently have an approved technical data package available for this NSN. Please do not submit request to DSCR-VABA. 6. All other terms and conditions remain unchanged. CITE: (I-340 SN009141) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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--SYNCHRO AND MAGNET SOL SP0440-97-Q-U390 DUE 012797 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. For copies of RFQ solicitations, contact: Mrs. J.P. BO wman/AY802/804-279-3927, contracting officer: Karen mc kinney/804-279-4780. DESC: PR-NO: YPG96302001931 NSN 6620-00-711-2483, synchro and magnet, Ametek Inc., aerospace products Inc., CAGE 97424, P/N 5483113G001 - descriptive data unavailable action started Comp Code F 83335 action started Comp Code G 85001 146 -EA Del to Tinker AFB OK 73145-9013 Del by 90 days. Unrestricted. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the Gov't. All responsible sources may submit offer which DGSC shall consider. CITE: (I-340 SN009147) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Army Research Laboratory, ALC Procurement Division, ATTN: AMSRL-CS- AL-PC, 2800 Powder Mill Road, Adelphi, Maryland 20783-1197 SUBJECT: 66 -- ONE MILLION POUND COMPRESSION LOAD FRAME SOL DAAL01-96-R-9496 DUE 012797 POC Patricia States, Contract Specialist, (301) 394-4348, Carolyn S. Gonser, Contracting Officer, (301) 394-1604. DESC: This requirement is for the contractor to provide and install a One Million Pound Compression Load Frame with tension and cyclic capabilities. The load frame shall require a crosshead mounted actuator height adjustment capability through hydraulics. The actuator shall have a 10 inch stroke and capable of velocities up to 12 inches per minute using a minimum 20 GPM hydraulic power supply. The contractor shall be responsible for interfacing with the existing MTS hydraulic power supply units. The load frame shall not weigh more than 41,800 pounds. The load frame also shall not require a pit for installation. The load frame shall accomodate a 6'x 6' isolation pad. The height of the load frame shall not exceed 16 feet. The acceptable frame stiffness must be a minimum of 50,000,000 lb/in. The power requirement of the system shall be a standard 120 volt, 20 amp, three-prong outlet. Other load frame requirements shall consist of 30" diameter compression platens and hinged front and back safety shield. The control system shall be provided with stand alone and computer control capabilities. This requirement also includes documentation, training and a warranty in connection with the load frame. A draft copy of the Statement of Work for this requirement is available for review and comment prior to the release of the solicitation. All responsible sources may submit a bid or proposal which will be considered by the Agency. No telephone requests will be honored. CITE: (I-340 SN009198) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Department of the Navy, NAWCAD Contracts Competency Division, MS32, 47253 Whalen Road, Patuxent River, MD 20670-5304 SUBJECT: 66 -- GAGE BLOCK SETS SOL N00421-97-R-1041 DUE 011397 POC Angie LeJeune, Contracts Specialist, (301) 342-1825, ext. 117 Becky Wathen, Contracting Officer, (301) 342-1825, ext. 133. DESC: This is a combined synopsis/solicitation for commercial items prepared in accordnace with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, proposals are being requested and a written solicitation will not be issued. Solicitation Number N00421-97-R-1041 is issued as a Request for Proposal (RFP). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 90-42 and Defense Acquisition Circular 91-11. THE APPLICABLE SIC CODE IS 3826. The contract line item number and item is: CLIN 0001 - Thirty-six (36) each Gage Block Sets. The contractor shall meet all of the specific requirements of the Gage Block Sets as follows: 1) ACCURACY: All grade 2 + .000004" - 000002"; 2) BLOCKS PER SET: 88 A) BLOCKS INCLUDE IN SET: 1) 9 blocks .1001" thru .1009" (steps of .0001"), 2) 49 blocks .101" thru .149" (steps of .001"), 3) 19 blocks .050" thru .950" (steps of.050"), 4) 4 blocks 1.000" thru 4.000" (steps of 1 inch), 5) 3 blocks .100025, .10005 and .100075, 6) 4 blocks 1/16", 5/64", 3/32" & 7/64"; 3) RANGE: A) .100" to 12.000" in steps of .001", B) .200" to 12.000" in steps of .0001", C) .300" to 12.000" in steps of .000025"; 4) ACCESSORIES: A) 1 pair half round jaws .125 radius, B) 1 pair half round jaws .250 radius, C) 1 pair straight jaws .500 thick, D) 1 scriber point, E) 1 center point, F) 1 block base, G) 2 studs, 2 flat head screws (long), 2 flat head screws (short), 2 slotted nuts, 2 knurled screws, H) 1 each tie rods in following lengths: 3/4", 1 1/2", 2 1/4", 3", 4 1/2 " (adjustable), and 6" (adjustable); 5) CASE REQUIREMENTS: A) A wooden storage and transport case shall be provided that will house the GAGE BLOCK SET. The manufacturer shall affix calibration and warranty stickers to each set. The calibration stickers shall have both calibration and calibration expiration dates. The contractor shall deliver Clin 0001 within 60 days after contract award to: QUANTITY OF 12 EACH, NAVAIR ISS Facility, Bldg. 612, Bay 12, Calibration Standards Warehouse, MCAS Beaufort, SC 29004-5010, ATTN: John Hall, MARK FOR: BUC STAT'S 96001017 - 96001532 - 1542; QUANTITY OF 24 EACH, COMNAVAIRPAC, CODE: 7441W, Bldg. 652, Bay 6, NAS North Island, San Diego, CA 92135-5100, MARK FOR: BUC STAT'S 96001259-1282 FCA STANDARDS WAREHOUSE. Inspection and Acceptance shall be made at destination. FAR 52.212-1 Instructions to offerors -- Commercial Items (OCT 1995) is incorporated by reference and applies to this acquisition. 212-301 Solicitation provisions and contract clauses for the acquisition of commercial items. The provision at 52.212-2 Evaluation -- Commercial Items (OCT 1995) does not apply to this acquisition. Instead, the following information will be used for evaluation of offerors: an award shall be made to that responsible offeror submitting a technically acceptable proposal and offering the lowest evaluated price. Price shall be the deciding factor among the technically acceptable proposals. To be technically acceptable, the offeror's technical proposal must be evaluated as technically acceptable for the requirement listed above. Technical acceptability will be determined solely on the content and merit of the information submitted in response to this provision. Therefore, it is incumbent on the offeror to provide sufficient technical literature, documentation, etc. in order for the Government to make an adequate technical assessment of the proposal. The price proposal shall be evaluated on the overall lowest price to the government. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either part. Before the offer's specified expiration time, the government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Each offeror shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial (OCT 1995) with its proposal. FAR 52.212-4 Contract Terms And Conditions -- Commercial Items (OCT 1995) is incorporated by reference and applies to this acquisition. The clause at 52.212-5 Contract Terms And Conditions Required To Implement Executive Orders - -- Commercial Items (JAN 1996) is incorporated by reference, however, for paragraph (b) only the following clauses apply to this acquisition. 52.212-5(b): 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I (OCT 1995), 52.203-10 Price or Fee Adjustment for Illegal Or Improper Activity (SEP 1990), 52.219-8 Utilization Of Small Business Concerns And Small Disadvantage Business Concerns (OCT 1995),252.219-7006 Notice of Evaluation Preference for Small Disadvantage Business Concerns (May 1995), 52.222-26 Equal Opportunity (APR 1984), 52.222-35 Affirmative Action for Special Disabled And Vietnam Era Veterans (APR 1994), 52.222-36 Affirmative Action For Handicapped Workers (APR 1994), 52.222-37 Employment Reports On Special Disabled Veterans And Veterans Of The Vietnam Era (JAN 1988), 252.225-7001 Buy American Act And Balance of Payment Program (Jan 1994). Additionally, each offeror shall include a completed copy of Defense FAR Supplement (DFARS) provision 252.212-7000, offeror Representations and Certifications - Commercial Items (NOV 1995). DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Exectuive Orders Applicable to Defense Acquisitions of Commercial Items (NOV 1995) is incorporated by reference, however, for paragraph (b) only the following clauses apply, 252.225-7001 Buy American Act and Balance of Payment Program, 252.225-7012 Preference for Certain Domestic Commodities, 252.225-7015 Preference for Domestic Hand or Measuring Tools, 252.225-7036 North American Free Trade Agreement Implementation Act,252.227-7015 Technical Data--Commercial Items (Nov 1995), 252.233-7000 Certification of Claims and Requests for Adjustment of Relief 252.247-7024 Notification of Transportation of Supplies by Sea. CONTRACT DATA REQUIREMENTS LIST WARRANTY -- The contractor shall extend to the Government full coverage of any Standard Commercial Warranty normally offered to a similar commercial sale. Acceptance of the Warranty does not waive the Government's rights under the Inspection Clause, nor does it limit the Government's rights with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of this contract shall take precedence over the warranty. The warranty period shall begin upon final acceptance of the applicable deliverable listed in the schedule. This is a DO rated order. Offers are due to Angie LeJeune, Contract Specialist, Contracts Competency, Bldg. 588, M/S-32, Naval Air Warfare Center Aircraft Division, 47253 Whalen Road, Patuxent River, MD 20670-5304, by 2:30 Eastern Standard Time 13 January 1997. All responsible sources may submit a proposal which shall be considered by the agency. Information may be faxed to (301) 342-1847/1864 to the attention of Mrs. Angie LeJeune. For information regarding this solicitation contact Angie LeJeune, Code 25521D, telephone (301) 342-1825, EXT 117. For copies of FAR provision 52.212-3 or DFARS Provision 252.212-7000, fax your request to Angie LeJeune, (301) 342-1847/1864. CITE: (I-340 SN009200) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: 81 CONS/LGCS, 200 FIFTH STREET, ROOM 104, KEESLER AFB, MS 39534-2102 Attn:/Margarette Trone SUBJECT: 66-FTESTER, DATA NETWORK SOL F2260097T0310 DUE 121996 POC Margarette Trone tel: 601/377-1841/Joy K. Bissonnette, Phone 601-377-3130 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 provided in this notice. This announcement constitutes the only solicitation. A quote is being requested and a written solicitation will not be issued. Solicitation number F22600-97-T0310 is issued as a Request for Quotation (RFQ). The standard classification code is 3825, small business size standard is 500 employees. The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 90-42. Contract Line item 0001 is for 4 each, Testers, Data Network, small battery powered network tester with Optional RS-449 and Optional LNX-704 for framed and unframed 2.048 MBPS. It also has built in breakout box. Its size makes it ideal for the suitcase size instrument package being developed for field testing. Request certificate of calibration traceable to NIST. Size 130MM X 200MM X 83MM. Consultronics Part No. LYNX. If quoting on an equal product, submit specifications, drawing, brochures, etc on the equal item. Delivery terms shall be FOB Destination, with delivery to be made to Chief of Supply, Bldg 4002, Dock #1, Z Street, Keesler AFB, MS 39534. Delivery shall be made within 60 days after award of contract. Inspection and acceptance shall be made at destination. The following clauses and provisions are incorporated and will remain in full force in any resultant contract: FAR 52.212-1, Instructions to Offerors-Commercial Items (Oct 1995), is incorporated by reference and applies to this acquisition and is amended to read, submit signed and dated offers to 81 CONS/LGCS, 200 Fifth St., Room 104, Keesler AFB, MS 39534-2102, at or before 3:30 p.m. CST, 19 Dec 96. Offers must be signed and may be submitted on your company letterhead or stationary, or your standard company quotation forms. Clause 52.212-2, Evaluation-Commercial Items (Oct 1995)--Evaluation Factors are past performance and price. The evaluation factors will be evaluated as being substantially equal. The Government reserves the right to make award on the initial offer received without discussions. Each offeror shall include a completed copy of the provisions at FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Jun 1996) with its quote. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Aug 1996) is incorporated by reference and applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Aug 1996) is incorporated by reference, however for paragraph (b) only the following clauses apply: 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36 Affirmative Action for Handicapped Workers; 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.225-3 Buy American Act and 52.232-32 Electronic Funds Transfer Payment Methods. The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale. Acceptance of the warranty does not waive the Government's right with regard to the other terms and conditions of the contract. In the event of a conflict, the terms and conditions shall take precedence over the warranty. The warranty period shall begin upon final acceptance of the items listed in the schedule. This is a DO rated order with a program identification symbol of A70. A firm-fixed price purchase order will be issued under the Simplified Acquisition Procedures. All questions concerning this RFQ must be submitted in writing, no telephonic responses will be processed. Questions should be faxed to Miss Margarette Trone, 601-377-3298 to arrive not later than 13 Dec 96. CITE: (I-340 SN009313) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: USDA, ARS, MSA, Procurement/Assistance Office, P. O. Box 225, Stoneville, MS 38776-0225 SUBJECT: 66-DYNAMIC MECHANICAL ANALYZER SOL 97-4431-007 DUE 020897 POC Contact, Ms. Terry A. Krutz, Contracting Officer, (601) 686-5361 DESC: The U. S. Department of Agriculture, Agricultural Research Service, intends to procure a Dynamic Mechanical Analyzer. The system is to be delivered to the USDA, ARS, Southern Regional Research Center, New Orleans, Louisiana within 30 days of award. An IFB will be issued on or about December 26, 1996. All requests must be submitted in writing or faxed to (601) 686-5373 or (601) 686-9406. No calls will be accepted. CITE: (I-340 SN009330) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280 SUBJECT: 66 -- INSTRUMENT CONTROLLER SOL DAAH01-96-R-0252 DUE 121996 POC Contact Jennifer Davis, Contract Specialist, (205) 842-8283, Shirley Hill, Contracting Officer, (205) 842-7436. (PCF). DESC: Synopsis No. 0488-96. This action originally published in the CBD dated 08/21/96. The minimum quantity is one each. A first article is required for an instrument controller, chassis slides, and rack mounted keyboard tray. After acceptance of the first article, an additional 264 instrument controllers will be procured in the first year. There will be an option for an indefinite quantity for a maximum of 1391 each for the instrument controller; a maximum of 1655 each for the chassis slides; and a maximum of 1655 each for the rack mounted keyboard. The Government will not be obligated to purchase more than the minimum quantity established in the resultant contract. This procurement is set aside for small businesses using Two-Step Sealed Bidding procedures. Step-One will be issued as a Letter Request for Technical Proposals (LRTP). Only offerors that submit technically acceptable proposals and required data in Step-one will be allowed to participate in Step-Two. The solicitation number has changed to DAAH01-97-B-0003. CITE: (I-340 SN009347) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Naval Air Warfare Center Training Systems Division, 12350 Research Parkway, Orlando, FL 32826-3224 SUBJECT: 70 -- SINGLE BOARD COMPUTER FOR DEVICE 02F87(F) SOL N61339-97-Q-0247 DUE 012797 POC Contracting Officer, Jeanne Morrison, 407/380-4052 DESC: No known NSN items, no specifications available. The government intends to negotiate on a Sole Source basis with HEURIKON Corporation, Madison, WI. Parts to be procured are various Heurikon Corp., components to be used as spare parts. The components must interface with existing equipment and operate mechanically and electrically in the same manner as the part to be replaced. Requested delivery 90 days. Only written requests for Quotation will be honored and should contain Contractor Establishment Code. Small Purchase procedures apply. All responsible sources may submit a quotation which shall be considered by this agency. See Note 22. CITE: (I-339 SN009006) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: NASA, John F. Kennedy Space Center, FL 32899 SUBJECT: 70 -- ATM SWITCHES FOR METROPOLITAN AREA NETWORK SOL N/A POC David Miller or Chris Kerios, (407) 867-4847, (407) 867-6761. DESC: I, Net, Inc., in support of theNational Aeronautics andSpace Administration (NASA at the John F. Kennedy Space Center (KSC) is seeking specific product information from potential sources for Asynchronous Transfer Mode (ATM) switches suitable for construction of a metrololitan area network at KSC. This RFI requests responses from vendors on a detailed list of questions regarding their product. The list of questions may be downloaded from http://esc.ksc.nasa.gov/ESC/atmrfi.html. For further questions regarding this RFI please contact David Miller or Chris Kerios at (407) 867-4847 or (407) 867-6761. No formal procurement exists at this time, and an additional advertisement would be issued in theevent of a formal procurement. CITE: (I-340 SN009167) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Federal Computer Acquisition Center (FEDCAC), 83 Hartwell Avenue, Lexington, MA 02173-3115 SUBJECT: 70 -- FEDSIM'S VIRTUAL DATA CENTER SERVICES, FEDCAC PROJECT 111 SOL TFF-96-011 POC D. Jeanne Davis, Contracting Officer, 617/860/7138 - jeanne.davis@gsa.gov or Lorraine M. Gomes, Contract Specialist, 617/860/7123 - lorraine.gomes@gsa.gov. DESC: The Request for Proposal Offer Due Dates located on SF1449 Block 8, are extended as follows: Volume 1 Executive Summary, Volume 2 Technical Proposal, Technical Literature, and Volume 3 Contract Information (except for the Small, Small Disadvantaged and Women-Owned Business Subcontracting Plan and the Compensation Plan) are due on 12/16/96. Volume 4 Cost Proposal, the Subcontracting Plan and the Compensation plan, are due on 12/23/96. Time for Proposal receipt remains unchanged. The Government is not distributing printed copies of Amendments. All interested parties are advised to check the GSA/FEDCAC Home Page at: http://www.gsa.gov/fedcac. Help for the FEDCAC Home Page is available by contacting Kathleen Russo at 617/860-7142. CITE: (I-340 SN009170) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: On-Site Inspection Agency, Washington, DC 20041-0498 SUBJECT: 70-MICROSOFT PREMIER SUPPORT SOL OSIA01-97-Q-0001 DUE 121896 POC Contact Sherrell Wilkins, Purchasing Agent, (703)810-4604, or David Miller, Contracting Officer, (703)810-4796 DESC: The On-Site Inspection Agency plans to negotiate a fixed price purchase order with Microsoft Corporation to purchase Microsoft Premier support services. Anticipated award date is 18 Dec 96. Synopsis Number 97-0001. CITE: (I-340 SN009188) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: COASTSYSTA Dahlgren Division, NSWC, 6703 West Highway 98, Panama City, FL 32407-7001 SUBJECT: 70 -- (P)Y CODE GPS RECEIVER, TRIMBLE PN: 25120-00(SM); CUSTOM L1/L2 FREQUENCY ANTENNA; AND COMPLETE SOFTWARE/HARDWARE DOCUMENTATION NUALS SOL N61331-97-Q-4512 DUE 123196 POC Sherry Hatfield, Purchasing Agent, (904)235-5106 Mark Ross, Contracting Officer, (904)235-5624. DESC: The Coastal Systems Station, Dahlgren Division, NSWC intends to procure under a sole source procurement from Science Applications International Corporation (SAIC) the following service: A suit of computer programs that perform temporal Large Eddy Simulation (LES) of ship wakes at high Reynolds number using a set of user defined initial conditions. The computer codes develped under separate contract by SAIC must be assembled, made portable and a benchmark test case constructed. It is anticipated that this will be a firm fixed price award. Required delivery date is 29 Apr 97. Delivery shall be made to Coastal Systems Station, Panama City, FL, FOB destination. Note 22 applies. CITE: (I-340 SN009204) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Naval Reserve Information Systems Office (DBOF), 4400 Dauphine Street, New Orleans, LA SUBJECT: 70 -- LABOR AND MATERIALS TO PERFORM ON SITE, PER CALL, LAN DROPS, CABLE PLANTS AND MAINTENANCE IN NEW ORLEANS SOL 0004 DUE 122096 POC Contracting Officer, Code N232, Naval Reserve Information Systems Office (DBOF) DESC: This corrects the CBD announcement dated 1 NOV 96, from Naval Computer and Telecommunications Station New Orleans, which is now named Naval Reserve Information Systems Office (DBOF), RFQ N68608-97-Q-G008. Note 1 is being removed, abolishing the Small Business Set-Aside. Firms who have previously responded need not respond again. CITE: (I-340 SN009320) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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 VAULT SOL N68936-97-Q-0460 DUE 120796 POC Shelli L. Burt, Purchasing Agent, 619-939-4236, or Sue Rizzardini, Contracting Officer, FAX #: 619-927-3488. DESC: The Naval Air Warfare Center, Weapons Division, China Lake, CA intends to procure, on a competitive basis the following: External Disk Storage Vault capable of holding up to 20 3-12" SCSI-2 Fast/Wide and Ultra SCSI-2 disks with capability of being driven by 6 different Ultra SCSI-2 controllers, includes 4 SCSI-2 15FT cables with molded connectors seal to shielded cable, includes 15 Seagate ST19171WD 9 GB Fast/Wide SCSI-2 drives with Ultra SCSI-2 capability, mounting hardware for twenty drives, 3 each 300 watt power supplies, 4 each internal SCSI-2 cables, each capable of connecting to 10 drives, 1 each; two foot SCSI-2 Fast/Wide cable with molded connectors sealed to a shielded cable, 4 each. The solicitation number is N68936-97-Q-0460 and is a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-42. The SIC Code is 3572 and the small business size standard is 1,000 employees. Delivery is required on or before February 01, 1997. The FOB point is Destination, Receiving Officer, China Lake, CA. The provision at 52-212-1, Instructions to Offerors-Commercial Items, does apply to this acquisition and there are no addendums to this provision. The provision 52-212-3, Offeror Representations and Certifications Commercial Items applies to this acquisition. NOTE: All offerors are being advised that they must include a completed copy of this provision with their offer. The provision at 52-212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition and there are no addendums to this provision. This synopsis serves as both the publication and the solicitation for this requirement. All responsible sources may submit an offer which will be considered . Award will be made on or before December 22, 1996. This procurement will be awarded under FAR Part 12 procedures. CITE: (I-340 SN009333) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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 120796 POC Shelli L. Burt, Purchasing Agent, 619-939-4236, or Sue Rizzardini, Contracting Officer, FAX #: 619-927-3488. DESC: The Naval Air Warfare Center, Weapons Division, China Lake, CA intends to procure on a competitive basis the following: DISC-255 Optical Drive Upgrade to include 2.6 GB HP Optical drives, 2 each; HP DISC Optical Firmware upgrades, 2 each; DISC Control Software Upgrades (AMASS), on-site software and hardware installation, 1 each, 2.6GB Optical platters, 30 each and Upgrade EXB-60 to EXB-120 to include MC Card Upgrade, Exabyte 8500C tape drives and all associated hardware and internal cables necessary, 2 each, EX812-C 10 cartridge holders, 6 each, 8 mm date tapes, 60 each, 8 mm cleaning tapes, 2 each, internal EXB-120 cable, 1 each, 60 to 120 Upgrade kit, 1 each, any SMarch upgrade required and on-site installation, 1 each. The solicitation number is N68936-97-Q-0462 and is a Request for Quotation (RFQ). This solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 90-42. The SIC Code is 3572, and the small business size standard is 1,000 employees. Delivery is required on or before February 01, 1997. The FOB Point is Destination, Receiving Officer, China Lake, CA. The provision at 52-212-1, Instructions to Offerors-Commercial Items, does apply to this acquisition and there are no addendums to this provision. The provision 52-212-3, Offeror Representations and Certifications Commercial Items applies to this acquisition. NOTE: All offerors are being advised that they must include a completed copy of this provision with their offer. The provision at 52-212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition and there are no addendums to this provision. This synopsis serves as both the publication and the solicitation for this requirement. All responsible sources may submit an offer which will be considered. Award will be made on or before December 22, 1996. This procurement will be awarded under FAR Part 12 procedures. CITE: (I-340 SN009334) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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 120796 POC Shelli L. Burt, Purchasing Agent, 619-939-4236, or Sue Rizzardini, Contracting Officer, FAX #: 619-927-3488. DESC: The Naval Air Warfare Center, Weapons Division, China Lake, CA intends to procure on a competitive basis, 256 MB SIMM set for Super High Density Memory for Silicon Graphics Power Challenge System, 4 each. The solicitation number is N68936-97-Q-0461 and is a Request for Quotation (RFQ). This soliciation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 90-42. The SIC Code is 3572, and the small business size standard is 1,000 employees. Delivery is required on or before February 01, 1997. The FOB Point is Destination, Receiving Officer, China Lake, CA. The provision at 52-212-1, Instructions to Offerors-Commercial Items, does apply to this acquisition and there are no addendums to this provision. The provision 52-212-3, Offeror Representations and Certifications Commercial Items applies to this acquisition. NOTE: All offerors are being advised that they must include a completed copy of this provision with their offer. The provision at 52-212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition and there are no addendums to this provision. This synopsis serves as both the publication and the solicitation for this requirement. All responsible sources may submit an offer which will be considered. Award will be made on or before December 22, 1996. This procurement will be awarded under FAR Part 12 procedures. CITE: (I-340 SN009335) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: BLM, BC-660, Bldg #50, Denver Federal Center, P.O. Box 25047, Denver, CO 80225-0047 SUBJECT: 70 -- SOLE SOURCE PURCHASE FOR CONTINUATION OF OPER. TEST AND EVAL. AND IND. VERIF. & VALID. (IV&V) SERVICES FOR THE AUTOMATED LAND & MINERAL RECORD SYSTEM (ALMRS) PROJECT SOL N/A POC Shannon Wondra, 303-236-6582, Contracting Officer. DESC: The Bureau of Land Management intends to negotiate on a sole source basis to Mitertek Corporation for continuation of its Operational Test and Evaluation (OAT&E) requirements and its Independent Verification and Validation (IV&V) Services for the ongoing Automated Land and Mineral Records System Project. Anticipated duration of the contract is eight months for the initial period with one year option. This synopsis is published for information purposes only. Solicitation documents are not available. No telephone inquiries will be accepted. See Numbered Notes(s) 22. CITE: (I-340 SN009354) [Commerce Business Daily: Posted December 05, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS 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--FURNITURE, PSIN 21A, 21B, 21C, AND 21L, CASE AND TABLE SOL 052684-97-A-0048 DUE 011797 POC Susan J. Lum, Purchasing Specialist/Contracting Officer (415) 794-6239 DESC: The Postal Service plans to issue Solicitation No. 052684-97-A-0048 for PSIN 21A, 21B, 21C, and 21L, Case and Table. The above items are manufactured in accordance with postal specifications and are used to distibute flats in the outgoing mail section. We plan on awarding one FOB origin Direct Vendor Delivery requirement type contract for 10 years (including options) with an economic price adjustment. A minimum guaranteed quantity will be given for each item. The successful supplier shall be required to receive electronically transmitted orders from the Inventory Control Center in Topeka, KS and ship orders to all postal locations throughout the United States within a specified time frame. The supplier's facility may require necessary space to store items to support the ordering demand. A nonrefundable $25 charge will be required for a copy of the solicitation. If you would like a copy, prepare a check or money order payable to USPS, Disbursing Officer, and mail to Susan J. Lum, 395 Oyster Point Blvd., Suite 205, South San Francisco, CA 94099-6260. A limited number of copies are available. CITE: (W-340 SN009294) [Commerce Business Daily: Posted December 05, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS 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--FURNITURE, PSIN 21A, 21B, 21C, AND 21L, CASE AND TABLE SOL 052684-97-A-0048 DUE 011797 POC Susan J. Lum, Purchasing Specialist/Contracting Officer (415) 794-6239 DESC: The Postal Service plans to issue Solicitation No. 052684-97-A-0048 for PSIN 21A, 21B, 21C, and 21L, Case and Table. The above items are manufactured in accordance with postal specifications and are used to distibute flats in the outgoing mail section. We plan on awarding one FOB origin Direct Vendor Delivery requirement type contract for 10 years (including options) with an economic price adjustment. A minimum guaranteed quantity will be given for each item. The successful supplier shall be required to receive electronically transmitted orders from the Inventory Control Center in Topeka, KS and ship orders to all postal locations throughout the United States within a specified time frame. The supplier's facility may require necessary space to store items to support the ordering demand. A nonrefundable $25 charge will be required for a copy of the solicitation. If you would like a copy, prepare a check or money order payable to USPS, Disbursing Officer, and mail to Susan J. Lum, 395 Oyster Point Blvd., Suite 205, South San Francisco, CA 94099-6260. A limited number of copies are available. CITE: (W-340 SN009295) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 74--Office Machines, Text Processing Systems and Visible Record Equipment OFFADD: NTT Shikoku Distribution Center Attn.: Mr. Yamamoto: +81-89-936-2410 SUBJECT: 74--NOTEBOOK TYPE PERSONAL COMPUTER (A4 SIZE) SOL KANPO 08-159(SDs 234) DUE 012797 POC Point of Contact - NTT America, Inc., Head Office, 212/661-0810 also NTT America, Inc., Pacific and Western Division , 415/940-6565: Contracting Office NTT Shikoku Distribution Center Attn.: Mr. Yamamoto: +81-89-936-2410 DESC: Products outline; The Personal Computer you can run Japanese Windows for multimedia purposes. Quantity; about 1,300. Delivery date; The appointed date from February 20, 1997 to March 6, 1997. Delivery site; The branch offices of NTT Shikoku district. Type of tender; Open. THIS NOTICE IS FOR INFORMATION ONLY. TENDERDOCUMENTATION IDENTIFIES THE ADDITIONAL INFORMATION CONCERNING THE DETAILS ON THE PRODUCT AND QUALIFICATION FOR PROCUREMENT.TENDER DOCUMENTATION is available for $30(Excluding sales tax. Please check sales/use tax at your nearest local office.) at NTT America, Inc.NTT only accepts proposals that follow the direction of TENDER DOCUMENTATION, which includes APPLICATION FORMS.The language used for application shall be Japanese or English.***** LINKURL: http://wwwipo.nttinfo.ntt.co.jp LINKDESC: CITE: (D-340 SN009061) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 75--Office Supplies and Devices OFFADD: General Services administration/business service center/2FYP 26 Federal Plaza, room 18-130 New York, New York 10278 SUBJECT: 75--PAPERSETS, MANIFOLD CARBON SOL 2FYP-DE-97-0007S DUE 021997 POC Nancy Glover - 212-264-2689 DESC: Pre-invitation notice for, solicitation No. 2FYP-DE-97-0007S, papersets, manifold carbon, will be issued on or about 1/18/97, for delivery to various gsadepots. This SFO contains a requirement for 50% recovered, and 20% post consumer material. If anyone is interested please contact Nancy Glover, at 212-264-2689 on or before 1/10/97.INTERESTED parties are also invited to submit comments/suggestions on CID/specs regarding customary commercial practice related to the commodities in this solicitation. CITE: (I-339 SN008994) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 80--Brushes, Paints, Sealers and Adhesives OFFADD: General Services Administration - Proc. Div. (10FTP) 400 15TH SW Street Auburn, WA 98001-6599 SUBJECT: 80--RECYCLED LATEX PAINT SOL TFTP-97-DJ-8048 DUE 020597 POC Janice Douglas (206) 931-7081 DESC: Paint latex, recycled, with past cunsumer waste in accordance with federal specification TT-P-2846 dated 11/23/93 and interim amendment I dated 1/6/94. an indifinate quantity, firm fixed price type contract. FOB origin to various locations within the contigous United States. Acquisition will be for one year, with one year option to extend. not to exceed 2 years. All responsible sources may request a copy of the solicitation. Requests must be submitted in writing to the address above. NOTE code 9 will apply. CITE: (I-339 SN008997) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 80--Brushes, Paints, Sealers and Adhesives OFFADD: Panama Canal Commission, Logistical Support Division, Unit 2300, APO, AA 34011-2300 SUBJECT: 80-SIKADUR 42 GROUT PAK SOL PAP-82019-BD-28 DUE 122396 POC Jose R. Echart, Contract specialist, (507) 272-4658, Gary M. Anderson, Contracting Officer, (507) 272-4658 DESC: Quantity: 506 PKG, pre-proportioned, epoxy- plate grouting system. Is a 100 % solids, moisture- insensitive, 3 component expoxy grouting to seat base plates. Brand name, same as or equal is accepteble. PROVIDE WITH YOUR RFQ. A CLEAR COPY OF PRODUCT YOU ARE OFFER FOR EVALUATION PURPOSES, PLUS MSDS.Delivery 30 days FOB New Orleans, or 60 days CIF /FOB Gatun Locks, Panama, Rep. of Panama after receipt of notice of award. When requesting solicitation, state name, address and solicitation number. Requests will be accepted by facsimile at 011-507-272-7661 or 1512. All responsible sources may 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 consired to ensure that the purchase is advantageous to pcc. CITE: (I-340 SN009300) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS 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 SOL N0038397RN050 DUE 011497 POC Contact Point, Kathleen M Logan, 0233.05, (215)697-2124, Fax, (215)697-3161, Twx, Not-avail DESC: NSN 6K-8145-01-061-1788-MH, SPEC NR TDP VER 002, Ref Nr 388E001, Qty 30 EA, Deliver to Receiving Officer Bldg 147 Cherry Point NC , Contract 100 Percent Small Business Set Aside CITE: (I-340 SN009119) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings, Tents and Flags OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET NW - Material Mgt Branch, WASHINGTON, DC 20534-0001 SUBJECT: 83--CLOTH, PILE SOL 1PI-B-1928-97 DUE 123097 POC Contract Specialist, CLARK, MILLIE, 202/508-3970 DESC: UNICOR, Federal Prison Industries, Inc., intends to enter into a one year Indefinite Delivery Indefinite Quantity contract with one option year for delivery to Federal Prison Industries, FCI Raybrook, NY. UNICOR APECS No. FAB-6901, estimated Maximum 2,018.240 Yds of Cloth, Pile, 59" Wide X 100 yards in Length, Acrylic feber pile lining with knitted acrylic or polyester backing nitted from undyed spun acrylic or polyester yarn. Class I, Tan 380, Roll #3496. In preference to MIL-C- U3251. Delivery is 30days after each delivery order. Delivery order limitations are Maximum 5,000 yards and Minimum 2400 yards. Please note that textile in this solicitation must be manufactured in its entirety in the United States of America. Telephone requests will not be honored. All requests for solicitation must be written on your company letterhead. Please indicate your business size (Large or Small, Women-Owned or Small Disadvataged) on all requests. All responsible sources may submit a bid, which shall be considered by the Agency. Facsimile request will be honored at number 202-508-8498. CITE: (I-340 SN009286) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 84--Clothing, Individual Equipment and Insignia OFFADD: Defense Personnel Support Center 2800 So. 20TH St. Philadelphia, PA. 19145-5099 SUBJECT: 84--GLOVE INSERTS, COLD WEATHER SOL SPO100-96-R-0151 DUE 011997 POC Contact: DPSC-FOEC-1 buyerphyllis Reaves, 215/7373194 DESC: Subject synopsis is hereby amended to change to total buy quantity from 78,960 PR to 386,520 pair by 307,560 pair. Please NOTE that the increase in the acquisition qty applies to the first and second mandatory option portions also. The closing date is hereby extended until January 6, 1997. All other terms and conditions remain unchanged. CITE: (I-340 SN009024) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 84--Clothing, Individual Equipment and Insignia OFFADD: Defense Personnel Support Center 2800 So. 20TH St. Philadelphia, PA. 19145-5099 SUBJECT: 84--DECORATION FOURRAGERE; FRANCE; WORLD WAR II SOL SP0100-96-R-0220 DUE 120596 POC Contact: DPSC-FOTM-2 buyer-loretta Cicirello 215/737-3294 DESC: PR-NO: YPT96251000004 NSN 8455-01-388-9536, 98,328 -PR Del to Mechanicsburg PA 17055-0789 Del by 16 Oct 97. See NOTES 1, 9, item description: decoration fourragere unit: decoration, fourragere; France; world war II; 2ND award; green and red rayon or nylon cord polished brass ferrule and ring; type II quantity: 5,000 unit of issue: EA prod leadtime: 165 days # of deliveries: 1 above requirement will be procured utilizing simplified acquisition procedures if under $100,000. CITE: (I-340 SN009025) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 84--Clothing, Individual Equipment and Insignia OFFADD: Defense Personnel Support Center 2800 So. 20TH St. Philadelphia, PA. 19145-5099 SUBJECT: 84--DECORATION FOURRAGERE; FRANCE; WORLD WAR II SOL SPO100-97-Q-4052 DUE 011997 POC Contact: DPSC-FOTM-2 buyer-loretta Cicirello 215/737-3294 DESC: PR-NO: YPT96267000016 NSN 8455-00-257-3874, 5,000 -EA Del to Mechanicsburg PA 17055-0789 Del by 22 Jun 97. See NOTES 1, 9, item description: decoration fourragere unit: decoration, fourragere; France; world war II; 2ND award; green and red rayon or nylon cord; polished brass ferrule and ring; type II quantity: 5,000 unit of issue: EA prod leadtime: 165 days # of deliveries: 1 above requirement will be procured utilizing simplified acquisition procedures if under $100,000 all responsible sources may submit offer which DPSC shall consider. CITE: (I-340 SN009026) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 84--Clothing, Individual Equipment and Insignia OFFADD: GSA, PBS, PS, 18th & F Sts., NW, Rm 7316, Washington, DC 20405 SUBJECT: 84 -- FEDERAL PROTECTIVE POLICE OFFICER UNIFORMS SOL GS-00P-97-PXM-0401 DUE 011797 POC John P. Dyer, Contracting Officer, (202) 501-0160 DESC: The General Services Administration (GSA), Public Buildings Service, Office of Federal Protective Service (FPS) intends to award a fixed price contract for FPS Police Uniforms. The contractor will be required to furnish and deliver requirements for new recruit classes and police officers on board. A FIRST ARTICLE may be required. FOB: Destination. All requests for solicitation packages must be in writing. Send request to John P. Dyer, General Services Administration, PBS, Federal Protective Service (PS), 18th & F Sts., NW, Room 7316, Washington, DC 20405 or FAX request to (202) 208-5866 within 15 days of the date of this synopsis. All responsible sources solicited may submit a bid which shall be considered. This acquisition is unrestricted. NO TELEPHONE REQUESTS WILL BE HONORED. CITE: (I-340 SN009322) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 84--Clothing, Individual Equipment and Insignia OFFADD: Commander, Pine Bluff Arsenal, 10-020 Kabrich Circle, Attn: SIOPB- PO, Pine Bluff, AR 71602-9500 SUBJECT: 84 -- BODY ARMOR VEST SOL DAAA03-97-T-0024 DUE 012297 POC Lorrie Meggs, Purchasing Agent, 501/540-3019. DESC: Body Armor Vest, No Caliber Level IIIA that meet MIL-STD-552C. V-50 Ballistic test for Armor. Ballistic warrently to be 10 years. Garmet must provide quick and easy slip on construction. Over the shoulder ballistic protection. Complete side protection with front ballistic insert overlapping rear ballistic insert. Cut so as not to restrict wearer from establishing effective firing position utilizing handguns, rifles, or shotguns. Large vest size will be 42"-44" chest size, with 38"-42" waist size. Twenty each of size large. X-Laarge will be 46"-48" chest, with 42"-48" waist. Eleven each of size X-Large. XX-Large will 50"X52" chest, with 46"-50" waist. Ten each of XX-large. XXX-Large will be 54"-56" chest, with 54"-58" waist. Four each of XXX-Large. Will have black nylon removable cover, front plate pocket included without plate. To be delivered FOB destination to Pine Bluff Arsenal, Pine Bluff, AR. A written quotation will be issued on or about 8 Jan 1997 with anticipated award date of 4 Feb 1997. Request for quotation packages may requested as follows: Fascimile request: 501/540-4090 or in writing. All responsible sources may submit a quotation which shall be considered by Pine Bluff Arsenal. See Numbered Note(s): 1. CITE: (I-340 SN009383) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 88--Live Animals OFFADD: National Institutes of Health, OPM, 6120 Executive Blvd., Room 868, Rockville, MD 20872 SUBJECT: 88 -- PRODUCTION OF INFECTIVE LARVAE AND ADULT WORMS OF THE FILARIAL PARASITE BRUGIA MALAYI SOL 263-97-P(BC)-0004 POC Sheri Lawson, Contracting Officer on 301/402-3065 or Edward Wilgus, Chief, Acquisitions Branch B on 301/402-3070. DESC: Under authority of U.S.C. 253-(c)(1), FAR 6.302-1 the National Institutes of Health (NIH), National Institute of Allergy and Infectious Diseases (NIAID) intends to negotiate a contract with the University of Georgia, Research Foundation, Inc., 621 Graduate Studies Research Center, Athens, Georgia 30602, to provide infective larvae and adult worms of the filarial parasite Brugia Malayi. Any response must be received in writing within forty-five (45) business days from the published date of this notice. The intended procurement will be classified under SIC 0279, Animal Specialties, N.E.C. with a size standard of $0.5M. The Contractor shall furnish the specific strain and quantities of these parasitic worms according to the required procedures. The primary objective for the use of these parasites is for studying human immunity to filariasis, a disease which causes elephantiasis in humans, and to develop an appropriate vaccine for the infection. The high quality and well standardized parasite materials required under this contract are necessary to maintain the progress of on-going carefully controlled research studies being conducted at the NIH. In addition to the above, colonies of the mosquito Aedes Aequpti (Liverpool strain) are required to be maintained for the production of the infective larvae. The parasitic materials derived from the mosquitoes must be collected, counted, stored, maintained and further processed in a manner required for this research study. The larvae, and the adult worms which are required to be produced from the larvae, has to be stored until needed in a freezer (stored at -80 degree centigrade), and injected intraperitoneally into jirds or suspended in media 199 and shipped immediately by air express. Sixty to ninety days later, adult worms will be collected from the peritoneal cavity of jirds and stored at 80 degree centigrade until needed. Approximately two hundred twenty-one thousand two hundred infective larvae shall be produced. The Contractor is required to develop the specific protocols with all the required technical support of the specialized facilities capable of adequately meeting the requirements of large production of Brugia Malayi infective larvae and adult worms in addition to other related parasites. These special requirements include large walk-in facilities with tightly controlled conditions of humidity (70-90%) and temperature 26 to 28 degrees centigrade). These facilities must be continuously monitored for any fluctuation of temperature and humidity which would result in uncalculated metamorphosis of the infected larvae. The period of performance shall be for twelve (12) months from date of award with four (4) successive twelve (12) month option periods. Page 2 CBD Worms This is not a formal solicitation. Concerns that respond to this notice must furnish concise responses directed specifically to the requirements mentioned above. Sources possessing the experience and demonstrated capability to furnish the above without jeopardizing the previous efforts shall supply pertinent information in sufficient detail to demonstrate their ability to supply the required items. Information shall include evidence of previous similar projects, general and specific facilities and other available literature for the NIH to perform a proper evaluation. Concerns that respond to this synopsis shall furnish concise responses directed specifically to the requirements mentioned above and are invited to submit capability statements in an Original plus two (2) copies no later than forty-five (45) business days from the date of this announcement. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) NOR IS AN RFP CURRENTLY AVAILABLE. Capability Statements: (a) If mailing your capabilities through the U.S. Postal Service use the following address: National Institutes of Health, Office of Procurement Management, 6120 Executive Blvd., Room 868, ATTN: Sheri Lawson, Bethesda, MD 20892. (b) If hand delivering, or using a courier service such as: UPS, Federal Express, etc., use the following City, State, and Zip Code: Rockville, MD 20852. Responses by Facsimile (FAX) will not be accepted. NOTE: 22 CITE: (I-340 SN009211) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 91--Fuels, Lubricants, Oils, and Waxes OFFADD: 3 CONS/LGCS, Bldg. 6920 12th St. Elmendorf AFB, AK 99506 SUBJECT: 91 -- DIESEL FUEL SOL F65501-96T1460 DUE 120996 POC Marge Schnell, Contracting Officer, 907-552-5494, Yvette Wilkins, Contracting Specialist, 907-552-5494. DESC: EAFB requires 100,000 gallons of arctic diesel fuel for delivery to Oliktok LRRS. Oliktok is 50 miles by land from Prudhoe Bay/Deadhorse, Alaska. This is a sole source request. There is only one source capable of delivering fuel to this location. This is a priority buy. See Numbered Note(s): 22. CITE: (I-340 SN009345) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 93--Nonmetallic Fabricated Materials 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: 93 -- DISTINCTIVE CURRENCY PAPER SOL BEP-97-13(TN) POC Contact Cindy Duncan, Contract Specialist, 202/874-2539. DESC: The Bureau of Engraving and Printing (BEP) intends to issue a full and open solicitation to procure all types of Distinctive Currency Paper for the printing of U.S. currency at the Washington, D. C. and Fort Worth, TX facilities. The solicitation provides for multiple and split awards by paper type and denomination. Resulting contracts will be multiyear contracts with fixed price indefinite delivery/indefinite quantity and requirement type line items. The anticipated period of performance is June 1998 through May 2004. The solicitation will provide up to 24 months for start-up time. Contracts will be limited to 4 years of actual paper production upon award or at the completion of the start-up period. Alternate substrates and alternate security features will be considered. The solicitation will allow the BEP to consider the feasibility of providing Contractor Acquired Government Property (CAP) and contract financing. Any interested parties should send a request for a copy of the solicitation to: BEP, Office of Procurement, Attn: Cindy Duncan, 14th & C Sts., S. W., Washington, D. C. 20228. Requests may be faxed to (202) 874-3135. All requests shall include the firm's size status (i.e., Large, Small, Minority, or Women-Owned. A draft solicitation and specification are available for review on the Internet @ http://www.ustreas.gov/treasury/bureaus/bep/proc under Materials & FIP Contracts Division Procurement Opportunities. CITE: (I-340 SN009163) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 96--Ores, Minerals and Their Primary Products OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 96--GRAPHITE, DRY US ARMY ARMAMENT RESEARCH AND SOL SP0500-97-Q-D998 DUE 122896 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Harry cosgrove/YAB18/215-697-570 7 buyer: H. cosgrove/YAB18/215-697-5707 DESC: PR-NO: YPI96331000888 NSN 9620-01-422-4368, @ITEM namegraphite, dry @COMPOSITION and PERCENTAGE99.00 minimum by volu ME carbon @DERIVATIONNATURAL sources 995 -BG Del to Mechanicsburg PA 17055-0789 Del by 15 Jan 97. RFQ due date: 96DEC30 specs: EA-G-1825 and amendment 1 primary qty: 995 deliveries to CONUS (excluding Alaska) delivery schedule: 45 days offers will be evaluated with a 10% preference for small disadvantaged business concerns. While price will be a significant factor in the evaluation of offers, the final contract award price will be based upon a combination of price and delivery as described in section M of this solicitation. Drawings/specs are not required. To obtain a copy of this solicitation please send FAX request to 215-697-6333 or X1462 or X2978. CITE: (I-340 SN009039) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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-BOLT INLET SOL N00FMS97Y4022 DUE 012497 POC Contact Point, K. Hall, 0223.03, (215)697-6548, 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 0A-0000-00-000-0000, Ref Nr NAS148-44, Qty 300 EA, Delivery FOB Origin--NO NATIONAL STOCK NUMBER, NO DRAWINGS AVAILABLE ---, See Note 22 CITE: (I-340 SN009120) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: DOT, FED HWY ADMN, Office of Acquisition Management, 400 7TH ST, SW, Room 4410, Washington, DC 20590 SUBJECT: 99 -- CO-SPONSOR THE PROBABILISTIC SITE CHARACTERIZATION MANUAL SOL DTFH61-97-Q-00036 DUE 122396 POC Viola Compton, Contract Specialist, HAM-40G, (202) 366-4239. DESC: The Federal Highway Administration plans to negotiate a Purchase Order with the American Society of Civil Engeneers (ASCE) to jointly co-sponsor the development of a State-of-the-Art manual on Probabilistic Site Characterization, utilizing the laboratory and field data available through the National Geotechnical Experimentation Sites Data Repository System. This is a Simplified Acquisition. CITE: (I-340 SN009192) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: U. S. DOE, Morgantown Energy Technology Center, P.O. Box 880, Morgantown, WV 26507-0880 SUBJECT: A --"RECOVERY OF MERCURY FROM CONTAMINATED LIQUID WASTES POC Contact: R. Diane Manilla, Internet address, [rmanil@metc.doe.gov], telephone 304/285-4086, Contracting Officer: Randolph R. Cooper CNT DE-AC21-97MC32195 AMT $697,366 (Base), $473,616 (Option 1), $311,146 (Option 2) DTD 112796 TO ADA Technologies, Inc., 304 Inverness Way South, Suite 365, Englewood, CO 80112 CITE: (I-340 SN009130) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Defense Special Weapons Agency, 6801 Telegraph Rd., Alexandria, VA 22310-3398 SUBJECT: A -- EXERCISE OF OPTION I POC Sandy Bednoski, Negotiator, (703) 325-6762, Edward Archer, Contracting Officer, (703) 325-5028. CNT DNA001-96-C-0006-P00003 AMT $367,154.00 LINE N/A DTD 112596 TO Synergy, Inc., 1763 Columbia Road, NW, Washington, DC 20009-1997 CITE: (I-340 SN009202) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Defense Special Weapons Agency, 6801 Telegraph Rd., Alexandria, VA 22310-3398 SUBJECT: A -- EXERCISE OF OPTION I POC Jennifer Bertuna, Negotiator, (703) 325-9368, Edward Archer, Contracting Officer, (703) 325-5028. CNT DNA001-95-C-0133-P00005 AMT $1,215,362.00 LINE N/A DTD 112296 TO Jaycor, 9775 Towne Centre Drive, San Diego, CA 92121 CITE: (I-340 SN009203) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Commercial Acquisition Department, Bldg. 11, Naval Undersea Warfare Center Division, Newport, Code 59, Simonpietri Dr., Newport, RI 02841-1708 SUBJECT: A--CONTRACT AWARD N66604-97-D-0071 POC Contact Leslie Murphy at(401)841-2442/x276 or Nick Palmisciano, Contracting Officer at(401)841-2442/x289. Fax number (401)841-4820. CNT N66604-97-D-0071 AMT $7,228,051 LINE 0001/00021 DTD 103196 TO Logicon Syscon,8110 Gatehouse Road, Falls Church, VA 22042 CITE: (I-340 SN009267) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Contracts Management Branch, NICHD, National Institutes of Health, Executive Building, Suite 7A07, 6100 Executive Blvd. MSC 7510, Bethesda, Maryland 20892-7510 SUBJECT: A--A REPOSITORY OF MOUSE MODELS FOR CYTOGENETIC DISORDERS POC Contact Dorothy McKelvin, Contract Specialist, 301/496-4611 CNT N01-HD-7-3265 AMT $1,693,552.00 DTD 120196 TO The Jackson Laboratory, 600 Main Street, Bar Harbor, ME 04609 CITE: (I-340 SN009289) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Defense Special Weapons Agency, 6801 Telegraph Rd., Alexandria, VA 22310-3398 SUBJECT: A -- EXERCISE OF OPTION VII POC Herbert A. Thompson, Negotiator, (703) 325-1182, Edward Archer, Contracting Officer, (703) 325-5028. CNT DNA001-94-C-0191-P00016 AMT $366,237.00 LINE N/A DTD 120296 TO Morrison Knudsen Corporation, 1500 West 3rd Street, Cleveland, OH 44113-1406 CITE: (I-340 SN009355) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Rome Laboratory/PK, 26 Electronic Parkway, Rome NY 13441-4514 SUBJECT: A -- 100 GHZ PHOTONIC SYNTHESIZER TRANSMITTER POC Renee F Arcuri, Contract Specialist, Rome Laboratory/PKRZ, (315)330- 4777; James Nichter, Laboratory Program Manager, Rome Laboratory/OCPC, (315)330-7423. CNT F30602-96-C-0272 AMT $1,549,916.00 LINE N/A DTD 112796 TO Uniphase Telecommunications Products, Inc, Transmission System Division, 500 Horizon Drive, Ste 502, Chalfont PA 18914 CITE: (I-340 SN009369) [Commerce Business Daily: Posted December 05, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: Everglades National Park, Attn: Contracting Office, 40001 State Road 9336, Homestead, FL 33034 SUBJECT: B--WETLAND RESTORATION AND MITIGATION PROGRAM, EVERGLADES NATIONAL PARK, HOMESTEAD, DADE COUNTY, FLORIDA POC Sherry Dague, (305) 242-7791 CNT 1443CX5280-96-003 AMT $1513895 DTD 091896 TO Westwind Contracting, Inc., for year 1; 3201 W. Hallandale Bch. Blvd., Pembroke Park, FL 33023 CITE: (W-340 SN009293) [Commerce Business Daily: Posted December 05, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: Everglades National Park, Attn: Contracting Office, 40001 State Road 9336, Homestead, FL 33034 SUBJECT: B--WETLAND RESTORATION AND MITIGATION PROGRAM, EVERGLADES NATIONAL PARK, HOMESTEAD, DADE COUNTY, FLORIDA POC Sherry Dague, (305) 242-7791 CNT 1443CX5280-96-004 AMT $329035 DTD 091896 TO Resource Management International, Inc., for year 1; 3100 Zinfandel Drive, Suite 600, Sacramento, CA 95670 CITE: (W-340 SN009301) [Commerce Business Daily: Posted December 05, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: Bureau of Reclamation, Lower Colorado Dam Facilities Office, 400 Railroadave, Boulder City, NV 89005-2422 SUBJECT: F--SITE DEMOLITION AND ENVIRONMENTAL RESTORATION, GOLDEN FALCON MILL SITE, YUMA, ARIZONA POC Sonja Poindexter, Procurement Technician, 702-293-8569 CNT 1425-7-CS-30-12200 AMT $154,321.10 DTD 120396 TO George Bryant Construction, Inc., 9333 Golden Street, Alta Loma CA 91737 CITE: (W-340 SN009288) [Commerce Business Daily: Posted December 04, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: 750 CONF/LGC, Onizuka Air Station, 1080 Lockheed Way, Box 039, Sunnyvale, CA 94089-1234 SUBJECT: J-ANNUAL INSPECTION, PREVENTIVE MAINTENANCE & EMERGENCY SERVICES OF AIR COMPRESSORS POC Leonard Tampkins, Contract Specialist (408)752-3956; Contracting Officer: LaVerne G. Staden CNT F0468997C0001 AMT $305,875.00 LINE 0001 DTD 120296 TO Power Machine Co, 5768 Shellmound St., Emeryville CA 94608 CITE: (W-339 SN009005) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Supervisor of Shipbuilding, Conversion and Repair, USN, Post Office Box 280158, Mayport Naval Station, Jacksonville FL 32228-0158 SUBJECT: J -- YRBM(L)-45, RAV CNT N00024-92-H-8522/JOB ORDER KS-97-05 AMT $64,130.00 LINE Item 0001 DTD 112796 TO Kerney Ship Repair, Inc., 1700 East Church Street, Jacksonville FL 32202 CITE: (I-340 SN009321) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: DOD/Support Services Contract Section, USCG Aircraft Repair & Supply Center, Elizabeth City, NC 27909-5001 SUBJECT: J - REPAIR AND CALIBRATION OF TEST EQUIPMENT POC N/A CNT DTCG38-97-D-30002 AMT N/A DTD 112796 TO ETA, 1395 SOUTH MARIETTA PARKWAY, BUILDING 200, SUITE 206, MARIETTA, GA 30067-7869 CITE: (I-340 SN009329) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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 ENGINEERING AND TECHNICAL ASSISTANCE SUPPORT TO THE MULTIPLE LAUNCH ROCKET SYSTEM PROJECT OFFICE POC (PCF) Maria Vencill, Contract Specialist, AMSMI-AC-CFHA, (205) 876- 2566, Janice A. Daniels, Contracting Officer, AMSMI-AC-CFHA, (205) 876-7321. CNT DAAH01-97-C-0042/P00001 AMT $33,965.00 LINE N/A DTD 120496 TO Madison Research Corporation 401 Wynn Drive, Huntsville, AL, 35805 CITE: (I-340 SN009201) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Ballistic Missile Defense Organization BMDO (DCT), 1725 Jefferson Davis Hwy, Suite 1200, Arlington, VA 22202 SUBJECT: R -- JOINT THEATER MISSILE DEFENSE COMMANDERS-IN-CHIEF ASSESSMENT PROGRAM, REQUEST FOR INFORMATION POC POC: LTC Arthur Gottlieb, (703) 604-4246, CBD Reference Number: BMDO 96-12. CNT HQ0006-97-C-0005 AMT $9,164,460.00 LINE 0001, 0002, 0003, 00 DTD 112796 TO SRS Technologies, 1811 Quail Street, Newport Beach, CA 92660 CITE: (I-340 SN009205) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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 -- FY 97-99 AVENGER ENGINEERING SERVICES POC Connie Goodwin, Contract Specialist,AMSMI-AC-CAD,(205)876-2838, John R. Bailey, Contracting Officer,AMSMI-AC-CAD,(205)876-2682 PCA. CNT DAAH01-97-C-0076 AMT $13,324,835.95 LINE N/A DTD 112996 TO Boeing Defense and Space Group, Missile and Space Division, 499 Boeing Blvd, P.O. Box 240002, Huntsville AL 35829-6402. CITE: (I-340 SN009358) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: DIRECTORATE OF CONTRACTING, BUILDING 1001, 761ST TANK BATTALION AVE, FORT HOOD TX 76544-5059 SUBJECT: S--OPERATE AND MANAGE CENTRAL ISSUE FACILITIES AT FT HOOD, TX, FT CARSON, CO, AND FT RILEY, KANSAS POC Contracting Officer DREXIE T. JENNINGS (817) 287-5454 (Site Code DAKF48) CNT DAKF48-97-C-0002 AMT $1,882,063 DTD 120396 TO LOCKHEED MARTIN LOGISTICS MGMT, 1600 E PIONEER PARKWAY, ARLINGTON, TX 76010-6594 CITE: (I-340 SN009284) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: AOT Branch, Division A, Office of Procurement, Room 1535, SA-14, USAID, Washington, D.C. 20523-1425 SUBJECT: U -- DISASTER PREVENTION, MITIGATION, AND PREPAREDNESS VIDEO (PMP) TO PRODUCE A VIDEO THAT DOCUMENTS THE HIGH SOCIO-ECONOMIC COSTS OF DISASTERS AND OUTLINES PMP STRATEGIES POC Contact Person: Patricia Stewart, 703-875-1061 (email: PStewart@USAID.gov) Contracting Officer, Dennis Dorsey, 703-875-1029. CNT Contract No. AOT-C-00-97-00018-00 per OP/A/AOT/P-9 AMT $96,045.00 LINE N/A DTD 120596 TO Issembert Productions, Inc. 5454 Wisconsin Avenue, Suite 850, Chevy Chase, MD 20815 CITE: (I-340 SN009216) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: General Services Administration, PBS,Property Development-6PMT,1500 E Bannist er, Rm 2135,Kansas City,MO 64131-3088 SUBJECT: Y--DEMOLITION & SITE CLEARING POC Contact,Susan Kading,816/926-5316,Contracting Officer,Linda E. Hale,816/926 - -5316 CNT GS-06P-96-GZC-0509 AMT $752328 DTD 101596 TO Anderson Excavating Co.,1824 South 20th Street,Omaha,NE 68108 CITE: (I-340 SN009155) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Department of Treasury (2024), Federal Law Enforcement Training Center, Procurement Division, Bldg. 28, Glynco, GA 31524 SUBJECT: Y -- CONSTRUCT COMPUTER CLASSROOM BUILDING 212 CNT Tftc 97-1 AMT $1,793,600.00 DTD 110896 TO L. C. Gaskins Construction Company, Inc., 7016 Davis Creek Road, Jacksonville, FL 32256-3026 CITE: (I-340 SN009226) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS 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 SUBJECT: Z -- ROOF REPAIR, BUILDING 400, FT. MYER, ARLINGTON, VIRGINIA CNT DACA31-97-C-0010 AMT $333,333.00 DTD 120496 TO MIC/CO, Inc., 6177 Grovedale Court, Suite 100, Alexandria, VA 22310 CITE: (I-340 SN009152) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: General Services Administration,Property Mgmt. Div. (1PM),10 Causeway St, 9t h floor,Boston,MA 02222-1077 SUBJECT: Z-REPAIRS TO EXTERIOR FACADE OF FEDERAL POC Contact,Sally Robinson,617/565-6013,Contracting Officer,Donna M. Maffeo,617 /565-6012 CNT GS-01P-96-BZC-0028 AMT $79650 DTD 110196 TO Schneider Restorations In,Otto Schneider,Newtown,PA 18940 CITE: (I-340 SN009292) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS 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 SUBJECT: Z -- REPLACE STEAM AND CONDENSATE LINES, BUILDINGS 251 TO 412 AND 416C, FORT MYER, ARLINGTON, VA CNT DACA31-97-C-0009 AMT $278,296.00 DTD 120496 TO American Combustion Industries, Inc., 3520 Bladensburg Road, Brentwood, MD 20722 CITE: (I-340 SN009310) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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--ELEMENT ASSY. SOL 96TR15-22-P-0700 CNT F09603-92-G-0005-UBKA AMT $90,240.00 LINE 0001 DTD 120596 TO Lockheed Martin Corp Lockheed Martin Armament Systems Lakeside Ave Burlington VT 05401-4985 CITE: (I-340 SN009052) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 10--Weapons OFFADD: Supervisor of Shipbuilding C&R,USN,Portsmouth,VA,P.O.Box 215,Portsmouth,VA,23705-0215 SUBJECT: 10 -- USS CARON (DD-970), SSP 059-97, RAV CNT JOB ORDER 7033 AMT $248,640.00 LINE 0001, 0002, 0003 DTD 120396 TO Dreadnought Marine, Inc., 3200 E. Princess Anne Road, Norfolk, VA 23504 CITE: (I-340 SN009227) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 13-M509 CARTRIDGE, IMPULSE MK 9 MOD 0 POC Contact Point, R. L. Cleaver, 0242.3, (717)790-2706, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, T. S. Bower, 0242.1, (717)790-6464 CNT N0010497CKA04, Sol Nr N00104-96-R-K081, NIIN 00731 AMT $72,768 DTD 102396 TO Woerner Engineering Inc , Elbert ,CO 80106-0000 CITE: (I-340 SN009115) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 13-M185 MK 8 MOD 0 IMPULSE CARTRIDGE POC Contact Point, R. L. Cleaver, 0242.3, (717)790-2706, Fax, (717)790-2284, Twx, Not-avail CNT N0010497CKA13, Sol Nr N00104-96-R-K114, NIIN 00075 AMT $58,980 DTD 110896 TO Woerner Engineering Inc , Elbert ,CO 80106-0000 CITE: (I-340 SN009121) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives OFFADD: US Army Armament and Chemical Acquisition and Logistics Activity (ACALA) Attn: AMSTA-AC-PCC (HTR), Rock Island , IL 61299-7630 SUBJECT: 13 -- HOOK & LINE SET POC Contract Specialist: Donna Webb (309) 782-6369, PCO: Robert C. Tedell (309) 782-3811 CNT DAAE20-97P0204 AMT $58,860 LINE N/A DTD 120496 TO Canadian Commerical Corporation, Ottawa, Ontario, Canada K1A0S6 CITE: (I-340 SN009161) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 14--Guided Missiles OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 14--PUMP, MISSILE LOADER. SOL SP0750-97-Q-0130 CNT SP0750-97-M-4258 AMT $58,776.50 LINE 0001 THROUGH 0002 DTD 120596 TO Aiw-Alton Inc 1475 Palisado Ave P O Box 713 Windsor CT 06095-0713 CITE: (I-340 SN009049) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS 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-PISTON ASSEMBLY POC Contact Point, Mark P Kendall, 02132.4, (717)790-6474, Fax, (717)790-2284, Twx, Not-avail CNT N0010497PLB27, NIIN 011182113 AMT $53,799 DTD 121496 TO Pacific Scientific Co , Santa Barbara ,CA 93101-0000 CITE: (I-340 SN009122) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 14--Guided Missiles OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 14--PANEL, STRUCTURAL, AIRFRAME SOL SP0920-97-Q-A011 CNT SP0920-97-M-1246 AMT $56,485.00 LINE 0001 THROUGH 0002 DTD 120496 TO Ellcott Mfg Co Vernon Industrial Pk Bldg 2 P O Box 2415 Vernon CT 06066 CITE: (I-340 SN009255) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--WINDSHIELD PANEL, AIRCRAFT SOL SP0460-96-Q-MS43 CNT SP0460-97-M-6268 AMT $34,397.00 LINE 0001 DTD 120496 TO Control logistics Florida 2633 lantana Rd Suite 6 Lake worth FL 33462 CITE: (I-340 SN009088) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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--FITTING, RESCUE HOIS CNT SP0460-97-M-6279 AMT $29,682.00 LINE 0002 DTD 120596 TO Aero Components P. O. Box 120157 419 West Fork Dr. Arlington, TX 76012 CITE: (I-340 SN009092) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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--TRACK, WING FLAP SOL SP0460-96-Q-X649 CNT SP0460-97-M-4555 AMT $64,285.00 LINE 0001 DTD 120596 TO Aero Components P. O. Box 120157 419 West Fork Dr. Arlington, TX 76012 CITE: (I-340 SN009096) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--WINDSHIELD PANEL, AIRCRAFT SOL SP0460-97-Q-D093 CNT SP0460-97-M-6277 AMT $25,443.75 LINE 0001 DTD 120596 TO Raytheon aircraft Co 9709 E central P.O.Box 85 Wichita KS 67207-0085 CITE: (I-340 SN009132) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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--KIT, FUEL CELL SOL SP0460-96-X-4128 CNT SP0460-97-M-2136 AMT $64,500.00 LINE 0001 THROUGH 0002 DTD 120596 TO Kit Pack Co 410 Thorpe Rd Las Cruces NM 88005-5830 CITE: (I-340 SN009135) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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 28 AIRCRAFT FAIRINGS POC Phil Eatherton, Contract Specialist, 314-263-0733 or MS Rita Surgeon, Contracting Officer, 314-263-0742. CNT DAAJ09 94-G-0005, DELIVERY ORDER 0072 AMT $ 445,060.00 LINE 0001AA DTD 120496 TO McDonnell Douglas Helicopter Systems, McDonnell Douglas Aerospace, 5000 McDowell Road, Mesa, AZ 85215-9797 CITE: (I-340 SN009184) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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--LEG ASSEMBLY, SEAT SOL SP0460-97-Q-C012 CNT SP0460-97-M-4536 AMT $75,660.00 LINE 0001 DTD 120596 TO Weber Aircraft Inc Passenger Seat Div 2000 Weber Dr Gainesville TX 76240 CITE: (I-340 SN009089) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 16--CONNECTOR, FILTER, HO SOL SP0920-96-Q-A008 CNT SP0920-97-C-0004 AMT $224,584.00 LINE 0001AA THROUGH 0001A DTD 120596 TO ILC Industries Inc ILC Dover Div one moonwalker Rd Frederica DE 19946-2080 CITE: (I-340 SN009260) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 19--Ships, Small Craft, Pontoons, and Floating Docks OFFADD: Supervisor of Shipbuilding C&R,USN,Portsmouth,VA,P.O.Box 215,Portsmouth,VA,23705-0215 SUBJECT: 19 -- APL-50, SSP 011-97, RAV CNT JOB ORDER 7037 AMT $354,759.00 LINE 0001, 0002, 0003 DTD 120496 TO Lyon Shipyard, Inc., P.O. Box 2180, Norfolk, VA 23501 CITE: (I-340 SN009297) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers, and Cycles OFFADD: Operational Contracting Division, 1940 Allbrook Dr, Ste 3 Bldg 1, WPAFB OH 45433-5309 SUBJECT: 23 -- TRUCK TRAILER POC For Copy, ASC/PKWO, ATTN: Bldg 260, 1940 Allbrook Dr, Ste 3, WPAFB OH 45433-5309, POC: T. Hayes/PKWOCA/937-257-5851, FAX No (937) 257-3926. CNT F33601-97-C-0003, F33601-96-R-0184 AMT $186,581.00 LINE 0001 - 0002AH DTD 120296 TO Nelson Manufacturing Co., 6448 US Route 224, Ottawa OH 45875 CITE: (I-340 SN009191) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 25--Vehicular Equipment Components OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: 25--SYS TECH SUPPOR CNT DAAE0796CX195P00002 AMT $555,000 DTD 112296 TO General Dynamics Land Systems, 38500 Mound Rd Sterling heigh, MI483103260 CITE: (I-339 SN009014) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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--BRAKE LINING KIT (NON-ASBESTOS). KIT CONSISTS OF SOL SP0750-96-Q-1598 CNT SP0750-97-M-1215 AMT $73,087.02 LINE 0001 THROUGH 0002 DTD 120596 TO Exton Corp 128 N Lively Blvd Elk Grove Village IL 60007 CITE: (I-340 SN009048) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 28--VALVE, POPPET, ENGINE. FOR USE ON SOL SP0760-96-Q-5946 CNT SP0750-97-M-4246 AMT $28,295.55 LINE 0001 DTD 120596 TO US motor wks LLC 2425 S Garfield Ave Los Angeles CA 90040-1811 CITE: (I-340 SN009045) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS 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--FERRULE, FUEL NOZZLE SOL SP0480-96-R-2678 CNT SP0480-97-C-5101 AMT $170,568.00 LINE 0001AA THROUGH 0002A DTD 120496 TO Lewis machine Co 22 John St East Hartford CT 06128-0205 CITE: (I-340 SN009087) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS 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--MANIFOLD, AFTERBURNER SOL SP0480-96-Q-W387 CNT SP0480-97-M-F246 AMT $71,190.00 LINE 0001 DTD 120596 TO Kreisler industrial Corp 180 Van Riper Ave Elmwood Park NJ 07407-2622 CITE: (I-340 SN009090) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS 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--TURBINE ROTOR, TURBINE ENGINE SOL SP0480-96-X-2001 CNT N00383-95-G-M120-TYS2 AMT $29,115.50 LINE 0001 DTD 120596 TO Alliedsignal Inc Aerospace Equipment Systems Tempe site 1300 W Warner Rd Tempe AZ 85285-2200 CITE: (I-340 SN009091) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 29-PUMP,FUEL,METERING POC Contact Point, Richard S Fry, 02112.17, (717)790-2828, Fax, (717)790-2284, Twx, Not-avail CNT N0010497PDB69, Sol Nr N00104-97-Q-DB39, NIIN 15117 AMT $32,475 DTD 121496 TO Fdgm Inc , Chesapeake ,VA 23320-0000 CITE: (I-340 SN009123) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 29--SHAFT, DRIVE SOL SP0480-97-Q-J291 CNT N00383-93-G-M111-TYZ4 AMT $46,136.80 LINE 0001 THROUGH 0002 DTD 120496 TO Sundstrand Aerospace 4747 Harrison Ave Rockford IL 61125-7002 CITE: (I-340 SN009133) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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, SHOULDERED SOL SP0740-96-R-1721 CNT SP0740-97-C-0405 AMT $58,710.00 LINE 0001AA THROUGH 0002 DTD 120596 TO Precision Gear Inc 48-09 108TH St Flushing NY 11368-2911 CITE: (I-340 SN009041) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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--GEAR BOX, INPUT SOL SP0770-96-Q-UD86 CNT SP0770-97-M-GN32 AMT $28,766.70 LINE 0001 THROUGH 0002 DTD 120596 TO Kaiser Aerospace and Electronics Corp Kaiser Fluid Technologies Div 530 Sugar Creek Rd E P O Box 5270 Charlotte NC 28225 CITE: (I-340 SN009046) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: U.S. ATCOM, 4300 Goodfellow Blvd., St. Louis, MO 63120-1798 SUBJECT: 30 -- CONNECTING LINK, RIG, NSN: 3040-01-085-4284, P/N: 70400-02264- 064 (0001AA) AND PUSH ROD ASSEMBLY, A, NSN: 1680-01-159-4618, N: 70400-02264-059 (0003AA) POC Mary Deutschmann, Contract Specialist, AMSAT-A-PLBA, 314-263-0515, or June P. Tharp, Contracting Officer, 314-263-0800, FAX No. x9012. CNT DAAJ09-97-D-0033, Sol. DAAJ09-96-R-0610, 5 year In AMT $406,359.00 LINE 0001AA AND 0003AA DTD 120496 TO TEK Precision Co. Ltd., 205 W. Industry Ct., P. O. Box 9020, Deer Park, NY 11729-9020 CITE: (I-340 SN009340) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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 CNT SP0500-97-M-K552 AMT $29,785.00 LINE 0001 THROUGH 0002 DTD 120596 TO MRC Bearings SKF Aerospace 402 Chandler Street Jamestown New York 14701 CITE: (I-340 SN009065) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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 CNT SP0500-97-M-P242 AMT $62,500.00 LINE 0002 DTD 120596 TO MRC Bearings SKF Aerospace 402 Chandler Street Jamestown New York 14701 CITE: (I-340 SN009068) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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, PLAIN, ROD END SOL SP0500-96-Q-PC32 CNT SP0500-97-M-J545 AMT $29,881.30 LINE 0001 DTD 120596 TO Capy machine shop Inc 79 OTIS St West babylon NY 11704 CITE: (I-340 SN009069) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 38--Construction, Mining, Excavating, and Highway Maintenance Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 38--CYLINDER ASSEMBLY, HYDRAULIC, VERTICAL OUTRIGGER.. SOL SP0750-97-Q-0028 CNT SP0750-97-M-4245 AMT $66,750.00 LINE 0001 THROUGH 0002 DTD 120596 TO Howco distributing Co 11809 N E Sumner St Portland Oregon 97220 CITE: (I-340 SN009051) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 38--Construction, Mining, Excavating, and Highway Maintenance Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 38--SCREED, CONCRETE. SOL SP0770-96-Q-MD07 CNT SP0770-97-M-HN06 AMT $25,500.00 LINE 0001 DTD 120596 TO Triden construction supply Inc 1111 stimmel Rd Columbus OH 43223-2994 CITE: (I-340 SN009077) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 42--Fire Fighting, Rescue and Safety Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 42--CELL, FLOATATION, LEFT HAND. SOL SP0760-96-R-3387 CNT SP0760-97-C-4648 AMT $75,227.18 LINE 0001AA THROUGH 0003A DTD 120396 TO Wirt inflatable specialists Inc Pike St P.O.Box 1325 Elizabeth WV 26143-9369 CITE: (I-340 SN009042) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 43--Pumps and Compressors OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 43--GOVERNOR, PUMP, PRESSURE REGULATING. SOL SP0770-96-Q-YE04 CNT SP0770-97-M-GA86 AMT $62,643.00 LINE 0001 THROUGH 0002 DTD 120596 TO Leslie Controls Inc 12501 Telecom Dr Tampa FL 33637-0906 CITE: (I-340 SN009047) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 43--Pumps and Compressors OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 43--PUMP, ROTARY. SOL SP0760-97-Q-0012 CNT SP0760-97-M-3922 AMT $46,336.99 LINE 0001 DTD 120596 TO Environmental systems Inc 1197 Baltimore-Annapolis Blvd P.O.Box 9751 Bldg 3 unit 6 Arnold MD 21012-2308 CITE: (I-340 SN009050) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 43--Pumps and Compressors OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 43--VALVE, SERVO SOL SP0760-96-R-2062 CNT F09603-95-G-0017-UB74 AMT $159,393.00 LINE 0001AA THROUGH 0001A DTD 120596 TO MOOG Inc Aircraft Group Seneca St at Jamison Rd East Aurora NY 14052 CITE: (I-340 SN009053) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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--TUBE, METALLIC. SOL SP0760-96-Q-W229 CNT SP0760-97-M-2701 AMT $59,820.00 LINE 0001 DTD 120596 TO A Z E Supply Co Inc 822 Montgomery Ave Suite 312 Narberth PA 19072 CITE: (I-340 SN009043) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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--TUBE, FINNED. SOL SP0760-97-Q-0175 CNT SP0760-97-M-7888 AMT $94,677.66 LINE 0001AA THROUGH 0002 DTD 120496 TO Combustion Engineering Inc Marine Power Systems Dept 7023 1000 prospect Hill Rd Windsor CT 06095-1521 CITE: (I-340 SN009044) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 48-DISK,VALVE POC Contact Point, Kathy Wright, 0243.19, (717)790-6458, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, Brian C Garrett, 0243, (717)790-3918 CNT N0010497PFB44, NIIN 014212168 AMT $21,600 DTD 120396 TO Vacco Industries , So El Monte ,CA 91733-3399 CITE: (I-340 SN009124) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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--PANEL SOL SP0500-97-Q-9650 CNT SP0500-97-M-L531 AMT $49,776.76 LINE 0001 DTD 120596 TO Hi-temp insulation Inc 4700 Calle Alto Camarillo CA 93010-8509 CITE: (I-340 SN009064) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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--RING, COUPLING SOL SP0500-97-Q-3372 CNT SP0500-97-C-F027 AMT $48,720.00 LINE 0001 DTD 120596 TO Cliffdale Mfg Co 10055 Canoga Ave Chatsworth CA 91311-3004 CITE: (I-340 SN009067) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Naval Undersea Warfare Center, Division Keyport, 610 Dowell Street, Keyport, WA SUBJECT: 53 -- BEARING RETAINER ASSEMBLIES CNT N00253-97-C-0007 AMT $74,119 LINE ALL DTD 112796 TO Tri-Technologies Incorporated, 1 Lawton Street, Yonkers, New York, 10705 CITE: (I-340 SN009158) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: FISC Norfolk Kings Bay Det, 930 USS Hunley Ave Rm 211, NAVSUBASE Kings Bay GA 31547- SUBJECT: 53 -- MODIFICATION KITS POC Contact Sue Soto, Contract Specialist, 912/673-2001, extension 9331, Facsimile machine number 912/673-2131. CNT N46450-97-M-3131 AMT $76,740.00 LINE 0001 DTD 120596 TO Warren Pumps Inc, P O Box 969, 82 Bridges Avenue, Warren MA 01083- 0969 CITE: (I-340 SN009375) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Regional Contracting Department, Fleet & Industrial Supply Center, Box 300, Pearl Harbor, HI 96860-5300 SUBJECT: 53 -- ROLLING SERVICE DOORS POC Steven Takasaki, (808) 474-2397 Ext 241, Purchasing Agent, Robert S. Kay, Contracting Officer CNT N00604-96-M-F566 AMT $66,500 LINE 0001 DTD 092696 TO Industrial Door and Wall Co., 95-515 Ukee St., Suite 310, Waipahu, HI 96797(S) CITE: (I-340 SN009378) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Regional Contracting Department, Fleet & Industrial Supply Center, Box 300, Pearl Harbor, HI 96860-5300 SUBJECT: 53 -- PORTABLE BOILER POC Steven Takasaki, (808) 474-2397 Ext 241, Purchasing Agent, Robert S. Kay, Contracting Officer CNT N00604-97-M-B050 AMT $33,350 LINE 0001 DTD 112996 TO Foster Equipment Co., 719 Ahua St., Honolulu, HI 96819(S) CITE: (I-340 SN009387) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 56--Construction and Building Materials OFFADD: USARMY ENGR DIST ST LOUIS, CORPS OF ENGINEERS, 1222 SPRUCE STREET, ST LOUIS MO 63103-2833 SUBJECT: 56--SAND TO BE DELIVERED TO MELVIN PRICE SUPPORT CENTER, GRANITE CITY, IL POC Contracting Officer T. M. LAWS (314) 331-8500 (Site Code DACW43) CNT DACW43-97-C-0403 DACW43-97-B-0210 AMT $220,500 DTD 120296 TO C GRANTHAM COMPANY *B, PO BOX 326, COLUMBIA, IL 62236 CITE: (I-340 SN009279) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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--MECHANISM ASSY, AMBI SOL SP0970-96-Q-4894 CNT SP0970-97-M-1340 AMT $25,875.00 LINE 0001 THROUGH 0002 DTD 120496 TO Aeronautical instrument and radio Co 234 garibaldi Ave P.O.Box 340 Lodi NJ 07644-0340 CITE: (I-340 SN009249) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 58--TELEPHONE SET SOL SP0970-96-Q-A280 CNT SP0970-97-M-1316 AMT $32,607.23 LINE 0001 DTD 120596 TO Pioneer Valve & Fitting Co Inc. 93 Seigel Street Brooklyn, NY 11206-3200 CITE: (I-340 SN009252) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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--SPLICE, CONNECTOR SOL SP0450-96-R-2493 CNT SP0450-97-C-0132 AMT $91,480.00 LINE 0001 THROUGH 0002 DTD 120496 TO Advanced Defense Technologies Inc 1940 Greenspring Dr Timonium MD 21093 CITE: (I-340 SN009086) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 59-ELECTRONIC MODULE,S POC Contact Point, Wilson T Kury, 02131.13, (717)790-4768, Fax, (717)790-2284, Twx, Not-avail CNT N0010497PJA42, Sol Nr N00104-96-Q-JA44, NIIN 01434 AMT $42,330 DTD 121496 TO Ore International Inc , Falmouth ,MA 02541-0000 CITE: (I-340 SN009125) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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-A012 CNT SP0930-97-M-1930 AMT $26,006.00 LINE 0001 THROUGH 0002 DTD 120496 TO Deutsch Co the Deutsch relays Inc Div 65 daly Rd East northport NY 11731-6304 CITE: (I-340 SN009237) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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--DIPLEXER SOL SP0970-96-R-X070 CNT SP0970-97-C-0005 AMT $157,469.75 LINE 0001 THROUGH 0002 DTD 120596 TO Lockheed Martin Tactical Systems Inc Lockheed Martin Tactical Defense Systems Div 365 Lakeville Rd great neck NY 11020-1696 CITE: (I-340 SN009238) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--CIRCUIT CARD ASSEMB SOL SP0960-96-Q-A083 CNT SP0960-96-C-0153 AMT $56,412.00 LINE 0001 DTD 120596 TO Efw Inc 4700 marine creek pky P.O.Box 136969 Fort Worth TX 76136-6969 CITE: (I-340 SN009240) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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--CONNECTOR, RECEPTACL SOL 96TR94-02-P-0900 CNT SP0935-97-M-1358 AMT $43,172.00 LINE 0001 THROUGH 0002 DTD 120496 TO General connector Corp a Wire-Pro Co 23 Front St Salem NJ 08079-1047 CITE: (I-340 SN009241) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--ANTENNA SOL SP0970-96-Q-A257 CNT SP0970-97-M-1306 AMT $46,422.00 LINE 0001 DTD 120596 TO D and M/Chu technology Inc 2950 veterans Memorial Hwy Bohemia NY 11716-1023 CITE: (I-340 SN009242) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--LINE SECTION, RADIO CNT SP0970-97-M-1314 AMT $28,120.00 LINE 7001 DTD 120596 TO Randtron systems Inc Lockheed Martin Randtron 130 Constitution Dr Menlo Park CA 94025-1166 CITE: (I-340 SN009248) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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, THERMAL SOL SP0900-96-T-V651 CNT SP0930-97-M-1898 AMT $44,631.30 LINE 0001 THROUGH 0002 DTD 120496 TO Revere Electric Supply Co 2501 W Washington Blvd Chicago IL 60612-2388 CITE: (I-340 SN009250) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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--ELECTRONIC COMPONEN CNT F09603-95-G-0020-UB03 AMT $25,564.00 LINE 0001 THROUGH 0003 DTD 120596 TO Westinghouse Electric Corp defense and electronic systems center ms-1252 baltimore-washington airport site## P.O.Box 1693 Baltimore MD 21203-1693 CITE: (I-340 SN009251) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--ELECTRON TUBE SOL SP0960-96-Q-6977 CNT SP0960-97-M-1150 AMT $57,435.00 LINE 0001 THROUGH 0002 DTD 120496 TO Hewlett-Packard Co. Federal Business Center 2101 Gaither Rd P.O.Box 1487 Rockville MD 20849-1487 CITE: (I-340 SN009253) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--ELECTRON TUBE SOL SP0960-97-Q-A017 CNT SP0960-97-M-1038 AMT $79,800.00 LINE 0001AA THROUGH 0001A DTD 120496 TO Burle Industries Inc 1000 New Holland Ave Lancaster PA 17601 CITE: (I-340 SN009254) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--CONTACT ASSEMBLY, ELECTRICAL SOL SP0920-96-Q-A062 CNT SP0920-97-M-1232 AMT $33,063.00 LINE 0001 DTD 120596 TO Electro-tec Corp sub of Kaydon Corp 1501 N Main St Blacksburg VA 24060-2527 CITE: (I-340 SN009256) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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--ELECTRONIC COMPONEN SOL SP0960-96-R-A091 CNT SP0960-97-C-0014 AMT $88,533.00 LINE 0001 DTD 120496 TO Lockheed Martin federal systems Inc Lockheed Martin federal systems manassas 9500 godwin Dr manassas VA 22110-4104 CITE: (I-340 SN009257) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--CIRCUIT CARD ASSEMBLY CNT SP0960-97-C-0010 AMT $101,723.96 LINE 0002 DTD 120596 TO Cortelco Intl Inc 1703 Sawyer Rd Corinth MS 38834 CITE: (I-340 SN009258) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--CONTACT, ELECTRICAL CNT SP0920-97-M-1240 AMT $32,895.00 LINE 0001 THROUGH 0002 DTD 120496 TO Amp Inc 2800 Fulling Mill Rd. P.O.Box 3608 Harrisburg PA 17105-3608 CITE: (I-340 SN009259) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Department of the Navy, NAWCAD Contracts Competency Division, MS32, 22541 Millstone Road, Patuxent River, MD 20670-5304 SUBJECT: 59 -- 2 ASYNCHRONOUS REAL-TIME MULTIPLEXER AND OUTPUT RECONSTRUCTOR SYSTEMS POC Donna L. Voithoffer, Contract Specialist, (301) 342-1825 X213. CNT N00421-97-C-1040 AMT $207,176.00 LINE 0001, 0002 DTD 112696 TO Calculex, Inc., P.O. Box 339, Las Cruces, NM 88004 CITE: (I-340 SN009349) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 61--CABLE, TELEPHONE SOL SP0500-96-Q-SP93 CNT SP0500-97-M-R009 AMT $41,400.00 LINE 0001 THROUGH 0002 DTD 120596 TO Imperial wire and cable Co Inc 444 S State St P O Box 277 Newtown PA 18940-0277 CITE: (I-340 SN009066) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 61--CABLE, TELEPHONE CNT SP0500-97-M-P306 AMT $30,930.00 LINE 0001 THROUGH 0002 DTD 120596 TO Superior cable Corp 150 Interstate N pky Suite 300 Atlanta GA 30339 CITE: (I-340 SN009070) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--MOTOR, DIRECT CURRENT SOL SP0430-96-Q-B453 CNT SP0430-97-M-P340 AMT $54,168.00 LINE 0001 DTD 120496 TO Vickers Inc electromechanical Div 3675 Patterson Ave SE Grand Rapids MI 49512 CITE: (I-340 SN009134) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: US Army Armament and Chemical Acquisition and Logistics Activity (ACALA) Attn: AMSTA-AC-PCC (FMD), Rock Island , IL 61299-7630 SUBJECT: 61 -- CABLE ASSEMBLY POC Contract Specialist: Ann Hamerlinck (309) 782-3946, PCO: Allen J. Hale (309) 782-6736 CNT DAAJ09-95G0014 AMT $122,422 LINE N/A DTD 112796 TO Bell Helicopter Textron, P. O. Box 482, Ft Worth, TX 76101 CITE: (I-340 SN009160) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: US Army Armament and Chemical Acquisition and Logistics Activity (ACALA) Attn: AMSTA-AC-PCC (HRF), Rock Island , IL 61299-7630 SUBJECT: 61 -- BUS CONDUCTOR POC Contract Specialist: Margie Tuftee (309) 782-7163, PCO: Robert C. Tedell (309) 782-3811 CNT DAAE20-97C0073 AMT $70,650 LINE N/A DTD 120396 TO Napco International, 1600 S. 2nd St., Hopkins, MN 55343-7464 CITE: (I-340 SN009162) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 62--Lighting Fixtures and Lamps OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd, St. Louis, MO 63120-1798 SUBJECT: 62 -- PANEL, INDICATING,LI POC ATTN: AMSAT-A-PLBA, Thelma Collins, Contract Specialist (314)263- 2048, or June Tharp, Contracting Officer, (314)263-0800; FAX (314)263- 9012. CNT DAAJ09-94-G-0006, D.O. 0034 AMT $144,618.44 LINE N/A DTD 120496 TO Caanadian Commercial Corp., 50 O'Connor St, 11th Floor, Ottawa Ont Can K1A 0S6 CITE: (I-340 SN009181) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies OFFADD: Chief, Acquisition & Materiel Management 90C, VA Medical Center, 400 Veterans Blvd., Biloxi, MS 39531 SUBJECT: 65 -- WHOLE BLOOD AND BLOOD PRODUCTS POC Lila C. Byrd 601-385-5792 CNT V520P-6097 AMT $149,825 LINE N/A DTD 120396 TO American Red Cross, Gulf Coast Regional Office, P. O. 1764, Mobile, AL 36633 CITE: (I-340 SN009171) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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--INDICATOR, FUEL FLOW SOL SP0440-96-R-1925 CNT F34601-94-G-0010-TYG4 AMT $67,060.00 LINE 0001AA THROUGH 0001A DTD 120496 TO Ametek Aerospace Products Inc a Div of Ametek Inc 50 Fordham Rd Wilmington MA 01887 CITE: (I-340 SN009085) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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--TRANSDUCER, MOTIONAL PICKUP SOL SP0440-97-Q-T205 CNT SP0440-97-M-X437 AMT $26,234.00 LINE 0001 DTD 120496 TO Kavlico Corp 14501 Los Angeles Ave Moorpark CA 93021 CITE: (I-340 SN009094) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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--GYROMOTOR SOL SP0440-96-Q-JY91 CNT SP0440-97-M-Z309 AMT $32,879.00 LINE 0001 DTD 120596 TO Flight support Corp 35 pinecroft Rd Anniston AL 36207 CITE: (I-340 SN009095) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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--MOUNT, RACK ASSEMBLY CNT F34601-94-G-0010-TYG2 AMT $28,064.00 LINE 0001 DTD 120596 TO Ametek Aerospace Products Inc a Div of Ametek Inc 50 Fordham Rd Wilmington MA 01887 CITE: (I-340 SN009138) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 66--ITEM NAME VOLTMETER SOL SP0920-97-Q-A023 CNT SP0920-97-M-1237 AMT $60,723.00 LINE 0001 DTD 120496 TO Rogerson Aircraft Corp 2201 Alton Ave Irvine CA 92606-5033 CITE: (I-340 SN009239) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 68--Chemicals and Chemical Products OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 68--CHLORINATION KIT SOL SP0450-96-R-0154 CNT SP0450-97-C-5007 AMT $462,987.45 LINE 0001AA THROUGH 0001A DTD 120596 TO Truetech Inc 680 Elton Ave Riverhead NY 11901-2555 CITE: (I-340 SN009136) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Naval Undersea Warfare Center, Division Keyport, Code 1842, 610 Dowell Street, Keyport, WA SUBJECT: 70 -- FLAT PANEL DISPLAYS CNT N00253-97-C-0005 AMT $361,560 LINE ALL DTD 112296 TO Eaton Corporation, 15 Durant Avenue, Bethel, CT 06801 CITE: (I-339 SN009002) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Regional Contracting Department, Fleet & Industrial Supply Center, Box 300, Pearl Harbor, HI 96860-5300 SUBJECT: 70 -- HIGH SPEED ADP PRINTER AND MAINTENANCE POC Lori Irish, (808) 474-2397 Ext. 233, Contract Specialist, Robert S. Kay, Contracting Officer CNT N00604-97-C-0011 AMT $357,139 LINE N/A DTD 112996 TO Fuji Xerox Company, Ltd, 6-1-20, Akasaka, Minato-ku, Tokyo, Japan CITE: (I-340 SN009353) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 71--Furniture OFFADD: Regional Contracting Department, Fleet & Industrial Supply Center, Box 300, Pearl Harbor, HI 96860-5300 SUBJECT: 71 -- SIPBOARD FURNITURE POC Steven Takasaki, (808) 474-2397 Ext 241, Purchasing Agent, Robert S. Kay, Contracting Officer CNT N00604-96-M-F667 AMT $30,605 LINE 0001-0004 DTD 093096 TO Turnbull Enterprises, Inc., 3501 Marmenco Court, Baltimore, MD 21230(S) CITE: (I-340 SN009381) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 72--Household and Commercial Furnishing and Appliances OFFADD: Defense Personnel Support Center 2800 S 20TH Street Phila PA 19101-8419 SUBJECT: 72--BLANKET, CASUALTY, LIGHTWEIGHT, WATERPROOF, SOL SPO200-96-Q-5289 CNT SP0200-97-M-FA33 AMT $28,508.00 LINE 0001AA THROUGH 0001A DTD 120496 TO A T S Mfg 3637 Fort St Wyandotte MI 48192 CITE: (I-340 SN009027) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 73--Food Preparation and Serving Equipment OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102 SUBJECT: 73--FOOD SERVICE EQUIPMENT SOL 7FXG-Y8-95-7354-B POC Jo Ann Stanley 817 978-2505 CNT GS07F9385G AMT $411,000.00 DTD 112296 TO Caddy Corp. of America 509 sharptown Rd. Bridgeport, NJ 08014 CITE: (I-339 SN008995) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 73--Food Preparation and Serving Equipment OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102 SUBJECT: 73--FOOD SERVICE EQUIPMENT SOL 7FXG-Y8-95-7354-B POC Donna Curphey 817 978-8662 CNT GS07F9384G AMT $125,000.00 DTD 112696 TO Spartan showcase, Inc. P.O. Box 470 union, Mo 63084 CITE: (I-339 SN008996) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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-340 SN009234) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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-340 SN009235) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 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-340 SN009236) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 84--Clothing, Individual Equipment and Insignia OFFADD: Defense Personnel Support Center 2800 So. 20TH St. Philadelphia, PA. 19145-5099 SUBJECT: 84--SKIRT, WOMEN'S (WITH WELT POCKETS) CNT SP0100-97-M-CA53 AMT $46,503.68 LINE 0001AA THROUGH 0005A DTD 120496 TO Apparel Mfg Corp 29 Industrial Park Rd N Sterling CT 06377-0216 CITE: (I-340 SN009022) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 84--Clothing, Individual Equipment and Insignia OFFADD: Defense Personnel Support Center 2800 So. 20TH St. Philadelphia, PA. 19145-5099 SUBJECT: 84--SHIRT, MAN'S, POLYESTER/WOOL, KHAKI, SHADE CNT SP0100-97-M-CA49 AMT $36,220.32 LINE 0001AA DTD 120496 TO California state polytechnic University office of research and sponsored programs 3801 W temple ave## Pomona CA 91768 CITE: (I-340 SN009023) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 91--Fuels, Lubricants, Oils, and Waxes OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 91--GREASE, PLUG VALVE SOL SP0450-97-Q-N036 CNT SP0450-97-M-M341 AMT $68,355.84 LINE 0001 THROUGH 0002 DTD 120496 TO Salathe oil Co Inc 2226 Peters Rd Harvey LA 70058 CITE: (I-340 SN009131) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 91--Fuels, Lubricants, Oils, and Waxes OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 91--DAMPING FLUID SOL SP0451-96-Q-UE96 CNT SP0450-97-M-M352 AMT $29,749.50 LINE 0001 DTD 120596 TO Federal contract services Div of freelander consulting services Corp 9716 Old Katy Rd Suite 114 Houston TX 77055-6209 CITE: (I-340 SN009137) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 93--Nonmetallic Fabricated Materials OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 93--BELLOWS, PROTECTION SOL SP0440-96-Q-JH89 CNT SP0441-97-M-T388 AMT $97,920.45 LINE 0001 THROUGH 0002 DTD 120596 TO Transdigm Inc controlex Div Aerocontrolex Group 26380 Curtiss Wright Pky dest Bldg P.O.Box 43210## Cleveland OH 44143-0210 CITE: (I-340 SN009093) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 9, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 95--Metal Bars, Sheets and Shapes OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 95--METAL PLATE CNT SP0500-97-W-0823 AMT $32,400.00 LINE 0001 THROUGH 0002 DTD 120596 TO Pierce Aluminum Co Inc 136 will Dr Canton MA 02021-0100 CITE: (I-340 SN009063) [Commerce Business Daily: Posted December 05, 1996] [Printed Issue Date: December 9, 1996] PART: SPECIAL NOTICES SUBJECT: KISS-KIKUCHI INDEXING AND SIMULATION SOFTWARE DESC: Sandia Corporation (Sandia), managing and operating contractor of Sandia National Laboratories for the U.S. Department of Energy, is pleased to announce a new software package -- KISS -- Kikuchi Indexing and Simulation Software. This software was developed within Defense Programs at Sandia National Laboratories. This software package: aids in the interpretation of Kikuchi electron diffraction patterns collected in a scanning electron microscope. includes code to automatically extract the line positions from a Kikuchi pattern using a Sandia developed algorithm obtained crystallographic parameters are measured to calculate crystallographic parameters used to match with an existing crystal structure database. suite also includes code to simulate the Kikuchi or Kossel pattern from a specific crystal structure. program also allows the appropriate crystallographic indices to be automatically determined for the pattern of interest. We are now in the process of developing a strategy for licensing this Sandia-developed technology. Currently, Sandia is seeking expressions of interest from microanalysis manufacturers who have both the interest and the ability to take this microanalysis technology to market. Depending upon any prior commitments, a license can take a variety of forms, up to and including the opportunity for an exclusive license. However, keep in mind, that this is not an offer for the sale of a license, but rather a solicitation of interested parties for potential license opportunities. Among other considerations, Sandia Corporation will consider the following factors in evaluating each respondent's qualifications. A. Has an established market share in SIC codes 38260100, 38260202 (other SIC may be considered) B. Has an established international marketing and product distribution system C. Has the ability to pay a significant upfront License fee and royalties based upon sales D. The ability to satisfy strict performance and/or diligence provisions to commercialize the software Sandia will evaluate each respondent's qualifications, based on a Sandia format commercialization plan to be submitted by the respondent, against Sandia Corporation's business interests and practices. Sandia intends to offer exclusivity to only one respondent following an evaluation of the respondents' qualifications and their alignment with the ability to successfully commercialize the Sandia software. To obtain a Sandia commercialization form, which must be returned to Sandia by December 13, 1996, please contact Joanne Trujillo at: Joanne Trujillo Sandia National Laboratories Technology Partnerships and Commercialization Center 1155 University Blvd. SE Albuquerque, NM 87106 (FAX) 505/843-4175 Jmtruji@sandia.gov (This is the preferred method of contact) NO RESPONDENT'S COMMERCIALIZATION PLAN WILL BE CONSIDERED IF RECEIVED BY SANDIA AFTER 4PM MST, DECEMBER 13, 1996. EMAIL jmtruji@sandia.gov EMAILDESC: CITE: (W-340 SN009221) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 9, 1996] PART: SALE OF SURPLUS PROPERTY OFFADD: International Sales Office, 2163 Airways Blvd., Memphis, TN 38114-5211 SUBJECT: SALE OF MISCELLANEOUS RECYCLABLE PROPERTY 31-7613 POC Point of Contact - William C. Lovejoy, Chief, Recyclable Branch, 901-775-6898 DESC: All bids for property offered must be received by 10 Dec 96, 3:00 P.M. C.S.T. at the International Sales Office in Memphis, Tennessee. Includes portal cranes. TYPE SALE: Sealed Bid IFB NO: 31-7613 INSPECTION BEGINNING: 4 Dec 96 BID OPENING: 11 Dec 96 PROPERTY LOCATIONS: Philadelphia, Pennsylvania. EMAILADD: sw00008@ddmtg2.ddmt.dla.mil EMAILDESC: CITE: (D-339 SN009009) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 9, 1996] PART: SALE OF SURPLUS PROPERTY OFFADD: International Sales Office, 2163 Airways Blvd., Memphis, TN 38114-5211 SUBJECT: SALE OF MISCELLANEOUS RECYCLABLE PROPERTY - 31-7614 POC Point of Contact - William C. Lovejoy, Chief, Recyclable Branch, 901-775-6898 DESC: All bids for property offered must be received by 23 Dec 96, 3:00 P.M. C.S.T. at the International Sales Office in Memphis, Tennessee. Includes Mixed Metals from tanks at Anniston, Alabama TYPE SALE: Sealed Bid IFB NO: 31-7614 INSPECTION BEGINNING: 10 Dec 96 BID OPENING: 24 Dec 96 PROPERTY LOCATIONS: Anniston, Alabama. EMAILADD: sw00008@ddmtg2.ddmt.dla.mil EMAILDESC: CITE: (D-339 SN009010)