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

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: EPA, ADP Placement Section (3803F), 401 M St. SW, Washington,
  DC 20460-0001
SUBJECT: A--MODIFICATION TO SOL:CC0004 ENVIRONMENTAL RISK ASSESSMENT
  FOR THREE SELECTIVE INDUSTRIES
SOL CC0004
DUE 012797
POC Melissa Revely-Brown, 202-260-1225
DESC:  Statement of Work   The U.S. Environmental Protection
  Agency is issuing a request for proposal for services to which
   the Government intends to award a firm fixed price contract
  using the Simplified Acquisition Procedures of FAR Part 13.
  The EPA is FACNET certified. Any contractor/vendor able to
  meet requirement must demonstrate in writing by closing date.
  All responsible sources solicited may submit a bid, proposal,
  or quotation, which shall be considered. Interested person
  may identify their interest and capability to respond to the
  requirement or submit proposals. This notice is intended for
  competitive proposals. All proposals received within 15 days
  after the date of publication of this synopsis will be considered
  by the Government. A determination by the Government not to
  compete this proposed contract based upon responses to this
  notice is solely within the discretion of the Government.
  Information received will normally be considered solely for
  the purpose of determining whether to conduct a competitive
  procurement. Award will be made only if the offeror, the product/service,
  or the manufacturer meets qualification requirement at the
  time of award in accordance with FAR clause 52.209-1. The solicitation
  identifies the office where additional technical information
  can be obtained or you may E-mail the project officer at harrigan.patricia@epamail.epa.gov
  and also cc: revely-brown.melissa@epamail.epa.gov.  This proposal
  is being modified to extend the due date an additional 15 days.
  The new closing date is January 27, 1997, 3:30 pm EST. Please
  submit all proposals to: Handcarry to:  US EPA; 401 M Street,
  SW US EPA Mail Code 3803F 499 South Capitol Street, SW Washington,
  DC 20460 Fairchild Building - 3rd Floor Attn: Melissa Revely-Brown
  Washington, DC Attn: Melissa Revely-Brown   Environmental
  Risk Assessments for Three Selected Industries  Background:
  EPA's Office of Science and Technology regulates the discharge
  of Toxic Pollutants (e.g. heavy metals, organics) by establishing
  effluent guidelines. These guidelines are developed using
  Best Available Technology (BAT) and include (1) an assessment
  of treatment technologies; (2) an assessment of the economics
  to install and operate the technology; and (3) an assessment
  of the environmental improvement anticipated after the implementation
  of the guidelines. Increased attention and emphasis is being
  given to the environmental impact of BAT guidelines. This impact
   includes the potential reduction in pollutant loadings. However,
  it also looks at the more specific changes in water quality
  that may occur along selected stream reaches, including chemical
  and biological changes.  EPA is responsible for understanding
  these anticipated changes in water and the effects of water
  quality on stream ecology that may result from the implementation
  of BAT guidelines. An evaluation of the potential changes
  and the resulting benefits is performed on an industry-wide
  basis.  The technical depth of each such evaluation (benefits
  analysis) will vary according to a number of factors. These
  factors include the availability and quality of data, specific
  industrial characteristics such as size and locations, the
  regulatory strategy, and the estimated cost to implement the
   regulations. These evaluations are compiled in an environmental
  risk assessment.  Services Required: Environmental risk assessments
  shall be completed for the following three industries: (1)
  landfills, (2) incinerators, and (3) transportation equipment
  cleaning. Each of these environmental risk assessments shall
  include the following five elements: (1) documented environmental
  problems; (2) an industry profile that identifies facility
  locations, receiving streams and POTWs, that quantifies pollutant
  releases to the environment, and that includes industrial risk-based
   rankings; (3) a categorized list of released pollutants based
  on physical-chemical/fate properties and toxicity, and toxic
  weighting factors for both water and air exposures; (4) projected
  potential aquatic life and human impacts using localized,
  simplified stream dilution modeling and reach-specific data
   such as ambient levels and other pollutant sources including
  air emissions, sludge disposal modeling, and other modeling
  as appropriate; and (5) a benefits and risk analysis of the
  regulation by assessing fate, exposure, human health concerns,
  and ecological concerns.  Landfills: Drafts of the five elements
  described above have been completed for this industry. The
   contractor shall incorporate any comments provided by the
  Project Officer upon award of this contract, and shall update
  or expand elements as directed in these comments.  Incinerators:
  Drafts of the industry profile (element 2) and the categorization
  of the released  pollutants (element 3) have been completed
  for this industry. The contractor shall incorporate any comments
  provided by the Project Officer upon award of this contract,
  and shall update or expand them as directed by these comments.
  The contractor shall draft the remaining elements listed above
   (elements 1, 4, and 5) using any provided by the Project Officer
  upon award of this contract.   Transportation Equipment Cleaning:
  A draft of the categorization of the released pollutants (element
   3) has been completed for this industry. The contractor shall
  incorporate any comments provided by the Project Officer upon
  award of this contract, and shall update or expand it as directed
  by these comments. The contractor shall draft the remaining
  elements listed above (elements 1, 2, 4, and 5) using guidance
  provided by the Project Officer upon award of this contract.
     Sources of information include but are not limited to:
   308-Questionnaire data EPA studies and reports EPA development
  documents and background decision documents National Water
  Quality Inventory U.S. Census File National Study of Fishing,
  Hunting, and Wildlife Associated Recreation (USFW)  Computer
  software programs, models, and databases to facilitate this
  work include: STORET Water Quality File Industrial Facilities
  Discharge File (IFD) GAGE File DFLOW program Toxics Data
  Base (TDB) Drinking Water Supply Files DIALOG and EPA's National
  On-Line Library System Aerometric Information Retrieval System
  (AIRS) Toxic Release Inventory (TRI) Permit Compliance System
  (PCS) REACHSCAN Stream Dilution Water Quality Model POTW/Sludge
  Model OST-HECD Sludge Exposure Models MMSOILS Model TRIAIR
  and TRIWATER models in the Graphical Exposure Modeling System
  (GEMS)  Deliverables:   The preliminary summary tables
  for the Landfills industry are due to the Project Officer by
   February 7, 1997. The preliminary assessment along with the
  final summary tables are due to the Project Officer by March
  31, 1997. The final draft assessment is due to the Project
  Officer by September 1, 1997. A copy of each of these deliverables
  shall also be provided in electronic (3.5 inch floppy disk)
  format at the time they are due.  The preliminary summary
  tables for the Incinerators industry are due to the Project
  Officer by February 14, 1997. The preliminary assessment and
  the final summary tables are due to the Project Officer by
  April 7, 1997. The final draft assessment is due to the Project
  Officer by September 8, 1997. A copy of the each of these
  deliverables shall also be provided in electronic (3.5 inch
  floppy disk) format at the time they are due.  The preliminary
  summary tables for the Transportation Equipment Cleaning industry
  are due to the Project Officer by February 21, 1997. The preliminary
  assessment and the final summary tables are due to the Project
  Officer by April 14, 1997. The final draft assessment is due
  to the Project Officer by September 15, 1997. A copy of each
  of these deliverables shall also be provided in electronic
  (3.5 inch floppy disk) format at the time they are due. 
  The contractor shall maintain a file of all documentation,
  including raw data, calculations, assumptions, telephone contacts,
  and sources of information used. Confidential data shall be
   maintained in accordance with Office of Water CBI provisions.
  Contractor shall return all files to the Project Officer on
  completion of contract.   Period of Performance: Through
  September 30, 1997  
LINKURL: http://www.epa.gov/oamhpod1/
LINKDESC: 
EMAILADD: harrigan.patricia@epamail.epa.gov revely-brown.melissa@epamail.epa.gov
EMAILDESC: 
  OFFICER
CITE: (W-359 SN015152)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: EPA, ADP Placement Section (3803F), 401 M St. SW, Washington,
  DC 20460-0001
SUBJECT: A--MODIFICATION TO SOL:CC0004 ENVIRONMENTAL RISK ASSESSMENT
  FOR THREE SELECTIVE INDUSTRIES
SOL CC0004
DUE 012797
POC Melissa Revely-Brown, 202-260-1225
DESC:  Statement of Work   The U.S. Environmental Protection
  Agency is issuing a request for proposal for services to which
   the Government intends to award a firm fixed price contract
  using the Simplified Acquisition Procedures of FAR Part 13.
  The EPA is FACNET certified. Any contractor/vendor able to
  meet requirement must demonstrate in writing by closing date.
  All responsible sources solicited may submit a bid, proposal,
  or quotation, which shall be considered. Interested person
  may identify their interest and capability to respond to the
  requirement or submit proposals. This notice is intended for
  competitive proposals. All proposals received within 15 days
  after the date of publication of this synopsis will be considered
  by the Government. A determination by the Government not to
  compete this proposed contract based upon responses to this
  notice is solely within the discretion of the Government.
  Information received will normally be considered solely for
  the purpose of determining whether to conduct a competitive
  procurement. Award will be made only if the offeror, the product/service,
  or the manufacturer meets qualification requirement at the
  time of award in accordance with FAR clause 52.209-1. The solicitation
  identifies the office where additional technical information
  can be obtained or you may E-mail the project officer at harrigan.patricia@epamail.epa.gov
  and also cc: revely-brown.melissa@epamail.epa.gov.  This proposal
  is being modified to extend the due date an additional 15 days.
  The new closing date is January 27, 1997, 3:30 pm EST. Please
  submit all proposals to: Handcarry to:  US EPA; 401 M Street,
  SW US EPA Mail Code 3803F 499 South Capitol Street, SW Washington,
  DC 20460 Fairchild Building - 3rd Floor Attn: Melissa Revely-Brown
  Washington, DC Attn: Melissa Revely-Brown   Environmental
  Risk Assessments for Three Selected Industries  Background:
  EPA's Office of Science and Technology regulates the discharge
  of Toxic Pollutants (e.g. heavy metals, organics) by establishing
  effluent guidelines. These guidelines are developed using
  Best Available Technology (BAT) and include (1) an assessment
  of treatment technologies; (2) an assessment of the economics
  to install and operate the technology; and (3) an assessment
  of the environmental improvement anticipated after the implementation
  of the guidelines. Increased attention and emphasis is being
  given to the environmental impact of BAT guidelines. This impact
   includes the potential reduction in pollutant loadings. However,
  it also looks at the more specific changes in water quality
  that may occur along selected stream reaches, including chemical
  and biological changes.  EPA is responsible for understanding
  these anticipated changes in water and the effects of water
  quality on stream ecology that may result from the implementation
  of BAT guidelines. An evaluation of the potential changes
  and the resulting benefits is performed on an industry-wide
  basis.  The technical depth of each such evaluation (benefits
  analysis) will vary according to a number of factors. These
  factors include the availability and quality of data, specific
  industrial characteristics such as size and locations, the
  regulatory strategy, and the estimated cost to implement the
   regulations. These evaluations are compiled in an environmental
  risk assessment.  Services Required: Environmental risk assessments
  shall be completed for the following three industries: (1)
  landfills, (2) incinerators, and (3) transportation equipment
  cleaning. Each of these environmental risk assessments shall
  include the following five elements: (1) documented environmental
  problems; (2) an industry profile that identifies facility
  locations, receiving streams and POTWs, that quantifies pollutant
  releases to the environment, and that includes industrial risk-based
   rankings; (3) a categorized list of released pollutants based
  on physical-chemical/fate properties and toxicity, and toxic
  weighting factors for both water and air exposures; (4) projected
  potential aquatic life and human impacts using localized,
  simplified stream dilution modeling and reach-specific data
   such as ambient levels and other pollutant sources including
  air emissions, sludge disposal modeling, and other modeling
  as appropriate; and (5) a benefits and risk analysis of the
  regulation by assessing fate, exposure, human health concerns,
  and ecological concerns.  Landfills: Drafts of the five elements
  described above have been completed for this industry. The
   contractor shall incorporate any comments provided by the
  Project Officer upon award of this contract, and shall update
  or expand elements as directed in these comments.  Incinerators:
  Drafts of the industry profile (element 2) and the categorization
  of the released  pollutants (element 3) have been completed
  for this industry. The contractor shall incorporate any comments
  provided by the Project Officer upon award of this contract,
  and shall update or expand them as directed by these comments.
  The contractor shall draft the remaining elements listed above
   (elements 1, 4, and 5) using any provided by the Project Officer
  upon award of this contract.   Transportation Equipment Cleaning:
  A draft of the categorization of the released pollutants (element
   3) has been completed for this industry. The contractor shall
  incorporate any comments provided by the Project Officer upon
  award of this contract, and shall update or expand it as directed
  by these comments. The contractor shall draft the remaining
  elements listed above (elements 1, 2, 4, and 5) using guidance
  provided by the Project Officer upon award of this contract.
     Sources of information include but are not limited to:
   308-Questionnaire data EPA studies and reports EPA development
  documents and background decision documents National Water
  Quality Inventory U.S. Census File National Study of Fishing,
  Hunting, and Wildlife Associated Recreation (USFW)  Computer
  software programs, models, and databases to facilitate this
  work include: STORET Water Quality File Industrial Facilities
  Discharge File (IFD) GAGE File DFLOW program Toxics Data
  Base (TDB) Drinking Water Supply Files DIALOG and EPA's National
  On-Line Library System Aerometric Information Retrieval System
  (AIRS) Toxic Release Inventory (TRI) Permit Compliance System
  (PCS) REACHSCAN Stream Dilution Water Quality Model POTW/Sludge
  Model OST-HECD Sludge Exposure Models MMSOILS Model TRIAIR
  and TRIWATER models in the Graphical Exposure Modeling System
  (GEMS)  Deliverables:   The preliminary summary tables
  for the Landfills industry are due to the Project Officer by
   February 7, 1997. The preliminary assessment along with the
  final summary tables are due to the Project Officer by March
  31, 1997. The final draft assessment is due to the Project
  Officer by September 1, 1997. A copy of each of these deliverables
  shall also be provided in electronic (3.5 inch floppy disk)
  format at the time they are due.  The preliminary summary
  tables for the Incinerators industry are due to the Project
  Officer by February 14, 1997. The preliminary assessment and
  the final summary tables are due to the Project Officer by
  April 7, 1997. The final draft assessment is due to the Project
  Officer by September 8, 1997. A copy of the each of these
  deliverables shall also be provided in electronic (3.5 inch
  floppy disk) format at the time they are due.  The preliminary
  summary tables for the Transportation Equipment Cleaning industry
  are due to the Project Officer by February 21, 1997. The preliminary
  assessment and the final summary tables are due to the Project
  Officer by April 14, 1997. The final draft assessment is due
  to the Project Officer by September 15, 1997. A copy of each
  of these deliverables shall also be provided in electronic
  (3.5 inch floppy disk) format at the time they are due. 
  The contractor shall maintain a file of all documentation,
  including raw data, calculations, assumptions, telephone contacts,
  and sources of information used. Confidential data shall be
   maintained in accordance with Office of Water CBI provisions.
  Contractor shall return all files to the Project Officer on
  completion of contract.   Period of Performance: Through
  September 30, 1997  
LINKURL: http://www.epa.gov/oamhpod1/
LINKDESC: 
EMAILADD: harrigan.patricia@epamail.epa.gov revely-brown.melissa@epamail.epa.gov
EMAILDESC: 
  OFFICER
CITE: (W-359 SN015153)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: National Imagery & Mapping Agency, PCS/D-88, 4600 Sangamore
  Rd. Bethesda, MD 20816-5003
SUBJECT: A--UNIVERSITY RESEARCH INITIATIVE BROAD AGENCY ANNOUNCEMENT
SOL N/A
DUE 011397
POC Brian Wolfe, Contracting Officer 301-227-2295, FAX 301-227-2218/5573
DESC: I. INTRODUCTION. The National Imagery and Mapping Agency
  announces a Fiscal Year 1997 competition for the University
  Research Initiative (URI). The URI is a National Imagery and
  Mapping Agency (NIMA) initiative to enhance universities' capabilities
  to perform research and related education in science and engineering
  areas critical to national defense. The NURI supports research
  teams whose efforts intersect more than one traditional science
  and engineering discipline. Multidisciplinary team effort can
  accelerate research progress in areas particularly suited to
  this approach and also can help to hasten the transition of
  research findings to practical application. By supporting team
  efforts, NURI complements other DoD programs that support university
  research principally through single-investigator awards. II.
  GENERAL INFORMATION. Through this NURI competition, the National
  Imagery and Mapping Agency expects to make awards in seven
  specific research topics, subject to the availability of appropriations.
  All awards will be based on merit competition. The agency expects
  that typically each award will be: for a basic period of three
  years (funded incrementally or as options) with two additional
  years possible as options to bring the total award to a possible
  five-year award, subject to the availability of appropriations;
  and on average, about $150-$200 thousand per year, with the
  size of each award dependent upon the topic. Given these award
  sizes, NURI can provide more funding for critical research
  infrastructure elements than traditional, single-investigator
  awards (that typically total about $100,000 per year). Therefore,
  to support the proposed research, a NURI proposal may request
  proportionately more funding than a single-investigator proposal
  for training graduate students and for acquiring or refurbishing
  equipment needed to conduct the proposed research. III. AREAS
  OF INTEREST--GENERAL. Seven research topics are identified
  in Section VIII. These descriptions are intended to provide
  proposers with a frame of reference for these seven NIMA research
  topics. Innovative ideas that address these concerns are encouraged.
  Proposers are urged to consider carefully the research issues
  posed, and, as appropriate, to contact the research topic chiefs
  to discuss potential efforts of mutual concern. Inquiries are
  welcome. Note, however, proposals must be directed only to
  the single address shown in Section V below. IV. CONDITIONS--
  GENERAL. This NURI competition is specifically for the seven
  research topics identified in Section VIII. Full details of
  the requirements for each these topics, including identified
  appendices, can be found on NIMA's website at http://164.214.2.57/nima/.
  Potential proposers are advised to read this announcement carefully.
  It explains the agencies' research needs upon which the seven
  topics are based and the terms and conditions of this NURI
  competition. Proposals may be submitted only by U. S. institutions
  of higher education, other than federal government, with degree-granting
  programs in science and/or engineering, or by consortia led
  by such institutions ("universities"). Organizations ineligible
  to submit NURI proposals can still participate in NURI research,
  as discussed below. Proposals from consortia of universities
  may be warranted, because research in the seven multidisciplinary
  topics may require forming teams with strengths in multiple
  science and engineering fields. Consortia proposals must name
  one principal investigator as the responsible technical point-of-contact.
  Similarly, one institution will be the primary awardee for
  purposes of award execution. The relationship among the institutions
  and their respective roles, as well as the apportionment (i.e.,
  sub-award) of funds among institutions, must be described in
  both the proposal text and budget. Proposals are encouraged
  from Historically Black Colleges and Universities (as determined
  by the Secretary of Education to meet requirements of 34 CFR
  Section 608.2) and from Minority Institutions (as defined by
  10 U.S.C. 2323(a)(1)(c)), either individually or as members
  of proposing consortia. The NIMA expects that NURI programs
  will promote application of defense research, primarily for
  defense purposes but also for commercial purposes. Therefore,
  a factor for evaluating proposals in this competition is the
  quality of the proposer's planned interactions with research
  and development organizations that transition research findings
  to application, particularly industrial organizations, DoD
  laboratories, and other organizations that perform research
  and development for defense applications. Examples of interactions
  that can be proposed are collaboration in the performance of
  the proposed research, exchange of scientific and engineering
  personnel, and exchanges of technical information. To facilitate
  such interactions, sub-awards of NURI funds to industrial organizations
  are permitted. However, consistent with the principal goals
  of the University Research Initiative, it is anticipated that
  award funds will remain vested substantially with the university(ies).
  Cost sharing by industrial participants is encouraged as a
  preferred means to achieve university-industry interactions.
  When a modest amount of additional funding for a DoD laboratory/
  organization or a Federally Funded Research and Development
  Center is necessary to make the proposed interactions possible,
  such funds may be requested via a separate proposal from that
  organization. This supplemental proposal should be attached
  to the primary NURI proposal; it is not subject to or part
  of the 50-page limit of the primary proposal; and if approved
  it would be funded by additional agency (non-URI) funds beyond
  the URI funds available for this competition. Non-academic
  not-for-profit organizations and non-DoD federal organizations
  may participate in the academic institution's proposed effort.
  However, they may not receive funds awarded through this FY97
  NURI competition. Each proposed interaction will be evaluated
  in the context of the entire proposal. The evaluation will
  be based on the likelihood that the proposed interaction(s)
  will positively impact research outcomes and transition to
  application. V. REQUIREMENTS FOR WHITE PAPERS AND PROPOSALS.
  The proposal submission process is in two stages. First, white
  papers are sought from prospective proposers. Based on the
  evaluation of those white papers, selected proposers will be
  invited to submit more detailed proposals. The intent of a
  request for white papers is to minimize the labor and costs
  associated with the production of detailed proposals. All interested
  proposers, therefore, are encouraged to submit white papers.
  However, all proposals submitted under the terms and conditions
  cited herein will be reviewed, regardless of the disposition
  (or lack of) white papers. 1. White papers. White papers should
  be no longer than five typed pages and should outline: (a)
  proposed objectives and approach; (b) expected outcomes; (c)
  credentials of key project members; (d) costs, in summary and
  broken down by year. Ten copies of white papers should be submitted.
  White papers must be received by the appropriate agencies at
  the addresses shown for each topic in Section VIII by 4:00
  p.m. local time on Monday, 13 January 1997. White papers submitted
  in whole or in part by electronic media (e.g., computer disk
  or tape, facsimile machine, electronic mail) will not be accepted.
  White papers will be evaluated against criteria 1, 2, 3, and
  8 in Section VI. Letters to encourage or discourage submission
  of proposals will be sent directly to the proposed Principal
  Investigators by about Wednesday, 29 January 1997. Further,
  NIMA responses may be transmitted via facsimile to expedite
  communications, so white paper respondents should be sure to
  include 'fax' numbers in the packages. 2. Proposals. a. General.
  Institutionally approved, signed, completed proposals must
  be received by the agency at the address shown below by 4:00
  p.m. EST on Tuesday, 18 February 1997. Proposals submitted
  in whole or in part by electronic media (e.g., computer disk
  or type, facsimile machine, electronic mail) will not be accepted.
  Proposals received after the deadline will be treated according
  to Federal Acquisition Regulation part 52.215-10, Sections
  (a)(1) through (a)(5) (see Appendix A). Proposals will be evaluated
  against criteria (1) through (8) in Section VI. Acknowledgment
  of receipt of a NURI proposal will be done via the tear-out
  receipt at Appendix B; receipts will be mailed by about 21
  February 1997. Letters announcing whether or not a proposal
  is being recommended for an award will be mailed by about 1
  April 1997 directly to the Principal Investigator, with a copy
  to the university business office. Awards are planned to be
  in place by about 15 May 1997; this should be cited as the
  proposed start date for the budget. b. Submission. A proposal
  signed by appropriate university officials and marked "Original",
  along with 10 copies of the signed original, should be submitted
  directly to the address listed below. To be eligible for consideration,
  all copies of the proposal should bear Appendix C as a cover
  page. Further, to assure prompt acknowledgment of receipt,
  please detach the receipt in Appendix B, address it to the
  Principal Investigator or other university official, affix
  proper postage, and clip to the original proposal (please don't
  tape or staple the receipt). The cover page and blank receipt
  may be reproduced to accommodate multiple FY97 NURI submissions
  from the same institution. Each proposal should be typed and
  no longer than 50 pages, all-inclusive (including, for example,
  vitae, cover and signature pages, and budget). The technical
  portion (see Section C.3) should be limited to no more than
  30 of the 50 pages. Proposals shorter than 50 pages are heartily
  encouraged. Separate attachments, such as institutional brochures
  or reprints, that cause the proposal to exceed 50 pages can
  render the entire proposal ineligible. Address for submission
  of proposals: NATIONAL IMAGERY AND MAPPING AGENCY, FY97 NURI/PCE
  (D-88), ATTN: Brian Wolfe, 4600 Sangamore Road, Bethesda, MD
  20816 c. Content. The proposal must be signed, complete, and
  self-contained to qualify for review. The National Imagery
  and Mapping Agency is concerned with research in critical areas
  of science and engineering, with science and engineering education,
  and with the availability of equipment required to meet its
  research objectives. For this reason, proposals must adequately
  describe the technical objectives and approaches, support of
  students, and expenditures for equipment, all of which will
  be evaluated by scientific reviewers per Section VI. Proposals
  should include: l. Cover page: To be eligible for review, proposals
  should have Appendix C as a cover page, to be included on the
  original proposal and each of the 10 copies. 2. Abstract: Provide
  an abstract no longer than one page. 3. Text: The technical
  portion of the proposal should be limited to 30 pages and should:
  a. Describe in detail the research to be undertaken. State
  the objectives and approach and the relationship to state-of-knowledge
  in the field and to similar work in progress. Include appropriate
  literature citations. Discuss the nature of expected results.
  b. Describe the facilities available for accomplishment of
  research objectives. Describe the equipment planned for acquisition
  under this program and its application to objectives. (When
  possible, equipment should be purchased very early in the research
  award period.) c. Describe plans for the research training
  of students in science and/or engineering. d. Describe in detail
  proposed sub-awards or relevant collaborations (planned or
  in place) with industry, government organizations, or other
  appropriate institutions. Particularly describe how collaborations
  are expected to facilitate the transition of research results
  to application. If sub-awards are proposed, make clear the
  division of research activities and provide detailed budgets
  for the proposed sub-awards. Descriptions of industrial collaborations
  should explain how the proposed research will impact the industrial
  partner's research and/or product development activities. e.
  Identify other parties to whom the proposal has been/will be
  sent. 4. Personnel: Describe the qualifications of the principal
  investigator and other key researchers involved in the project.
  Include curriculum vitae. For consortia or collaborations,
  one individual should be the designated principal investigator
  for purposes of technical responsibility and contact. 5. Cost:
  The financial portion of the proposal, beginning on a new page,
  should contain cost estimates sufficiently detailed for meaningful
  evaluation, including cost details for proposed sub-awards.
  For budget purposes, use an award start date of 15 May 1997.
  The budget must include the total cost of the project, as well
  as a breakdown of the amount(s) by source(s) of funding (e.g.,
  funds requested from NIMA, non-federal funds to be provided
  as cost sharing). The costs should be broken down for each
  year of the program and shown by two distinct totals: a total
  for the basic three years and a total for the two years of
  options. Elements should include: a. Time being charged to
  the project, for whom (principal investigator, graduate students,
  etc.), and the commensurate salaries and benefits. Allowable
  charges for graduate students include salary, appropriate research
  costs, and tuition. Allowable charges for undergraduate students
  include salary and research training costs, but not tuition.
  b. Overhead rates; c. Estimate of material and operating costs;
  d. Costs of equipment, based on most recent quotations and
  broken down in sufficient detail for evaluation (equipment
  costs should be budgeted primarily during the first year);
  e. Travel costs and time, and the relevance to stated objectives;
  f. Publication and report costs; g. Sub-award costs and type
  (the portion of work to be sub-awarded and rationale); note
  that the sub-award of funds among all university and industry
  performers responding as one consortium must be described carefully
  in both the text and the cost section. Also, while collaborations
  with industry are very strongly encouraged, award funds are
  expected to be vested substantially with the academic institution(s);
  h. Consultant fees (indicating daily or hourly rate) and travel
  expenses and the nature and relevance of such costs; i. Communications
  costs not included in overhead; j. Other direct costs; k. Year-by-year
  costs and a total for the initial three years and a total for
  two years of options. 6. Certifications: Proposals should have
  Appendix D, "Certifications," clipped to the original proposal
  or to the forwarding letter. The Certifications do not count
  against the 50-page limit, nor are multiple copies required.
  VI. EVALUATION CRITERIA AND SELECTION PROCESS. Criteria (1),
  (2), (3) and (8) will be used to evaluate white papers. All
  eight criteria will be used to evaluate final proposals. The
  primary evaluation criteria, of equal weight, are: (1) Scientific
  and technical merits of the proposed research; and(2) Relevance
  and potential contributions of the research to defense missions;
  Other evaluation criteria, of lesser importance than (l) and
  (2) but equal to each other, are: (3) The qualifications of
  the principal investigator and other key research personnel;
  (4) The adequacy of current or planned facilities and equipment
  to accomplish the research objectives; (5) The potential for
  strengthening the institution's infrastructure, for example,
  by acquiring or refurbishing equipment key to meeting NIMA
  research objectives; (6) The impact of plans to train students
  in science and/or engineering; (7) The impact of interactions
  with other organizations engaged in related research and development,
  in particular industrial organizations, DoD laboratories and
  other organizations that perform research and development for
  defense applications; and (8) The realism and reasonableness
  of cost, including proposed cost sharing.Process. Proposals
  will undergo a multi-stage review. First, technical evaluation
  teams will review proposals using the criteria in this Section
  and as explained in Section V. Findings of the evaluation teams
  will be reviewed by senior NIMA managers. VII. AWARDS. Awards
  will be made at funding levels commensurate with the research
  and in response to agency missions, but on average about $150-$200
  thousand per year. Further, awards generally will be made for
  three years (through increments or options) with options for
  two additional years. Negotiations may result in funding levels
  less than originally proposed. Letters announcing whether or
  not a proposal is being recommended for an award will be mailed
  directly to principal investigators by about 1 April 1997.
  Awards are expected to be in place by 15 May 1997. VIII. SPECIFIC
  RESEARCH TOPICS FOR FY97 NURI. The following seven topics represent
  NIMA research topics particularly suited for NURI investment.
  An award for any topic will be made only if a sufficiently
  meritorious proposal is received. NIMA reserves the right to
  allocate available funds among topics based on the quality
  of the responses and NIMA priorities. None, one or more than
  one award may be made for an individual topic. Topic titles
  are listed below: (1) INTELLIGENT AGENTS FOR GEOSPATIAL INFORMATION
  DISCOVERY AND RETRIEVAL; (2) "ADVANCED VIRTUAL EXPERTS" - KNOWLEDGE
  BASED AND EXPERT SYSTEMS; (3) LIKE-FEATURE DETECTION; (4) COGNITIVE
  WORKLOAD - KEY INFORMATION NEEDS IN HIGH-STRESS DECISION ENVIRONMENTS;
  (5) UNCERTAINTY IN GEOSPATIAL INFORMATION REPRESENTATION, ANALYSIS
  AND DECISION SUPPORT; (6) COGNITIVE ASPECTS OF GEOSPATIAL INFORMATION;
  (7) FORMAL MODELS OF SPATIAL OBJECTS The Government reserves
  the right to select for award all, some, or none of the proposals
  received in response to this announcement. No request for proposal
  (RFP) or other solicitation will be made. Technical questions
  may be submitted in writing to the address identified above,
  or to the e-mail addresses identified in the full description
  of each topic found on the NIMA's website under Business Opportunities
  at http://164.214.2.57/nima/. All remaining questions should
  be directed in writing to Mr. Brian Wolfe at the address identified
  above, and he can be reached at (301) 227-2295, fax (301) 227-2218,
  or e-mail wolfeb@nim.mil.
CITE: (I-359 SN015287)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Department of the Treasury, Internal Revenue Service,
  (M:P), 6009 Oxon Hill Road, Suite 700, Oxon Hill, MD 20745
SUBJECT: A--FEDERALLY FUNDED RESEARCH AND DEVELOPMENT CENTER
SOL TIRNO97R00018
DUE 012897
POC Contract Specialist, Derrick L. Heard, 202-283-1488, Contracting
  Officer, Michelle Faseru, 202-283-1192
DESC: The Internal Revenue Service (IRS) intends to sponsor a
  Federally Funded Research and Development Center (FFRDC) to
  provide system engineering and technical assistance along with
  strategic advice and guidance. Also required will be technical
  managemet capabilities to facilitate the operation and modernization
  of Tax Systems. The FFRDC will be established under the authority
  of 48 CFR Subpart 35.017. The FFRDC shall provide technical
  advice and assistance to the IRS and/or its contractors in
  the areas f program and project management. This will consist
  of expert advice/guidance focused on increasing the effectiveness
  and efficiency of strategic information management and technical
  activities. The FFRDC will be available for IRS's Chief Information
  Officer (CIO) or the CIO's designee or Department of the Treasury
  executive support. Examples of this support may include, but
  are not limited to the following: - InformationSystems (IS)
  input to business case development - Business Process Analysis
  - IS management and oversight of IRS contractors - Evaluation
  of IRS contractors' performance and development of performance
  measures - Development of recommendations regarding a pime
  integration contractor. - Evaluation of IRS effectiveness -
  Ad hoc technical advice - Acquisition Support as necessary.
  This procurement will not involve a request for competitive
  proposals. However, expressions of interest and qualification
  or capability statements should be submitted by interested
  entities who are capable of fulfilling this requirement. The
  qualification or capability statemens received will be used
  to select potentially qualified entities, which may at a later
  date be requested to submit additional information and/or provide
  an oral presentation as part of a final selection. Comments
  on this action must be received not later tan January 28, 1997.
  This office would appreciate receiving qualification or capability
  statements at your earliest convenience; however, this information
  must be received within 15 days after the third (3rd) publication
  of this announcement to be considered. This is the first of
  three announcements issued under the authority of 48 CFR 5.205(b).
  Upon request, a copy of a scope of work for the intended FFRDC
  ill be mailed to any interested party or interested parties
  can download the information from the IRS Procurement Bulletin
  Board System (PBBS). Please follow these instructions to access
  the PBBS, dial the following number (202)799-0943. Your system
  must b set at the following defaults: Baud Rate of 9600, No
  Parity, 8 Data Bits, 1 Stop Bit. The system will prompt you
  for your name, business name and address, the kind of system
  you are using, user ID and a password of your choice. At the
  Main System Menu the following will appear: "Make your selection
  (T,F,E, etc...):" Type "L" and press the "ENTER" Key. Type
  "S" to select a library and press the "ENTE" Key. Type "RFP"
  and press the "ENTER" Key. Type "F" and press the "ENTER" Key
  to list files. Press the "ENTER" Key to view the list of files.
  Type "C" to view the file list. Download the file "FFRDC.DOC".
  The system operates 24 hours a day, 7 days a week Send a written
  request, for a copy of the statement of work, to the Contracting
  Officer at the address specified above. No oral communication
  will be accepted. Qualification or Capability Statements should
  be submitted in written form to the Contracting Officer at
  the address specified above. Responses to this notice should
  make reference to Project No. TIRNO-97-R-00018.
CITE: (I-359 SN015364)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Phillips Laboratory/PKLA, Directorate of Contracting,
  Lasers & Imaging Division, 3651 Lowry Avenue SE, Kirtland AFB
  NM 87117-5777
SUBJECT: A--A--IMAGING LASER SYSTEMS AND ANALYSIS (ILSA)
SOL F29601-96-R-0006
DUE 020797
POC Teresa Martinez, Contract Specialist, 505/846-2240 Barbara
  Steinbock, Contracting Officer, 505/846-2246.
DESC: This Notice of Intent to Contract will serve as notice
  that the Laser and Imaging Directorate of the Phillips Laboratory,
  Kirtland AFB NM is seeking a contractor for an Imaging and
  Laser Systems and Analysis (ILSA) contract to provide systems
  analysis, detailed engineering analysis and critical review
  of ongoing and planned Air Force technology development and
  test programs. This effort will require technical analysis,
  engineering support, safety analysis, environmental analysis,
  test planning and test operations performance evaluation, and
  documentation of laser and imaging system and subsystems in
  various technical task areas. Design and analysis of laboratory
  and field experiments will be required in passive and active
  imaging and Lidar devices and processing as well as performance
  simulations and calculations of critical performance parameters
  to support the Phillips Laboratory in-house imaging and Lidar
  programs. Development of specifications for telescope systems
  for the Starfire Optical Range (SOR), the Advanced Electro-
  optic Sensor (AEOS) and the Air Force Maui Optical Station
  (AMOS). This acquisition will also require design, engineering
  and hardware development of tracking and atmospheric compensation
  and airborne and space born Lidar. In addition, the contractor
  will be required to have financial tracking and cost estimation
  capability for technical imaging and Lidar projects. Contractor's
  possessing the capability to provide support are invited to
  submit their qualifications. Contractual effort is contemplated
  as a 48 month period of performance and will be priced on a
  Level-of-Effort (LOE) basis and estimated at 3-6 man-years
  per year usage rate. The contract type contemplated is a Cost
  Plus Fixed Fee (CPFF), level of effort. (LOE). The work will
  be primarily at the Government's facility. Interested concerns
  must be able to demonstrate their ability to manage a broad
  based support effort as noted in the task areas and have or
  be capable of obtaining a SECRET Facility Clearance. The SIC
  is 8711, with a size standard of $20million. Based on the evaluation
  of Statements of Capability received as a result of the Sources
  Sought Synopsis published 3 Oct 95, this acquisition will be
  conducted under full and open competition. Foreign firms are
  advised they will NOT be allowed to participate as the prime
  contractor. The research and test data produced under a resultant
  contract may contain Military Critical Technology List (MCTL)
  information whose export is restricted by the Export Control
  Act (Title 22, U.S. Sec 2751, et seq.) or the Export Administration
  Act of 1979, as amended (Title 50, USC, App. 40-1, et seq.).
  Only those companies who are on the Qualified Contractors Access
  List (QCAL) may receive such information. Request certification
  and registration from the Defense Logistics Service Center
  (DLSC), Federal Center, 74 North Washington, Battle Creek,
  MI, 49016-3412 (1-800-352-3572) as soon as possible. An ombudsman
  has been appointed to hear concerns from offerors or potential
  offerors during the proposal development phase of this acquisition.
  The purpose of the Ombudsman is to receive and communicate
  serious concerns from potential offerors when an offeror prefers
  not to use established channels to address concerns during
  the proposal development phase of the acquisition. Potential
  offerors should communicate first with the Contracting Officer
  to request information, pose questions, and voice concerns
  before contacting the Ombudsman. In those instances where offerors
  cannot obtain resolution from the Contracting Officer, they
  are invited to contact the PL Ombudsman, Col James D. Ledbetter,
  at (505) 846-4964, or at 3550 Aberdeen Ave SE, Kirtland AFB
  NM 87117-5776. When requested, the Ombudsman will maintain
  strict confidentiality as to the source of the concern. The
  Ombudsman does not participate in the evaluation of proposals
  or in the source selection process. For contractual issues
  contact the Contract Specialist,Teresa Martinez, (505) 846-2240.
  Originally sent 1/30/96. Contractors who have previously submitted
  request for RFP, do not need to respond.
CITE: (I-359 SN015422)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: COASTSYSTA Dahlgren Division, NSWC, 6703 West Highway
  98, Panama City, FL 32407-7001
SUBJECT: A--AMPHIBIOUS WARFARE AND STRATEGIC SEALIFT ENGINEERING
  SERVICES SUPPORT CONTRACT
SOL N61331-97-R-0005
DUE 021597
POC Mary Kitchen, Contract Specialist, (904)235-5389 Carol A.
  Dreger, Contracting Officer, (904)234-4863.
DESC: The Naval Surface Warfare Center (NSWC), Dahlgren Division,
  Coastal Systems Station (CSS), Panama City, FLorida intends
  to solicit competitive proposals for non-personal technical
  and engineering support services for engineering and technical
  support for various amphibious warfare, U.S. Marine Corps (USMC),
  and strategic sealift programs and systems being developed
  or supported by CSS. This effort will involve systems engineering,
  systems integration, analytical and engineering support for:
  amphibious ships and craft, seaborne logistics programs and
  systems, USMC mine/countermine/barrier warfare programs and
  systems, surface mobility programs, tactical deception programs,
  amphibious lift and related logistics programs and operations
  from initial concept development through operational fielding.
  Specific support will be required for existing systems, such
  as the LHD-1 class ships; LSD-41 class ships; LSD cargo variant;
  landing craft air cushion (LCAC) and LCAC Block Upgrades; strategic
  sealift ship classes such as the T-AKR, T-AVB, and T-ACS; and
  USMC mine clearance programs such as Very Shallow Water Mine
  Countermeasures. Additionally, support will be required for
  emergent advanced development and related technology base programs
  in support of amphibious warfare, USMC, and strategic sealift
  programs. A five year indefinite quantity cost-plus-fixed-fee
  contract is anticipated. Technical and cost proposal will be
  requested. A DRAFT solicitation will be released on 15 January
  1997. Industry comments are due back to CSS by 22 January 1997.
  Anticipate FORMAL solicitation release on 15 February 1997.
  RFPs may be requested via mail or facsimile machine, (904)234-4251.
  Address requests to the Contract Specialist shown above. No
  telephone requests will be accepted.
CITE: (I-359 SN015442)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: U.S. Information Agency Office of Contracts, 330 C St.,
  SW., Rm 1610 Washington, DC.  20547
SUBJECT: B--MEDIA RESEARCH SURVEY PROJECT
POC Herman Shaw, Tele:  202-205-8412
DESC: 17.  B -- MEDIA RESEARCH SURVEY PROJECT.   The International
  Bureau of Broadcasting (IBB), Voice of America (VOA) requires
  a Contractor to obtain data on the size, composition, and media
  habits of the audience to its broadcasts in the following languages:
   Burmese, Tibetan, Khmer, Dari, Pashto, and Kurdish. Interested
  contractors are invited to submit proposals for research projects
  designed to collect and analyze such information.  Because
  of the complexities involved in obtaining information about
  media behaviour in the target areas, potential contractors
  are encouraged to propose creative solutions to this requirement.
   This request for proposal (RFP) is a full and open procurement
  with the possibility of multiple awards as noted below.  The
  SIC code is 8732 with a size standard of $5 million. Please
  note that this RFP includes the Statement of Work (SOW), deliverable
  and reporting requirements, technical evaluation and selection
  criteria and proposal preparation instructions. All information
  required for the submission of an offer will be contained in
  the RFP package. The VOA research projects, at a minimum, will
  be designed to obtain the most accurate possible information
  about: 1)  The number of regular (i.e. weekly) listeners to
  VOA language services listed above, 2)  The demographic characteristics
  and geographical distribution of this audience, 3)  The size
  of the regular listening audience for other international and
  domestic radio and television broadcasters, 4)  General patterns
  of media use by residents of the broadcast target areas, 5)
   Opinions on the part of the audience as to the accuracy, reliability,
  and relevance of the programs of VOA and other media. Contractor
  deliverables shall include: 1)  A detailed narrative report
  on the findings of each study. 2)  Fully cleaned data sets
  for each study, with topline summaries and supporting codebooks.
   Data sets shall be provided in hard copy and diskette. 3)
   Translated transcripts and audio tapes of any focus groups
  conducted in connection with each study. The Contractor shall
  be responsible for project design, translation and, if necessary,
  adaptation of VOA-supplied questionnaires, training of interviewers,
  supervision of fieldwork, data processing and cleaning, and
  preparation of summary reports. Potential sources may submit
  offers for research on all or any of the languages listed above.
   However, in all cases, offers shall be broken down to reflect
  the proposed research costs per language. Preference will be
  given to sources who indicate an ability to fulfill the entire
  requirement. Due to budgetary considerations, VOA may choose
  to award a contract for only part of the requirement stated
  herein. The estimated period of performance will be one (1)
  year. The contract will be of the firm-fixed price (FFP) type.
   The RFP package will be available on January 7, 1997. Contractors'
  proposal shall include: 1)  A detailed description of the proposed
  research methodology, including specific listing of organizations
  that contractor would propose to use for fieldwork; 2)  Justification
  for the methodology chosen, along with the Contractor's assessment
  of the quality of information that could be obtained; 3)  Estimates
  of cost and time required to complete the projects; 4)  Statement
  of Contractor's qualifications pertinent to the proposed projects.
  The evaluation and selection of a contractor will be made on
  the basis of the equally important criteria listed below, in
  addition to total project cost and ability to meet the proposed
  schedule. Please note that technical merit is considered more
  important than cost. a.  Past performance and experience of
  firm with at least three (3) references. b.  Recent and demonstrated
  ability to conduct research on the media use of audiences in
  closed societies. c.  Quality of proposed data collection techniques
  and overall project design. d.  Ability to carry out the entire
  project with in-house staff. Proposals for the above are due
  at the address listed above before 2:00 PM on February 7, 1997.
  Written questions concerning the technical specifications may
  be faxed to Mr. Herman Shaw at (202) 205-5466.  This notice
  will represent the only official notice of publication for
  this requirement from date of publication through at least
  30 days thereafter.  All interested offerors may submit an
  offer which shall be considered.  This advertisement does not
  comit the Government to award a contract.
CITE: (I-359 SN015145)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: U.S. Information Agency Office of Contracts, 330 C St.,
  SW., Rm 1610 Washington, DC.  20547
SUBJECT: B--MEDIA RESEARCH SURVEY PROJECT
POC Herman Shaw, Tele:  202-205-8412
DESC: 17.  B -- MEDIA RESEARCH SURVEY PROJECT.   The International
  Bureau of Broadcasting (IBB), Voice of America (VOA) requires
  a Contractor to obtain data on the size, composition, and media
  habits of the audience to its broadcasts in the following languages:
   Burmese, Tibetan, Khmer, Dari, Pashto, and Kurdish. Interested
  contractors are invited to submit proposals for research projects
  designed to collect and analyze such information.  Because
  of the complexities involved in obtaining information about
  media behaviour in the target areas, potential contractors
  are encouraged to propose creative solutions to this requirement.
   This request for proposal (RFP) is a full and open procurement
  with the possibility of multiple awards as noted below.  The
  SIC code is 8732 with a size standard of $5 million. Please
  note that this RFP includes the Statement of Work (SOW), deliverable
  and reporting requirements, technical evaluation and selection
  criteria and proposal preparation instructions. All information
  required for the submission of an offer will be contained in
  the RFP package. The VOA research projects, at a minimum, will
  be designed to obtain the most accurate possible information
  about: 1)  The number of regular (i.e. weekly) listeners to
  VOA language services listed above, 2)  The demographic characteristics
  and geographical distribution of this audience, 3)  The size
  of the regular listening audience for other international and
  domestic radio and television broadcasters, 4)  General patterns
  of media use by residents of the broadcast target areas, 5)
   Opinions on the part of the audience as to the accuracy, reliability,
  and relevance of the programs of VOA and other media. Contractor
  deliverables shall include: 1)  A detailed narrative report
  on the findings of each study. 2)  Fully cleaned data sets
  for each study, with topline summaries and supporting codebooks.
   Data sets shall be provided in hard copy and diskette. 3)
   Translated transcripts and audio tapes of any focus groups
  conducted in connection with each study. The Contractor shall
  be responsible for project design, translation and, if necessary,
  adaptation of VOA-supplied questionnaires, training of interviewers,
  supervision of fieldwork, data processing and cleaning, and
  preparation of summary reports. Potential sources may submit
  offers for research on all or any of the languages listed above.
   However, in all cases, offers shall be broken down to reflect
  the proposed research costs per language. Preference will be
  given to sources who indicate an ability to fulfill the entire
  requirement. Due to budgetary considerations, VOA may choose
  to award a contract for only part of the requirement stated
  herein. The estimated period of performance will be one (1)
  year. The contract will be of the firm-fixed price (FFP) type.
   The RFP package will be available on January 7, 1997. Contractors'
  proposal shall include: 1)  A detailed description of the proposed
  research methodology, including specific listing of organizations
  that contractor would propose to use for fieldwork; 2)  Justification
  for the methodology chosen, along with the Contractor's assessment
  of the quality of information that could be obtained; 3)  Estimates
  of cost and time required to complete the projects; 4)  Statement
  of Contractor's qualifications pertinent to the proposed projects.
  The evaluation and selection of a contractor will be made on
  the basis of the equally important criteria listed below, in
  addition to total project cost and ability to meet the proposed
  schedule. Please note that technical merit is considered more
  important than cost. a.  Past performance and experience of
  firm with at least three (3) references. b.  Recent and demonstrated
  ability to conduct research on the media use of audiences in
  closed societies. c.  Quality of proposed data collection techniques
  and overall project design. d.  Ability to carry out the entire
  project with in-house staff. Proposals for the above are due
  at the address listed above before 2:00 PM on February 7, 1997.
  Written questions concerning the technical specifications may
  be faxed to Mr. Herman Shaw at (202) 205-5466.  This notice
  will represent the only official notice of publication for
  this requirement from date of publication through at least
  30 days thereafter.  All interested offerors may submit an
  offer which shall be considered.  This advertisement does not
  comit the Government to award a contract.
CITE: (I-359 SN015146)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D--Potential
  Sources Sought
OFFADD: DHHS, PHS, Centers for Disease Control and Prevention,
  Program Acquisition Branch (Washington), 6525 Belcrest Road,
  Room 1170, Hyattsville, Maryland 20782
SUBJECT: B--DIETARY INTERVIEW SOFTWARE AND DATABASE MAINTENANCE
  SUPPORT FOR  THE DIETARY INTERVIEW COMPONENT OF NHANES IV
SOL 200-97-7006
POC  Contact Point - Sharon Gayle, Contract Specialist, 301/436-7007
   ext. 137, Contracting Officer, Ronald L. Atherholt
DESC: The Centers for Disease Control and Prevention (CDC), National
  Center  for Health Statistics (NCHS) intends to award  non-competitively
  a contract  to the University of Minnesota, Nutrition Coordinating
  Center (NCC),  Minneapolis, MN for the use of the Nutrition
  Data System (NDS), a  microcomputer-based tool for dietary
  assessment and nutrient intake  calculations.  The NDS is currently
  used in several major clinical studies  including the Women's
  Health Initiative Study, the Diet Intervention Study  in Children
  (multiple centers), and the Polyp Prevention Trial. NCHS will
   use the NDS to collect all 24-hour dietary recall interview
  data  (approximately 35,000 interviews total) during the fourth
  National Health  and Nutrition Examination Survey (NHANES IV),
  1998-2004. NHANES IV data  collection, transmittal, editing,
  and processing will be automated; all  survey data, including
  third party software products such as the NDS will be  managed
  by a centralized integrated survey information system (ISIS)
  that is  currently under development as part of NCHS Contract
  No 200-96-7015.  The NDS features an automated, interactive
  dietary interview  module that prompts for detailed descriptions
  of foods and beverages as well  as automated coding to a comprehensive
  nutrient and food database.  Nutrient  intakes and food gram
  weights are computed internally; nutrient summary  reports
  are available for immediate review; additional reports can
  be  generated from the NDS summary data file.  The NDS is the
  only commercial  software instrument that offers a standardized
  interview format with  structured interview probes, a comprehensive
  food and nutrient database, and  comparability with the dietary
  interview methodology used in NHANES III,  1988-94.  The continued
  use of a standardized data collection methodology  will allow
  direct comparison of NHANES III and NHANES IV data.  The NDS
  food  database contains more than 19,000 North American foods,
  including more than  7,000 brand name products.  NCC will update
  the NDS with new foods, food  amounts, and recipes as they
  are reported during the survey. The NDS  nutrient database
  contains time-related data for 95 nutrients and food  components
  including individual fatty acids, individual sugars, caffeine,
   and aspartame.  The NCC will provide NDS database maintenance
  and client  support for the duration of the survey. The period
  of performance is for six  (6) years.  All inquires must be
  submitted in writing and addressed to  Sharon Gayle, Reference
  No. 200-97-7006. This announcement is not a Request for Proposal.
   See Note 22
CITE: (D-359 SN015244)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: GSA, PBS, Property Development (4PCC), Suite 2500, 401
  West Peachtree St. NW., Atlanta, GA 30365-2550
SUBJECT: C--CONSTRUCTION MANAGER AS CONSTRUCTOR (CMC)--ATLANTA,
  GA--NEW U.S. COURTHOUSE ANNEX--SAVANNAH, GA
SOL GS-04P-97-EXC-0007
DUE 021097
POC Ronald Butler (404) 331-4871, Contracting Officer, Paul DeHaven,
  (404) 331-5329.
DESC: CONSTRUCTION MANAGER AS CONSTRUCTOR (CMc) SERVICES CONTRACT
  for the proposed U.S. Courthouse Annex in Savannah, Georgia.
  The scope of CMc services under this proposed contract includes
  Pre-Construction Phase Services and Construction Phase Services.
  Pre-Construction Phase Services shall include, but are not
  limited to, preliminary evaluation of design development documents,
  consultation during construction document production, preliminary
  project schedule development, recommendations on phased construction,
  cost estimates development of subcontractor and supplier interest,
  establishment of a negotiated Guaranteed Maximum Price (GMP)
  and identification of long-lead   items. Construction Phase
  Services shall include, but are not limited to, administration
  of the construction contract (whether the work is performed
  with CMc's own forces or under sub-contract), coordination
  of regular construction meetings, CPM scheduling, daily logs
  and monthly reports, monitoring of construction costs, record
  keeping, progress reporting, schedule control, inspections,
  testing, and other required supplemental services if so requested
  by the Government. The CMc for this contract will be competitively
  chosen using the Solicitation for Offers (SFO) process. Source
  selection procedures will be employed as the method of selection
  of the successful   Offeror. The contract will be a Guaranteed
  Maximum Price (GMP) type and may include unit pricing and/options.
  For this contract, the evaluation of price (represented by
  the CMc's fee for Pre-Construction Phase Services, and fee
  for Construction Phase Services including profit, general conditions
  and other overhead costs during the project construction and
  commissioning) is of equal importance to the technical evaluation
  factor listed herein. Project Summary. The proposed U.S. Courthouse
  Annex will be constructed on a site bounded by Whitaker Street,
  State Street, York Street and Barnard Street in downtown Savannah,
  Georgia. The proposed four-story courthouse annex will be 
   approximately 168,306 gross square feet (15,635 square meters)
  while containing 112,765 occupiable square feet (10,475 square
  meters) to deliver the required program. The facility will
  be occupied by the U.S. District Court, the U.S. Circuit Court,
  the U.S. Magistrate Court, U.S. Bankruptcy, the U.S. District
  Attorney, the U.S. Probation Office, the U.S. Marshals Service,
  and other Federal agencies. The maximum ECC (Estimated Construction
  Cost) is $39,000,000. Occupancy is anticipated for 2nd quarter
  FY 2000. The completed facility will include the following
  functions: U.S. District, U.S. Magistrate and U.S. Bankruptcy
  Courtrooms and chambers; office space for the U.S.   District
  and Bankruptcy Court Clerks, grand jury suites; jury assembly
  areas; U.S. Marshals Service office space, USMS sallyports
  and detention cells; hearing rooms; conference/training rooms;
  and other general office areas. The Government's program objectives
  for this project are that it: (1) serve the Government's needs
  for functional space in the most efficient and cost effective
  manner providing the greatest possible value for the budget
  available; (2) provide a visual testimony to the dignity and
  stability of the American Government and the seriousness of
  the Federal judiciary's mission; and (3) be an asset to the
  community that reinforces the urban planning and   National
  Historic Landmark District preservation objectives of the City
  of Savannah. Definition of Construction Manager as Constructor.
  A Construction Manager as Constructor, or CMc, is defined as
  a firm engaged under direct contract to a building owner, in
  this case the General Services Administration (GSA), to provide
  design review, cost estimating, scheduling and general construction
  services and overall coordination and management of all construction
  phases. The CMc shall be a member of the project development
  team during the planning, design and construction phases, along
  with GSA as owner/developer and GSA's selected A-E design team,
  Rosser International and   Robert A.M. Stern Architects, as
  architects and engineers of record. At the time of the contract
  award, projected to coincide with the mid-point design development
  stage (25% complete), the CMc's firm price for pre-construction
  and construction phase services will form the basis of the
  contract. Upon completion of the 65% complete construction
  documents, the CMc shall guarantee a maximum project price
  (GMP) based on the facility described in the Government's construction
  documents and Solicitation for Offers (SFO) package. Upon acceptance
  by the Government, the contract will be modified to reflect
  the agreed upon GMP. The CMc may provide general construction
  with its own   forces, or may contract for part or all of the
  construction with other firms. Project development shall occur
  in general conformance with the process described in the American
  Institute of Architects Document A121/CMc (also known as AGC
  Document 565), Standard Form of Agreement Between Owner and
  Construction Manager Where The Construction Manager Is Also
  The Constructor. The services requested of the CMc shall cover
  a wide range of design and construction activities, which are
  often performed by both Construction Managers (CMs) and General
  Contractors (GCs). In contrast to a CM that is not also a constructor,
  the CMc is responsible, through design review, involvement
    in the project development and administration of the construction
  for constructing the facility described by the Government at
  or below the defined budgeted Estimated Construction Cost (ECC).
  Summary of Requirements, Project Services, and Project Staffing
  are listed in detail in the SFO package. Source Selection Evaluation
  Criteria: The following factors will be used by GSA's Source
  Selection Evaluation Board (SSEB) in the Phase I process to
  select a competitive range of firms for further evaluation
  under the Phase II process, described herein. These same factors,
  with more detail analysis of the subcategories, will be used
  in the Phase II process by the SSEB for the   selection of
  the CMc. After completion of technical and price evaluations,
  discussions and/or negotiations, the Offeror whose proposal
  offers the greatest value to the Government with technical
  evaluation factors bearing an equal weight to the evaluation
  of price will be awarded the contract. 1. QUALIFICATIONS AND
  EXPERIENCE OF KEY PERSONNEL (250 TOTAL POINTS) DESCRIPTION:
  This factor considers the qualifications and experience of
  key personnel on the offeror's team who will be assigned to
  the project. The SFO requests resumes or other relevant documentation
  for certain positions. The offeror may submit additional resumes
  as it believes necessary to fully describe the   talents and
  depth of their team. The qualification of each individual is
  based upon the skill, experience and education level of the
  individual. This factor will be evaluated based upon the written
  responses to the SFO by the Offeror and by the evaluation of
  responses of references recommended by the offeror. The scope
  of this project requires significant construction related experience
  in key positions to ensure reasonable expectation of project
  success. a. Summarize the qualifications, professional designation,
  experience, education, background information, specific assignments,
  and other significant information for each proposed key member
  of the CMc team.   (100 points) b. For each proposed key person,
  identify the proposed duties in the project. Identify the person
  as a part-time or full-time employee. Identify the firm for
  which the employee works (i.e. an employee of the CMc firm
  or that of a subcontractor or consultant firm). Provide at
  least two references (names, addresses, telephone numbers,
  where the individual worked in the proposed capacity. (100
  points) c. For each proposed key person supply at least (3)
  three projects within the past ten years, where the individual
  worked in a capacity of comparable responsibility proposed
  for this project at a minimum duration of 51% of the project.
  (50 points). 2. EXPERIENCE IN   PROVIDING PRE-CONSTRUCTION
  SERVICES ON SIMILAR PROJECTS (250 TOTAL POINTS) DESCRIPTION:
  This factor considers the offerors experience and performance
  as a firm in providing comparable PRE-CONSTRUCTION PHASE services
  for Federal courthouse construction projects or similar complex
  projects in excess of $15,000,000 within the past ten years.
  The SFO requests the offeror list at least three projects that
  they, as a firm, have performed PRE-CONSTRUCTION PHASE services
  describe in detail the services provided and list at least
  two names, addresses and telephone numbers of client(s) for
  each listed project. This factor will be evaluated based upon
  the written response to the SFO by   the Offeror and by the
  evaluation of responses of references recommended by the offeror.
  (a) Provide at least three projects within the past ten years
  in excess of $15,000,000 in construction costs, in which the
  firm provided Construction Phase services similar to those
  that will be required under this project. Describe in detail
  your record of delivering the completed projects within the
  fixed schedules and within the prescribed budget. Relate those
  in type and scope to this project. Provide at least two names,
  addresses and telephone numbers for each listed project. (100
  points) (b) Demonstrate the team's experience and abilities
  in working in a non-adversarial relationship   with a building
  owner/developer in the development of the subject project.
  (50 points) (c) Demonstrate the proposed team's abilities and
  experience in providing value engineering, design oversight
  and independent cost estimating in maintaining project budgets.
  (50 points) (d) Demonstrate the proposed team's abilities to
  maintain project quality and scheduling while controlling costs.
  (25 points) (e) Provide a comprehensive list of construction
  claims in which the firm and the owner/developers have been
  a party to in the last 5 years, providing synopsis of the outcome.
  Describe the firm's use of Alternative Dispute Resolution (ADR)
  or arbitration to avoid litigation.   Identify claims that
  were resolved via ADR. (25 points) 3. EXPERIENCE IN PROVIDING
  GENERAL CONSTRUCTION SERVICES ON SIMILAR PROJECTS IN THE PAST
  TEN YEARS (350 TOTAL POINTS) DESCRIPTION: This factor considers
  the offeror's experience and performance as a firm in providing
  comparable CONSTRUCTION PHASE services for Federal courthouse
  construction projects or similar complex projects in excess
  of $15,000,000 within the past ten years. The SFO requests
  that the offeror list at least three projects that they, as
  a firm, have performed Construction Phase services. Describe
  in detail the services provided and list, at least two names,
  addresses and telephone numbers of   client(s) for each listed
  project. This factor will be evaluated based upon the written
  response to the SFO by the Offeror and by the evaluation of
  responses of references recommended by the offeror. (a) Provide
  at least three projects within the past ten years in excess
  of $15,000,000 in construction costs, in which the firm provided
  Construction Phase services similar to those that will be required
  under this project. (150 points) (b) Describe in detail the
  construction phase services provided, relating those services
  to this project in scope and complexity. Provide at least two
  names, addresses and telephone numbers of client(s) for each
  project listed. (100 points) (c)   Describe in detail the construction
  management services provided, relating those services to this
  project in scope and complexity. Provide at least two names,
  addresses and telephone numbers of client(s) for each project
  listed. (100 points) 4. CMC'S RESOURCES, FACILITIES AND TECHNOLOGY
  (150 TOTAL POINTS) DESCRIPTION: This factor considers the resources
  and facilities available to the CMc, in-house computer office
  automation capabilities, including Management Information Systems
  and ability to review drawings in an Auto-Cad Release 13, or
  later, format and the firm's ability to interface with the
  Government's Microsoft Excel V.5.0 and Word for Windows V.6.0
  software,   including ability to send and receive data electronically
  via desktop conferencing and ``white board'' technologies.
  (a) Describe the resources and facilities available to the
  CMc, in-house computer office automation capabilities, including
  Management Information Systems and ability to review drawings
  in an Auto-Cad Release 12, or later, format. (100 points) (b)
  Describe the firm's ability to interface with the Government's
  Microsoft Excel V.5.0 and Word for Windows V.6.0 software,
  including ability to send and receive data electronically via
  desktop conferencing and ``white board'' technologies (50 points)
  Source Selection Procedures: Qualified firms   expressing an
  interest in the project will be provided one copy of the SFO
  package. Firms wishing to offer must provide Phase I submissions
  that clearly address the rating factors identified above and
  described in greater detail in the SFO. Cost proposals are
  not required with the Phase I submittal, but Offerors must
  provide a statement certifying their ability to construct the
  desired facility at or below the $39,000,000 maximum Estimated
  Construction Cost (ECC) budget limitation (the ECC shall include
  all CMc fees) and provide to the Government a statement from
  an approved surety of bonding capacity that is commensurate
  with the ECC. A competitive range of the most highly   qualified
  firms will be selected on the basis of the evaluation of the
  Phase I submittal. Those firms within the competitive range
  will be notified; provided with complete concept design documents;
  and asked to provide additional technical information and cost
  proposals for consideration under Phase II. Firms are strongly
  encouraged to provide their best technical and cost proposals
  during the required phases as the Government reserves the right
  to make award without discussions. Firms that are determined
  to be in the competitive range may be interviewed at their
  principal place of business. Contract Award: A contract will
  be awarded to the selected firm whose proposal   offers the
  greatest value to the Government with technical evaluation
  factors bearing an equal weight to the evaluation of price.
  At the 65% construction document submittal in the Pre-Construction
  Services phase, the contract will be modified to reflect a
  negotiated mutually agreed upon Guaranteed Maximum Price (GMP).
  The Government shall reserve the right to terminate the contract
  if the offered GMP exceeds the ECC. The cost difference, if
  any, between the negotiated GMP and the final construction
  cost shall be shared between the CMc and the Government at
  the conclusion of the project as described in the SFO. SB-SDB
  Participation: Although this procurement is open to large 
   business, small and minority-owned firms are strongly encouraged
  to participate. The Government recognizes the talent existing
  in smaller firms and encourages their participation in the
  construction of Federal facilities. Firms submitting Phase
  I offers shall include a brief written narrative of their outreach
  efforts and goals to utilize small, small disadvantaged and
  small women-owned businesses on this project. An acceptable
  Subcontracting Plan shall be agreed upon prior to contract
  award to any large business. Large businesses shall be required
  to demonstrate a proactive effort to achieve the following
  minimum goals for all subcontracted work: Small Businesses
  (20%),   Small Disadvantaged Businesses (5%), and Small Women-Owned
  Businesses (5%). How to Offer: Firms having the capabilities
  to perform the services described herein shall submit a one
  page letter stating interest in the project on company letterhead
  to the Contracting Officer. Those firms, along with others
  on the Government's mailing lists, will be provided with one
  copy of the Solicitation for Offers (SFO) package, including
  the design program, concept level drawings and specifications,
  and other information needed to offer, and invited to provide
  a submittal of their technical qualifications to perform the
  services outlined in the SFO. Offerors who wish to submit an
  offer   will be required to submit three (3) complete copies
  of a Phase I proposal. The submittal should be in an 8-1/2"
  x 11" spiral bound format and should be organized to correspond
  with the evaluation factors described below. The forms SF 254
  and SF 255 may be utilized but are not required. If forms 254
  and SF 255 are used, they must be current (reflecting a date
  not more than one year old from the month of this notice).
  Photographs may be incorporated with the text in Sections 8
  and 10 of the SF 255 if desired. If SF 254 and SF 255 are not
  utilized, the submission must include information, such as
  qualifications and related past experience of proposed key
  personnel, that responds to the   data requested in each section
  of these forms. In addition, Offerors will be required to certify
  their ability to construct the desired facility at or below
  the $39,000,000 maximum Estimated Construction Cost (ECC) budget
  limitation and provide to the Government a statement from an
  approved surety of bonding capacity that is commensurate with
  the ECC. The SFO will provide additional information regarding
  the submission format. Participants are strongly encouraged
  to completely review the SFO in detail prior to submission.
  The total Phase I submission must not exceed 75 pages. Interested
  firms should send a letter of interest to the office and address
  listed below   no later than 3:00 p.m. on January 10, 1997.
  Phase I submittals are to be received no later than 3:00 p.m.
  on February 10, 1997. Only technical submittals, along with
  the minimum requirement statements in the SFO, should be submitted.
  Price proposals will not be considered until the second stage
  of the source selection process. Participants must be licensed
  to work in the state where the construction is to take place.
  All submittals must clearly indicate the solicitation number
  on the face of the envelope. Late submittals will be handled
  in accordance with FAR 52.215-10. A follow-up listing of firms
  to be interviewed will be placed in this publication. A pre-submission
    conference will be held on January 27, 1997 at 10:00 AM in
  the Summit Building, 401 West Peachtree Street, Atlanta, Georgia.
  Please notify Ron Butler at the number below, or indicate your
  attendance in your letter of interest, if you plan to attend
  this meeting. Contact Ron Butler, General Services Administration,
  401 West Peachtree Street, Suite 2500, Atlanta, Georgia 30365
  (404) 331-4871 FAX No. (404) 730-2309.
CITE: (M-359 SN015245)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: National Park Service, Denver Service Center, P.O. Box
  25287 DSC-CA, Denver, CO 80225-0287
SUBJECT: C--INDEFINITE QUANTITY CONTRACT FOR PLANNING, ENGINEERING,
  ARCHITECTURAL, AND PRESERVATION DESIGN PROJECTS IN INDEPENDENCE
  NATIONAL HISTORICAL PARK, PENNSYLVANIA
SOL 1443CX200097012
POC Marlene Haussler, 303/969-2046
DESC: The National Park Service (NPS), Denver Service Center,
  is seeking a qualified firm or organization (team) to provide
  Architect/Engineer (A/E) services under an indefinite quantity
  contract for planning services and possible small design projects
  at Independence Mall located in Independence National Historical
  Park in Philadelphia, Pennsylvania.  The primary work will
  be urban/historic landscape planning involving evaluation of
  existing conditions, confirmation of programmatic and functional
  requirements for all stakeholders of Independence Mall, master
  planning for site development work, and preparation of design
  guidelines for the first, second, and third blocks of Independence
  Mall.  All work will be based on the general functional layout
  and urban design principles identified in the approved General
  Management Plan.  Possible additional future work on these
  blocks may involve construction project planning, design development
  and preparation of project plans and specifications for demolition
  work, site restoration, site design, utility system connections
  and minor site facilities. Architectural and engineering services
  for major facilities such as the Gateway Visitor Center, Liberty
  Bell Pavilion, Independence Park Institute, and National Constitution
  Center which are proposed for future construction on the Mall,
  would be provided under separate design contracts.  All work
  will be guided by NPS policies, directives and the Independence
  National Historical Park General  Management Plan, and will
  require coordination with various review and planning entities.
   Presentation and visual communication abilities are essential
  including the ability to use quick sketches or other cost-effective
  techniques to communicate concepts and guidelines.  All projects
  under this contract will be within a World Heritage Site, and
  sensitivity to National Park Service values and standards for
  historic preservation, including the Secretary of the Interior's
  Standard for Preservation Projects, and sustainable design
  principles must be demonstrated.  The NPS has adopted sustainable
  design as the guiding principle for park planning and development.
  By definition, this means meeting present needs without compromising
  the ability of future generations to meet their own needs.
   In practice, sustainable design, utilizes best available solutions
  within the design tradition of NPS, and incorporates environmentally
  sensitive construction methods, seeks to conserve non-renewable
  global resources, utilizes energy efficiently, recycles materials
  and waste, and specifies, ecologically responsible methods,
  practices, and materials in the construction of park infrastructure.
   The proposed work may extend over several fiscal years, involving
  projects at various stages, which will  require that the selected
  firm must be capable of providing and managing a multi-disciplinary
  team from within the firm or in conjunction with subconsultants.
   The anticipated work may include the following:  (a) Title
  I services; Park planning studies and analyses (i.e. land use/functional
  suitability, historic resource, transportation, socioeconomic,
  interpretive, recreational use, and infrastructure studies),
  site planning and design, investigation of existing conditions,
  site surveys, hazardous materials surveys, testing, and abatement
  planning, visitor management and special events planning, schematic
  design, design development, preliminary drawings, design analysis,
  building energy analysis, utility economic analysis, energy
  conservation and life cycle costing, value engineering, outline
  specifications, and preliminary cost estimates; (b) Title II
  Services; preparation of construction specifications and working
  drawings, preparation of hazardous materials abatement plans
  and specifications, and preparation of construction cost estimates
  for preservation, restoration, stabilization, rehabilitation
  and new construction;  (c) Title III Services; construction
  observation, review of submittals, site visits, consultation
  services during construction, and preparation of Operation
  and Maintenance Manuals.  The required disciplines include,
  but are not limited to:  planning (urban, transportation, open
  space, outdoor recreation, interpretive, etc.), landscape architecture
  (contemporary and historical), engineering (transportation,
  civil, electrical, mechanical, fire protection, structural,
  lighting, and security), architecture (contemporary and historical),
  cultural resource investigation (history, archeology, anthropology,
  etc.), and visitor management/special events planning.  Other
  professional disciplines that may be required but will not
  be rated are: surveying, geotechnical, value analysis, cost
  estimating, hazardous materials management, graphic illustration,
  and writing/editing.  In accordance with Public law 100-418
  and Executive Order 12770, all Federal design work is to be
  performed using the metric system of weights and measures.
   Design work under this contract may be subject to this requirement.
   The following criteria, in descending order of importance,
  shall be used in the evaluation of the prospective firms. 
  Please note that this criteria shall be used by the NPS in
  lieu of the criteria listed under Note 24.  1.  Demonstrated
  professional experience and technical competence of the team
  including consultants and project personnel, with projects
  of the types described, particularly urban, open space, and
  campus planning projects that embody a high degree of sensitivity
  with the cultural and natural environment and that demonstrate
  sustainable design and working experience with State of Pennsylvania
  and city of Philadelphia regulatory and compliance agencies.
   2.  Professional qualifications of the principals and key
  staff of the firm and consultants for performing projects of
  the types described , particularly in urban historic areas.
  Registration of key professionals of the firm and consultants
  in the State of Pennsylvania.  3. Ability to facilitate, develop
  consensus, and coordinate  planning and design requirements
  with multiple stakeholders.  4. Demonstrated ability to effectively
  communicate concepts, plans, technical evaluations and guidelines
  to stakeholders, reviewing authorities, and the general public.
   5. Familiarity with the cultural and physical contexts of
  Philadelphia and the ability to maintain a continuous local
  or short notice presence for planning meetings and site development
  coordination.  6.  Demonstrated project management experience
  with projects of a similar nature for Governmental agencies
  and private industry with respect to such factors as control
  of costs, quality of work, coordination of a multidisciplinary
  project team, meeting schedules. Capacity of the firm to perform
  the work, including any specialized services, within tight
  time limitations.  All services will be provided under an indefinite
  quantity contract.  The total of all task orders per year will
  not exceed $600,000 and each task order will not exceed $250,000.
   The A/E is guaranteed a minimum amount of $25,000 during the
  life of the contract.  The term of the contract shall be one
  year with four one-year options.  This procurement is open
  to small and large business and is subject to Public Law 100-656.
   To the fullest extent, the National Park Services welcomes
  the participation of small business firms including women and
  minority owned and operated A/E firms and encourage large business
  firms to include small business firms  as part of their team.
   If the apparent successful offeror is a large business they
  will be required to submit subcontracting plan which will separate
  percentage goals for using small business concerns and small
  disadvantaged business concerns subcontractors.  The Government
  will not indemnify the firm selected against liability involving
  asbestos or other hazardous materials; that is, no clause holding
  the firm harmless will be included in the Contract.  Firms
  that meet the requirements described in this announcement are
  invited to submit a Letter of Interest and completed Standard
  Forms 254 for each firm and a team Standard Form 255 in an
  original only. Submission of any additional material is allowed
  only to the extent that it graphically (via drawings and photographs)
  substantiate the relevant project work specifically described
  on the Standard Forms 254/255.  In support of the sustainable
  practices of resource conservation and material recycling,
  submissions should be concise, make wise use of recycled/recyclable
  paper and other materials, and be organized in such a manner
  that the recyclable material can be easily removed after evaluation.
   To the extent possible, printed/copied double-sided paper
  documents will be submitted.  Responses must be received before
  5:00 p.m., 30 calendar days from the date of this publication
  (first work day following a weekend or holiday) in order to
  be considered for selection.  This is not a Request for Proposal.
EMAILADD: contracts_dsc@nps.gov
EMAILDESC: 
CITE: (D-359 SN015345)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction--Potential
  Sources Sought
OFFADD: Department of Veterans Affairs, VA Medical Center (90C),
  1100 N. College Avenue, Fayetteville, AR 72703
SUBJECT: C--RENOVATE WARD 3B FOR CLINICS
SOL 564-3-97
DUE 012497
POC Donna Lenz, Contract Specialist (501) 444-5035
DESC: Provide Architect-Engineer Services to remodel approximately
  9200 gross square feet of space into outpatient clinics including
  oncology; diabetic; foot; outpatient surgery; EKG & pulmonary
  function lab and doctors offices. Proposed use intended to
  allow use of area with fewest possible modifications to serve
  the needs. Work will include demolition of some existing walls
  and construction of new walls as well as relocation of plumbing,
  electrical, communications and HVAC. Evaluation criteria will
  be as follows: (1) Specialized experience of the firm with
  the type of work required; (2) Past record of performance on
  similar contracts; (3) Geographic location and facilities of
  the working office; and (4) Specific experience and qualifications
  of personnel proposed for assignment to the project. Area of
  consideration is restricted to firms within a 250 mile radius
  of Fayetteville, AR. Firms desiring consideration should submit
  an SF 254 and SF 255 on or before January 24, 1997. Award subject
  to availability of funds. This is not a Request for Proposal.
  See Note(s): 2, 25.
CITE: (I-359 SN015305)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction--Potential
  Sources Sought
OFFADD: USDA Forest Service, Pacific Northwest Region, 333 SW
  First Avenue, PO Box 3623, Portland, OR 97208-3623
SUBJECT: C--PROFESSIONAL ENGINEERING SERVICES FOR TECHNICAL DOCUMENT
  REVIEW, HOLDEN MINE SITE, WENATCHEE NATIONAL FOREST, WENATCHEE,
  WASHINGTON
SOL R6-97-836
DUE 020697
POC Contact, Procurement and Property Management, 503/326-3581
DESC: Professional engineering services related to technical
  review of documents (deliverables) produced during the performance
  of a Remedial Investigation/Feasibility Study (RI/FS) of the
  Holden Mine Site on the Wenatchee National Forest (Wenatchee,
  Washington), in accordance with the Comprehensive Environmental
  Response, Compensation and Liability Act (CERCLA) (42 USC 9600
  et seq.), the National Contingency Plan (NCP), the Guidance
  for Conducting Remedial Investigations and Feasibility Studies
  under CERCLA (U.S. EPA, October 1988) and the April 25, 1995,
  Administrative Order on Consent (AOC) between the Forest Service,
  U.S. EPA, Region 10, Washington Department of Ecology, and
  Alumet Corporation. Work includes technical review of pre-FI/FS
  documents related to risk assessment screening at the site.
  The Holden Mine Site is a (docketed site). One Indefinite Delivery-Requirements
  contract will be awarded; task orders will be issued against
  the contract as reviews are required. The contract period will
  be for one year from the date of award, with four option year
  periods. The following criteria will be applied in evaluating
  firms for contract award. CRITERIA REQUIRED BY FEDERAL ACQUISITION
  REGULATIONS (FAR) 36.602-1(a): (1) Professional qualifications
  necessary for satisfactory performance of required services
  (e.g., licensed, registered, or certified in the States required).
  (2) As contained within this criterion, specialized experience
  and technical competence in the type of work required: (a)
  an established reputation in the field of RI/FS, (b) regularly
  engaged in work of this type, including maintaining a regular
  force of staff skilled in RI/FS, (c) experience in this type
  of work on previous and/or present projects similar in scope
  and size, (d) experience in CERCLA mining projects, (e) experience
  in projects involving the Washington Department of Ecology;
  (3) Capacity to accomplish the work in the required time; (4)
  Past performance on contracts with Government agencies and
  private industry in terms of cost control, quality of work,
  and compliance with performance schedules; (5) Location in
  the general geographical area of the project and knowledge
  of the locality of the project (provided that application of
  this criterion leaves an appropriate number of qualified firms,
  given the nature and size of the project; (6) Acceptability
  under other appropriate evaluation criteria, following. CRITERIA
  REQUIRED BY DEPARTMENT OF AGRICULTURE ACQUISITION REGULATIONS
  (AGAR) 436.602-1(a): (7) Adequacy of facilities for performance
  of the work including those necessary to provide specialized
  services that may be required; (8) Volume and nature of present
  workload as it relates to ability to perform the work required;
  (9) Experience and qualifications of proposed key personnel
  including specialized technical skills, project coordination
  and management skills, and experience in working together as
  a team. This criterion includes consideration to key personnel's
  established reputation in the field of RI/FS and experience
  in this type of work on previous and/or present projects similar
  in scope and size); (10) Availability of additional contractor
  personnel or consultants to support expansion or acceleration
  of the project. CRITERIA REQUIRED BY FOREST SERVICE ACQUISITION
  REGULATIONS (FSAR) 4036.602-1(a): (11) Volume of work under
  previously awarded Forest Service contracts (evaluation of
  the volume of work previously awarded by the Forest Service,
  with the objective of effecting an equitable distribution of
  contracts among qualified A-E firms, including minority firms,
  that have not had prior Forest Service experience); (12) Subcontracting
  with certified 8(a) or other small disadvantaged businesses
  (that is, potential contractors who are subcontracting, or
  will subcontract, with certified 8(a) or other small disadvantaged
  businesses). These firms will continue to receive preference
  until small business goals have been met. (GAO Decisions B-223059
  and B-223243). THIS ADVERTISEMENT SERVES AS THE SOLICITATION
  FOR THIS PROJECT. Interested firms shall submit Standard Form
  254, Architect-Engineer and Related Services Questionnaire,
  to provide information concerning the firm's general qualifications;
  and Standard Form 255, Architect-Engineer and Related Services
  Questionnaire for Specific Project, to provide more detailed
  information concerning qualifications specific to this project.
  Responses are due 4:30 P.M., local time, February 6, 1997.
  Envelopes containing SF-254 and SF-255 submittals in response
  to this ad should place the following in the lower left-hand
  corner of the envelope: R6-97-836, Holden Mine Technical Document
  Review, Due 4:30 P.M., February 6, 1997.
CITE: (I-359 SN015427)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction--Potential
  Sources Sought
OFFADD: USDA Forest Service, Contracting, P.O. Box 21628, Juneau,
  AK 99802- 1628
SUBJECT: C--CONSTRUCTION MANAGEMENT FOR MENDENHALL GLACIER VISITOR
  CENTER RENOVATION CONTRACT, CHATHAM AREA
SOL R10-97-07
DUE 013197
POC Eric Meyer, (907) 586-8880 Lisa Peterson, (907) 586-8880.
DESC: Project consists of professional architect-engineer construction
  management services for the Mendenhall Glacier Visitor Center
  (MGVC) Renovation contract which is currently being negotiated.
  The construction base item consists of the renovation of the
  existing visitor center, a 5,500 square-foot building addition,
  tunnel construction through bedrock, elevator installations,
  and utility connections. The construction option item consists
  of the renovation of the site access ramp, access drive, stairways
  and terraces, and site landscaping. MGVC is located approximately
  14 miles from downtown Juneau, Alaska. One or two contract(s)
  for A-E services will be negotiated, to provide two "levels"
  of services, primarily in the areas of architecture, and civil,
  geotechnical, structural, mechanical and electrical disciplines.
  Level 1 - primarily submittal review, design change review,
  and design clarification assistance on an indefinite quantity
  (task order) basis, with a minimum guarantee of $40,000 and
  maximum order limitation of $150,000. Level 2 - primarily inspection,
  quality assurance, documentation, coordination, submittal tracking,
  and other construction management services, on a firm-fixed-price
  basis. The estimated price range for Level 2 services is between
  $100,000 and $250,000. The estimated price range for the MGVC
  renovation construction contract is between $1,000,000 and
  $5,000,000. The estimated start work date for this project
  will correspond to the construction contract which is scheduled
  to start in April 1997 with completion date of May 31, 1998.
  Should the MGVC renovation contract fail to be awarded, this
  notice of intent to contract for A-E services may be cancelled
  without obligation. Interested firms may request a Scope of
  Services announcement from the Contracting Office by FAX (907-586-7090),
  by mail, or by telephone (907-586-8880). Firms will be required
  to complete an SF-254 and SF-255 to be considered for this
  project. Firms may submit the required forms for only Level
  1 Services, for only Level 2 Services, or for both Level 1
  and 2 Services. Firms intending to limit their area of consideration
  to either or both levels must so state in their submittal.
  Following a review and evaluation of qualification and performance
  data by an A&E Review Board, negotiations will be commenced
  with the top-ranked firm on the selection list for each level
  of service for this project. Each level of services will be
  treated separately for negotiation purposes. Selection of firms
  for negotiation is through an order of preference based on
  demonstrated competence and qualifications necessary for the
  satisfactory performance of the type of professional service
  required, as determined by applying the following criteria,
  which are listed in descending order ofimportance. Selection
  Criteria for Level 1 Services - 1. Professional qualifications
  necessary for satisfactory performance of required services.
  List the personnel who will be providing these services and
  their qualifications, 2. Specialized experience and technical
  competence in the type of work required as it relates to visitor
  centers and similar projects, with preference for Forest Service
  projects over other Federal projects, and Federal projects
  over state, municipal or private sector projects. List the
  specialized experience of the qualified personnel providing
  these services, 3. Geographical location and knowledge of both
  the locality and the project, provided, that application of
  this criterion leaves an appropriate number of qualified firms,
  given the nature and size of the project, 4. Capacity to accomplish
  the work and perform in a timely manner, and 5. Past performance
  on contracts with Government agencies and private industry
  in terms of cost control, quality of work, effective management
  of subcontracts, and compliance with performance schedules.
  Selection Criteria for Level 2 Services - 1. Professional qualifications
  necessary for satisfactory performance of required services.
  List the personnel who will be providing these services and
  their qualifications, 2. Specialized experience and technical
  competence in the type of work required (construction inspection
  and management on similar complex projects) with preference
  for Forest Service projects over other Federal projects, and
  Federal projects over state, municipal or private sector projects.
  List the specialized experience of the qualified personnel
  providing these services, 3. Capacity to accomplish the work
  and perform in a timely manner, 4. Past performance on contracts
  with Government agencies and private industry in terms of effective
  communication and management, conflict prevention, problem
  resolution, compliance with performance schedules, cost control,
  and quality of outcome, 5. Location in the general geographical
  area of the project and knowledge of the locality of the project,
  provided, that application of this criterion leaves an appropriate
  number of qualified firms, given the nature and size of the
  project.
CITE: (I-359 SN015444)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: Department of State, Office of Acquisition, P. O. Box
  9115, Rosslyn Station, Arlington, VA 22219-0244
SUBJECT: D--AUTOMATIC DATA PROCESSING SERVICES
SOL S-OPRAQ-97-R-0005
DUE 021397
POC Contact Point, Contract Specialist, John D. Rose; 703/875-6064,
  or 
DESC:  The U.S. Department of State, Office of Acquisition seeks
  potential offerors to provide high quality support to the Bureau
  of Consular Affairs for operational support of existing systems
  and in the continuing redevelopment, deployment and support
  of integrated, open, and modernized automated systems. Evaluations
  may result in multiple awards for development of modernized
  consular support  systems. Support will include the design,
  development, testing and life cycle elements of client/server
  and mainframe based systems. Support is also required for the
  operation and maintenance of existing world wide systems. It
  is our intent to conduct this procurement to the maximum extent
  practicable using the Internet. Solicitation S-OPRAQ-97-R-0005,
  including all amendments, questions and answers will be available
  to view and/or download at http:// www.statebuy.inter.net/home.htm.
  beginning on or after January 10, 1997. Potential offerors
  are encouraged to check this site  periodically to obtain
  current information. Requests for written copies of the solicitation
  are discouraged but will be honored upon written request to
  the above address. Requests may also be faxed to (703) 875-6085.
  TELEPHONIC REQUESTS WILL NOT BE HONORED. Written copies of
  the solicitation and any amendments will be mailed on the same
  date that these items are posted on the Internet. A TOP SECRET
  facility clearance is required and must be obtained prior to
  contract award. This will be a full and open procurement 
CITE: (W-359 SN015148)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: Space and Naval Warfare Systems Command, 2451 Crystal
  Drive, Arlington, VA 22245-
SUBJECT: D--TECHNICAL SERVICES FOR INFORMATION SUPPORT AND COMMAND/CONTROL
  COMMUNICATIONS SYSTEMS
SOL N00039-97-R-0056(Q)
POC Scott Morrow, 02-11, 703-602-0682.
DESC: Synopsis No. 11. The Space and Naval Warfare Systems Command
  (SPAWAR) intends to solicit for award a Time and Material (T&M)
  task order contract to provide engineering and technical support
  services for Information Support Systems, Command/Control Communications
  Systems, and Implementation Class Desks for SPAWAR PMW 152,
  PMW 176 and SPAWAR 05F. Efforts under this proposed contract
  will include 1) Engineering and technical assistance in the
  conduct of requirements definition, including identifying and
  proposing commercial solutions to requirements and translating
  operational requirements into technical requirements. 2) Shore
  system/subsystem engineering, design, integration, test, and
  evaluation, including hardware/software integration and testing
  and the generation of software code. 3) Procurement and/or
  installation of selected systems, including commercial systems
  that will satisfy operational deployments 4) Planning and managing
  of system implementation, including exercising configuration
  control over communications products and information resources
  systems on a shore and ship class basis, and preparing supporting
  logistics documentation. 5) Developmental, operational, and
  acceptance test planning and execution. 6) Life cycle support
  planning for the Department of the Navy Defense Message System
  (DMS), Base Level Information Infrastructure (BLII) and Joint
  Maritime Communications Systems (JMCOMS). 7) Other tehnical
  and engineering services required to ultimately install an
  integrated Command, Control, Communications, Computers and
  Intelligence (C4I) suite into new construction ships and the
  technical and engineering effort required to update/modernize
  ships of the active fleet. The successful offeror shall provide
  the necessary support to accomplish tasks directed by individual
  task orders issued by SPAWAR. Quantity: The total effort required
  is expected to be 222,560 staff-hours for the firm period (beginning
  in April 1997) and 222,560 staff-hours for each of four option
  periods. Closing date: 30 days after release of RFP, which
  is expected to occur on or about 20 January 1997. The Standard
  Industrial Classification (SIC) is 8711. Potential offerors
  must possess a SECRET facility clearance at time of award and
  30 days after award. U.S. COMPANIES ONLY (NOFORN). The Final
  RFP will be transmitted through the SPAWARSYSCOM Bulletin Board
  System (SPAWAR BBS), which can be accessed by calling (703)602-9494,
  or via the internet at URL http://bbs.spawar.navy.mil. The
  SPAWAR BBS (non-internet) operates at 14,400 BAUD with a setting
  of 8:N:1. To download the Final RFP, the prospective offerors
  will need, at a minimum, PC or MAC, with modem emulation software
  that supports VT100 or ANSI standing, a modem that operates
  between 300 bps - 14.4K bps (for non-internet access), and
  0.6 MEG of free disk space. Prospective offerors are required
  to supply the name and address of their company and the Point
  of Contacts' name and phone number on the on-line questionnaire
  in order to be placed on the RFP Bidder's List. The Final RFP
  file name will be 97R0056.ZIP and compressed by shareware program,
  PKZ204G.EXE. The SPAWAR BBS will be available 24 hours a day,
  seven days a week. However, as the demand may be heavy, it
  may be necessary to call repeatedly or during non-business
  hours. If any assistance is needed regarding use of the SPAWAR
  BBS, please contact Mark Gurganus at (703)602-1842. All others
  are also requested to optionally provide answers to a questionnaire
  on electronic contracting. TELEPHONE INQUIRIES FOR THE RFP
  WILL NOT BE HONORED. Offerors who would like a copy of the
  RFP must access the bulletin board. Offerors who would like
  a copy of the RFP and do not have access to a modem may bring
  a formatted high density, 3 1/2" diskette to the Contractor
  Liaison Branch, Space and Naval Warfare Systems Command, 2451
  Crystal Drive, Arlington, VA 22245-5200, Room 201, Between
  the hours of 7:00am-3:00pm Mon-Fri. All offerors may submit
  a proposal which will be considered. Written responses (2 copies)
  must be delivered via mail to the following address: Commander,
  Space and Naval Warfare Systems Command, ATTN: Scott Morrow,
  Code 02-11D, 2451 Crystal Drive, Arlington, VA 22245-5200.
  Please reference Synopsis No. 11 on both mailing envelope and
  the enclosure.
CITE: (I-359 SN015413)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: US ARMY CORPS OF ENGINEERS, NEW YORK DISTRICT, Attn:
  CENAN-CT, 26 Federal Plaza, Rm 1843, New York, N.Y. 10278-0900
SUBJECT: F--DRIFT DISPOSAL-LANDFILL
SOL DACW51-97-T-0017
DUE 012297
POC Mabel Thompson, Specialist Contract, 212-264-9118.
DESC: The Contractor will remove approximately 500 short tons
  of debris Currently stored on the NY 48 & NY 49. which are
  anchored off Caven Point Termainal, Foot of Chapel Avenue,
  Jersey City N.J. The contractor shall dispose of a minimum
  of 50% of the debris by recycling, 100% of the debris may be
  recycled. The contractor must assure compliance with Appropriate
  Federal, State and/or local regulations and obtain the appropriate
  authorization and permits at his/her expense. Solicitation
  DACW51-97-T-0017 will be available to the first 15 requestors.
  Please include your taxpayer ID number. SIC #4953 S
CITE: (I-358 SN015013)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Richard L. Roudebush VA Medical Center (90C), 1481 West
  Tenth Street, Indianapolis, IN 46202
SUBJECT: J--MAINTENANCE OF CT SCANNER
SOL 583-49-97
DUE 021897
POC Craig Earles, Contracting Officer
DESC: Furnish all necessary labor, materials, parts and glassware
  to provide full maintenance service for a Picker PQ2000 CT
  Scanner for the period 3/1 97 through 9/30/97 with two (2)
  one-year renewal options. SIC Code 7629 applies. Solicitation
  packages will be available on/about 1/17/96 with bid opening
  scheduled 30 days after issuance of solicitation. Solicitation
  requests must be made in writing or faxed to the Contracting
  Officer at 317/267-8700. All responsible sources may submit
  a bid which shall be considered by the VA.
CITE: (I-358 SN015007)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd, St. Louis, MO 63120-1798
SUBJECT: J--REPAIR/OVERHAUL OF CH-47D WRENCH ASSEMBLY
SOL DAAJ09-97-R-0195
DUE 011797
POC Shirley Trotter, Contract Specialist, AMSAT-A-PNBA, (314)263-0622
  or Robin M. Hadlock, Contracting Officer, AMSAT-A-PNBA, (314)263-0626
DESC: The contractor shall furnish all depot level labor, facilities,
  tools, test equipment and materials to accomplish repair/overhaul
  of CH-47D Wrench Assembly, Input/Output NSNs/Part Numbers (P/Ns):
  4920-01-232-7706, PD1220B, Quantity: Minimum 7 each, Maximum
  26 each (includes 2 each Foreign Military Sales (FMS) requirement).
  The Government does not possess a Depot Maintenance Work Requirement
  (DMWR) or any technical data for this item. The approved sources
  are Boeing Defense and Space Group, Helicopters Division, Ridley
  Park, PA, Industrial Tool Division, Bidwell Industrial Group,
  Inc., 2055 South Main Street, Middletown, CT 06457, and Raymond
  Engineering, Inc., Power-Dyne Division, 217 Smith Street, Middletown,
  CT 06457-1739.
CITE: (W-358 SN015028)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Department of the Army, US Army Engineer District, Buffalo,
  1776 Niagara Street, Buffalo, NY 14207-3199
SUBJECT: J--DRYDOCK AND REPAIRS TO TUG CHERAW, TUG CHETEK AND
  DERRICKBOAT MCCAULEY - BUFFALO, ERIE COUNTY, NEW YORK
SOL DACW49-97-B-0011
DUE 020697
POC Contact Point, Richard W. Reffner, Contract Specialist, (716)
  879-4250
DESC: Work consists of, but is not limited to, furnishing all
  plant, labor, material and equipment necessary to drydock and
  repair, Tug Cheraw, (Dimensions: Length overall - 108'5", Beam
  - 30'6", Draft - 14'), Tug Chetek, (Dimensions: Length overall
  - 108'5", Beam - 30'6", Draft - 14') and Derrickboat McCauley,
  (Dimensions: Length overall - 112', Beam - 52', Draft - 3'4").
  Work to consist of drydocking, inspection of sea valves, stern
  tube, and rudder; sandblasting of bumpers and bumper brackets,
  and cleaning and painting of hull.  SIC CODE: 3731
CITE: (I-359 SN015241)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: 90th Contracting Squadron, 7505 Marne Loop, F.E. Warren
  AFB, WY 82005
SUBJECT: J--MAINTENANCE, REPAIR AND REBUILDING OF EQUIPMENT!!
SOL F48608-97-R0003!!
DUE 032597
POC Mrs. Maryjane Hernandez, 307-775-4739, Contract Specialist!!
DESC: Sources are being sought for Precision Measurement Equipment
  Laboratory (PMEL) contract services to include operation, management,
  testing, calibration, repair, modification, certification,
  and maintenance on all assigned equipment and test equipment.
  Operation of the PMEL shall be of such quality as to provide
  the professional level, calibration, certification and/or repair
  required to assure prescribed accuracy, tractability and reliability
  of all Test Measurement and Diagnostic Equipment. Services
  shall be provided for F.E. Warren AFB including tenants and
  other off-base activities receiving support. Sources interested
  are requested to submit their request no later 15 Mar 96. The
  method of procurement is by Technically Acceptable Low Price.
  This procurement is restricted to 100% small businesses. Telephonic
  requests will not be honored, written requests only.***** 
CITE: (W-359 SN015342)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga
  31098-1611
SUBJECT: J--COMPUTER INTERFACE
SOL F09603-97-Q-41009
DUE 021397
POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional
   information contact Jerry Brown/Lkka/[912]926-9106
DESC: Subject solicitation is initiated to obtain a one-time
  depot  level repair contract for Loral/Rolm Inc Commercial-Off-The-Shelf
  (COTS) computer/peripheral equipment. Simplified Acquisition
  Procedures (SAP) apply in accordance with FAR part 13. To obtain
  a copy of solicitation package send a written request or a
  FAX (912) 926-7572. The approximate issue/response date will
  be 14 Jan 97. The anticipated award date will be 14 Feb 97.
  Written procedure will be used for this solicitation. No telephone
  requests. Only written or faxed requests received directly
  from the requestor are acceptable. All responsible sources
  solicited may submit a bid, proposal, or quotation which shall
  be considered. nnnn All potential offerors should contact the
  buyer/PCO identified above for additional information and/or
  to communicate concerns, if any, concerning this acquisition.
  If your concerns are not satisfied by the contacting officer,
  an Ombudsman has been appointed to hear serious concerns that
  are not resolved through established channels. The purpose
  of the Ombudsman is not to diminish the authority of the program
  director or contracting officer, but to communicate serious
  contractor concerns, issues, disagreements, and recommendations
  to the appropriate government personnel. When requested, the
  Ombudsman will maintain strict confidentiality as to the source
  of the concern. The Ombudsman does not participate in the evaluation
  of proposals or in the source selection process. When appropriate,
  potential offerors may contact Ombudsman James Grant, Chief,
  Contract Policy Division, at 912-926-2604. Please be prepared
  to identify previous contacts made by you in an attempt to
  resolve you concerns. Offers in response to solicitations under
  ten million dollars may be evaluated using the competition
  for performance program as follows: While price will be a significant
  factor in the evaluation of offers, the final contract award
  decision may be based upon a combination of price and Past
  performance factors as detailed in the solicitation.
CITE: (I-359 SN015367)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: J--HARDWARE, SOFTWARE & NETWORK SUPPORT
SOL N00406-97-Q-0815
DUE 011597
POC R. O'Donnell
DESC: Provide the following service for Puget Sound Naval Shipyard,
  Bremerton WA 98314. Jan 16 1997 thru Jan 15 1998 maintenance
  for government owned hp9000 model T500 server and periphals
  hewlett packard product number H5355A service to include all
  parts, labor and travel, portal to portal 8AM - 8AM 7 days
  a week including holidays response time 0-4 hours. Contractor
  personnel must be U.S. citizen to perform at PSNS. Anticipated
  award date is 97 Jan 16. To be procured under simplified acquisition
  procedures. Notes 22 apply This is restricted to Hewlett Packard.
  All responsible sources may submit (offer/bid/quotation) which
  shall be considered by Fleet and Industrial Supply Center Puget
  Sound. Telephone requests will not be honored. Fax requests
  will be honored and should be made to (360) 476-2931
CITE: (I-359 SN015417)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: VA Maryland Health Care System, A&MM Service, VA Medical
  Center, P.O. Box 1000, Perry Point, MD 21902
SUBJECT: J--SIEMENS ANGIOKOP EQUIPMENT
SOL RFP 512(P)-11-97
DUE 021797
POC Jackie Langrehr, Contract Specialist, 410-642-1048
DESC: Provide full service maintenance for Seimens Angiokop equipment
  located at the VA Medical Center, 10 N. Greene Street, Baltimore,
  MD for the period April 1, 1997 through September 30, 1997
  with three one year options for renewal. RFP 512(P)-11-97 shall
  be issued on or about 1/17/97. All requests for solicitation
  documents must be made in person or by writing Contracting
  Officer (90C), VA Medical Center, P.O. Box 1000, Perry Point,
  Maryland 21902 or fax 410-642-1102. No telephone requests will
  be honored. Proposals are due Close of Business (4:30PM local
  time) 2/17/97.
CITE: (I-359 SN015425)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment--Potential
  Sources Sought
OFFADD: Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg
  1215, Hill  Air Force Base, Ut 84056-5825
SUBJECT: J--MAVERICK, AGM/TGM-65 D/F/G
SOL F42630-97-R-BBBBK
POC For copy, Lt Richard Wells/Likm/[801]777-6402, For additional
   information contact Lt Richard Wells/Likm/[801]777-6402
DESC: The following information is provided to do a Market Survey
  of  Industry to determine potential contractors, in addition
  to Hughes Missile Systems Company (HMSC) and Raytheon, who
  have the knowledge and skills required to successfully complete
  this effort. This contracting effort is for the Maverick AGM/TGM-65
  D/F/G Guidance and Control Section Interim Depot Level Maintenance
  to test and repair these missile systems. The AGM/TGM-65 D/F/G
  is an infrared guided, rocket propelled air-to-ground missile
  developed for use against small targets such as tanks, armored
  vehicles and Surface-to-Air Missile (SAM) sites. The level
  of effort for this contract is best described as a systems
  level contract, with the provider of this effort providing
  complete systems testing, repair, and return to government
  inventory of the Guidance and Control Sections (GCS). Therefore,
  the government is in the process of preparing a Justification
  and Authority (J&A) to proceed with a limited sources acquisition
  to HMSC and Raytheon. The AGM/TGM-65D/F/G Interim Depot Level
  maintenance and repair acquisition includes: providing test
  and repair of the GCS in two phases including: the diagnostic
  teardown and the repair of the GCS. The AGM/TGM-65D/F/G missile
  GCS's will be provided by the government to the contractor.
  The Air Force has not made a final determination as to the
  total numbers that will be produced, but estimates the number
  of missiles to be tested and repaired to be between 200 to
  600 annually and anticipates including options/quantity ranges
  in this requirement. Additionally, the successful system contractor
  must have the following in-plant capabilities in order to perform
  the proposed effort: a. GCS purge, fill and leak test, b. Circuit
  card functional test capability, c. Guidance and control section
  (GCS) functional test capability, d. Sensor assembly test,
  e. Seeker head static balance, f. Weight and center of gravity
  of measurement, g. Explosive hazard handling and storage facilities
  for 1.4S material, and h. Hazard handling and storage facilities
  for 2.2 material. HMSC and Raytheon are currently the only
  known qualified sources that possesses the ability and experience
  required to complete the AGM/TGM-65 D/F/G testing and repair.
  For this proposed contract action: AGM/TGM-65 D/F/G GCS test
  and repair efforts, the government intends to solicit and negotiate
  with only one, or a limited number of sources under the authority
  of FAR 6.302-1. Potential offerors may identify their interest
  and capability to respond to the requirement. Potential offerors
  should submit their interest within 10 days after publication
  of this notice to OO- ALC/LIKM, Bldg 1215, 6050 Gum Lane, Hill
  AFB, UT 84056-5816, Attn.: 1st Lt Richard Wells or Linda Andrews.
  Information received will normally be considered solely for
  the purpose of determining whether to conduct a competitive
  procurement. It is suggested that small business firms or others
  interested in subcontracting opportunities in connection with
  the described procurement, make contact with the firms listed.
  Requests for further information regarding this announcement
  should be directed to the Contracting Officer. No telephone
  or FAX requests. Only written requests received directly from
  the requester are acceptable.
CITE: (I-359 SN015143)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: P--Salvage Services
OFFADD: U.S. Department of HUD, Denver ASC, Salt Lake City Contracting
  Staff (8FAC), 257 East-200 South, Suite 550, Salt Lake City,
  UT 84111-2048
SUBJECT: P--APPRAISAL FIELD REVIEW
SOL H08R97000430000
DUE 012796
POC Ms. Millie Egan, Contract Specialist, (801) 524-6019.
DESC: This Request for Quotation (RFQ) will be issued as a written
  solicitation with an anticipated award date of 2-1-97. The
  Contractor is expected to perform appraisal field reviews of
  single family (1-4 unit) properties in the Sacramento HUD Office
  area of responsibility. The contract period is for one year
  with one additional option year. Bidders must comply with the
  State of California's appraisal licensing requirements. Solicitation
  requests will accepted via fax machine ay (801) 524-6701, Attention:
  Contracting Division. All responsible sources may submit a
  quote which shall be considered by the agency. See Numbered
  Note(s): 1.
CITE: (I-358 SN015012)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: P--Salvage Services
OFFADD: General Services Administration, Office of Equal Employment
  Opportunity, 18th & F Sts., NW., Rm. 5123, Washington, DC 20405
SUBJECT: P--EQUAL EMPLOYMENT OPPORTUNITY TRAINING
SOL CAFP-96-0021
DUE 011497
POC Vivian P. Smith, (202) 501-2971, Contract Specialist.
DESC: The General Services Administration, Office of Equal Employment
  Opportunity, 18th & F Streets, NW., Washington, DC 20405 intends
  to procure Equal Employment Opportunity (EEO) training courses
  under a Blanket Purchase Agreement in accordance with the Simplified
  Acquisition Procedures on a 100% small business set-aside basis.
  The service requires the contractor to conduct customized EEO
  training courses for employees, supervisors, managers and team
  leaders on the policy of the Government to provide equal opportunity
  in employment because of race, color religion, sex, national
  origin, age, disability or reprisal and to promote the full
  realization of equal employment  opportunity through a continuing
  affirmative program in the General Services Administration.
  The anticipated period of performance is date of the award
  to September 30, 1997. The award will be based on source selection
  procedures. The Government will make award to the responsible
  offeror(s) whose offer conforms to the Request for Quotation
  (RFQ) and are most advantageous to the Government, technical
  factors and price considered. As the proposals become more
  equal in technical merit, the evaluated price will become more
  important, however, the Government reserves the right to make
  award to the offeror who provides reasonable expectation of
  superior technical performance, regardless  of the offeror's
  price relative to other offerors prices. Your evaluation of
  the technical factors will be based on information in your
  proposal that offers the greatest value to the Government.
  Your response to each technical factor must document specific
  competencies. Failure to respond to the specific technical
  factors will preclude determining your technical capability.
  The contractor must also provide us with a separate price for
  two, eight (8) hour training sessions, for no more than 30
  persons at a time. The first session will occur, during the
  month of February 1997 and the second session will occur during
  the month of April 1997. Failure to submit all of the above
   requirements will result in a rejection of your RFQ. For technical
  questions contact James Taylor on (202) 501-3852. Firms requesting
  a copy of the RFQ must identify RFQ CAFP-BPA-97-00023. Point
  of contact for a copy of the RFQ is Vivian P. Smith on (202)
  501-2971. TELEPHONE REQUESTS WILL NOT BE ACCEPTED. Facsimile
  request will be accepted on (202) 501-1489. The SIC code is
  8322. The closing date is January 14, 1997. Quotes received
  after the closing date will not be considered by the Government.
CITE: (M-359 SN015313)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: P--Salvage Services
OFFADD: U.S. Dept. of Commerce, NOAA, WASC, Acquisition Management
  Division WC3, 7600 Sand Point Way NE, BIN C15700, Seattle,
  WA  98115
SUBJECT: P--DISPOSAL OF NOAA SHIP DAVIDSON
SOL 52ABNA700042
DUE 021496
POC For a copy of the solicitation call 206-526-6425. For further
  information call Contract Specialist Linda Shaw at 206-526-6461
DESC: Government seeks contractor for the scrap/re-use, HAZMAT
  remediation, certification and disposal of NOAA ship DAVIDSON.
  Ship is 53 meters long and currently located in Seattle, WA.
  All responsible offerors will be considered.
CITE: (I-359 SN015350)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: P--Salvage Services
OFFADD: U.S. Dept. of Commerce, NOAA, WASC, Acquisition Management
  Division WC3, 7600 Sand Point Way NE, BIN C15700, Seattle,
  WA  98115
SUBJECT: P--DISPOSAL OF NOAA SHIP DISCOVERER
SOL 52ABNA700043
DUE 021496
POC For a copy of the solicitation call 206-526-6425. For further
  information call Contract Specialist Linda Shaw at 206-526-6461
DESC: Government seeks contractor for the scrap/re-use, HAZMAT
  remediation, certification and disposal of NOAA ship DISCOVERER.
  Ship is 92 meters long and currently located in Seattle, WA.
  All responsible offerors will be considered.
CITE: (I-359 SN015351)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: P--Salvage Services
OFFADD: U.S. Dept. of Commerce, NOAA, WASC, Acquisition Management
  Division WC3, 7600 Sand Point Way NE, BIN C15700, Seattle,
  WA  98115
SUBJECT: P--DISPOSAL OF NOAA SHIP SURVEYOR
SOL 52ABNA700038
DUE 021496
POC For a copy of the solicitation call 206-526-6425. For further
  information call Contract Specialist Linda Shaw at 206-526-6461
DESC: Government seeks contractor for the scrap/re-use, HAZMAT
  remediation, certification and disposal of NOAA ship SURVEYOR.
  Ship is 90 meters long and currently located in Seattle, WA.
  All responsible offerors will be considered.
CITE: (I-359 SN015354)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: VA Medical Center, A&MMS (90C), 3600 30th Street, Des
  Moines, Iowa 50310
SUBJECT: Q--EMG TESTING
SOL 555-18-97
DUE 021297
POC Connie Mabley, Contracting Officer, 515/271-5886
DESC: Contractor shall provide board certified or board eligible
  physiatrist to perform electromyography, nerve conduction,
  velocity/latency motor studies and electrodiagnostic testing
  for eligible veteran patients referred by primary care physicians,
  orthopedic surgeon or other staff physician. Contractor's employee(s)
  shall meet the required credentialing review and privileging
  process and any drug testing for the VAMC.
CITE: (I-359 SN015409)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg
  1215, Hill  Air Force Base, Ut 84056-5825
SUBJECT: R--GBU-27
SOL F42630-97-R-20726
DUE 021297
POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional
   information contact Genee Ringel/Likm/[801]775-2093
DESC: Provide support for GBU-27 operational evaluations. To
  include  all required reports and data. Period of performance
  thru 12 months ARO. The approximate issue/response date will
  be 13 Jan 97. To: Texas Instruments Inc, . No telephone requests.
  Only written or faxed requests received directly from the requestor
  are acceptable. All responsible sources solicited may submit
  a bid, proposal, or quotation which shall be considered. Authority:
  10 U.S.C. 2304(C)(1), Justification: Supplies (or Services)
  required are available from only one or a limited number of
  responsible source(s) and no other type of supplies or services
  will satisfy agency requirements. The proposed contract action
  is for supplies and services for which the Government intends
  to solicit and negotiate with only one, or a limited number
  of sources under the authority of FAR 6.302. Interested persons
  may identify their interest and capability to respond to the
  requirement or submit proposals. This notice of intent is not
  a request for competitive proposals. However, all proposals
  received within forty-five days (thirty days if award is issued
  under an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. It is suggested that small business
  firms or others interested in subcontracting opportunities
  in connection with the described procurement make contact with
  the firm(s) listed. Request for copies of solicitations must
  reference the entire solicitation number, including purchasing
  office identification number. To expedite your request, limit
  the number of individual solicitation numbers requested per
  letter to not more than 10. Don't request information on this
  requirement until after the issue date. An Ombudsman has been
  appointed to hear concerns from offerors or potential offerors
  during the proposal development phase of this acquisition.
  The purpose of the Ombudsman is not to diminish the authority
  of the program director or contracting officer, but to communicate
  contractor, concerns, issues, disagreements, and recommendations
  to the appropriate government personnel. When requested, the
  Ombudsman will maintain strict confidentiality as to the source
  of the concern. The Ombudsman does not participate in the evaluation
  of proposals or in the source selection process. Interested
  parties are invited to call Jack S. Jones if your concerns
  are not satisfied by the contracting officer (801)777-6991.
  See Note (s) 26.
CITE: (I-359 SN015141)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg
  1215, Hill  Air Force Base, Ut 84056-5825
SUBJECT: R--CALIBRATION FACILITY PROGRAM
SOL F42630-97-R-25533
DUE 021297
POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional
   information contact Dennis Price/Likl/[801]777-6314
DESC: Provide contractor support for the Air Force Command Calibration
   Facility Program. Work shall be accomplished IAW Appendices
  A and C. Contract coverage is for basic year and three option
  years, plus a basic year and three option years for each site.
  To include all required reports and data. Place of performance:
  WPAFB OH and Molesworth, UK The approximate issue/response
  date will be 13 Jan 97. To: Eastman Kodak Co Govt Systems Div,
  Rochester Ny 14653-7219. No telephone requests. Only written
  or faxed requests received directly from the requestor are
  acceptable. All responsible sources solicited may submit a
  bid, proposal, or quotation which shall be considered. Authority:
  10 U.S.C. 2304(C)(1), Justification: Supplies (or Services)
  required are available from only one or a limited number of
  responsible source(s) and no other type of supplies or services
  will satisfy agency requirements. The proposed contract action
  is for supplies and services for which the Government intends
  to solicit and negotiate with only one, or a limited number
  of sources under the authority of FAR 6.302. Interested persons
  may identify their interest and capability to respond to the
  requirement or submit proposals. This notice of intent is not
  a request for competitive proposals. However, all proposals
  received within forty-five days (thirty days if award is issued
  under an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. It is suggested that small business
  firms or others interested in subcontracting opportunities
  in connection with the described procurement make contact with
  the firm(s) listed. Request for copies of solicitations must
  reference the entire solicitation number, including purchasing
  office identification number. To expedite your request, limit
  the number of individual solicitation numbers requested per
  letter to not more than 10. Don't request information on this
  requirement until after the issue date. An Ombudsman has been
  appointed to hear concerns from offerors or potential offerors
  during the proposal development phase of this acquisition.
  The purpose of the Ombudsman is not to diminish the authority
  of the program director or contracting officer, but to communicate
  contractor, concerns, issues, disagreements, and recommendations
  to the appropriate government personnel. When requested, the
  Ombudsman will maintain strict confidentiality as to the source
  of the concern. The Ombudsman does not participate in the evaluation
  of proposals or in the source selection process. Interested
  parties are invited to call Jack S. Jones if your concerns
  are not satisfied by the contracting officer (801)777-6991.
CITE: (I-359 SN015142)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Department of Commerce, NOAA, 200 World Trade Center,
  Room 209, Norfolk, VA 23510-1624
SUBJECT: R--SUPPORT SERVICES
SOL RFQ 97-2303
DUE 012197
POC William D. Privott, Contracting Officer, (757) 441-6561/Linda
  Jacbos, Contract Specialist, (757) 441-6563
DESC: Provide support and report to the Director in providing
  export assistance programs and services to the local business
  community in and around Richmond, Virginia for the period January
  15, 1997, or date of award, whichever is later, thru September
  30, 1997. Contractor shall provide the following: Research
  databases and other electronic media to support trade professionals
  in preparation of market research statistical/data reports
  and compilations portraying export potential for industry sectors,
  sub-sectors, and/or specific U.S. companies. Source data is
  available from hard copy reports and data bases. Develop charts
  and tables via manipulating, formatting, and printing economic/trade
  data and statistics contained in the National Trade Data Bank,
  Census ppublications, and other data bases and sources. Assembles,
  packages and distributes data compilations and information
  on export assistance programs and services available from the
  Commerce Department and other agencies. Conduct electronic/multimedia
  basic research on a case-by-case basic in response to export-related
  needs/interests of specific U.S. companies, trade associations,
  chambers of commerce and/or other entities. Performs LAN Oversight.
  Must be proficient and familar with: LOTUS 123/LOTUS Notes,
  Word Perfect/Windows, PC Anywhere, Harvard Graphics, WAN/LAN
  Systems Software. Place of Performance is U.S. Department of
  Commerce, ITA, Richmond District Export Assistance Center,
  704 East Franklin Street, Suite 550, Richmond, VA. Estimated
  level of effort is 1,480 man hours. The contractor shall work
  40 hours per week, 8:30 A.M. to 5:00 P.M., Monday through Friday
  except Federal holidays. Compensation will not be provided
  for absences due to sickness or other purposes. The applicable
  SIC code for this requirement is 7299. This is a 100% Set Aside
  for Small Business. All responsible sources may submit a offer
  which shall be considered by the agency. Award will be made
  to the lowest responsible, responsive offeror who can meet
  the specific requirements contained in the solicitation and
  is most advantageous to the government considering technical
  requirements and price related factors. Copies of the solicitation
  will only be provided in response to written or faxed requests
  received directly from the requestor. Telephone requests will
  NOT be honored. Requests for copies of the solicitaiton may
  be faxed to (757) 441-3786 or 3735. Numbered Notes 1 and 26
  apply to this requirement. 
EMAILADD: Linda.L.Jacobs@NOAA.GOV
EMAILDESC: 
  e-mail
CITE: (W-359 SN015149)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: USDA Forest Service, P&P, Room 706 RP-E, P.O. Box 96090,
  Washington, DC 20090-6090
SUBJECT: R--NATIONAL RECREATION RESERVATION SYSTEM
SOL FS-WO-97-07
POC Carol A. Holtz, e-mail: /s=nrrs/ou1=w01b@mhs-fswa.attmail.com
DESC: Solicitation FS-WO-97-07, National Recreation Reservation
  System, is delayed until mid-January. Announcement will be
  forthcoming as to the release date. Also note that a correction
  has been made to the e-mail address for Contracting Officer,
  Carol A. Holtz. Previous messages sent to the incorrect e-mail
  adress were not delivered. No information will be provided
  from this e-mail address at this time. 
EMAILADD: /s=nrrs/ou1=w01b@mhs-fswa.attmail.com
EMAILDESC: 
CITE: (W-359 SN015150)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Ballistic Missile Defense Organization BMDO (DCT), 7100
  Defense Pentagon, 1E1019, Washington DC 20301-7100
SUBJECT: R--INTERCEPTOR TECHNOLOGY SCIENTIFIC, ENGINEERING AND
  TECHNOLOGY ASSISTANCE (SETA) SERVICES
SOL HQ0006-97-R-0002
POC POC: Ann Terry, (703) 604-4459, CBD Reference Number: BMDO
  97-08.
DESC: The Ballistic Missile Defense Organization (BMDO) Sensor
  and Interceptor Technology Directorate intends to issue a Request
  for Proposal to obtain Scientific and Engineering and Technical
  Assistance concentrated in the following four functional areas
  for interceptor technology: (1) Program Management and Integration:
  Program planning and definition, coordination/interface with
  agencies and offices (BMDO internal, other domestic and foreign)
  on technical, programmatic and administrative matters, individual
  program analysis, problem identification and recommendations,
  impact analysis (environmental, other BMDO programs, contractual
  changes, etc.) and treaty compliance, program progress reports/briefings
  and program reviews, integration analysis and recommendations,
  documentation of program data and development of Memoranda
  of Understanding (MOUs) and Data Exchange Agreements (DEAs),
  international cooperative technology efforts and agreements,
  dissemination of information, technical administrative support
  and provision of conference/meeting facilities, 2) Technology
  Readiness: Maintaining awareness/working knowledge of interceptor
  technologies (BMDO and other agencies, countries), technologies
  assessments and impact analyses (impact on BMDO programs and
  on other agency programs), emerging technologies selection
  plans, technology enhancements, system improvements system/component
  integration, shared technology development opportunities, interceptor
  technology design, development and fabrication, development
  of tools to support evaluation of technologies interface, technology
  integration and coordination between BMDO core program offices
  (THAAD, PAC-3, etc.) and the interceptor component offices,
  (3) Experiments/Tests: System engineering and analyses to determine
  experiment/test requirements, experience/test objectives definition,
  mission planning, risk plans/risk reduction, test plans and
  procedures, flight test software, command/test data ground
  stations and test facilities, ground and flight test planning
  (based on mathematical models and simulations) and conduct
  for components, systems and system integration, safety plans
  and risk reduction recommendations, target planning and conduct,
  test operations and validation, development of software and
  databases for experiment/test data collection/analysis of data,
  and 4) Special Studies and Analyses: System effectiveness/impact
  studies, architecture system integration studies, and performance
  studies. To perform this effort, the contractor must have expertise
  in the following 8 technical areas: 1) LADAR, (2) Seekers,
  (3) Propulsion, (4) Processors, (5) Lethality, (6) Communications,
  (7) Unmanned Aerial Vehicles (UAVs), and (8) Materials & Structures.
  A Cost-Plus-Fixed-Fee IDIQ Task Order contract is contemplated
  covering a base period of 2 years, with three 1 year options
  totaling a maximum of 5 years. The current estimate for level
  of effort is within the range of 20 to 60 man-year for the
  base period and 10 to 30 man-years for each one year option.
  Contract award is planned for August 1997. Both large and small
  business, as defined in Standard Industrial Classification
  (SIC) Code 8711, Engineering Services (Military and Aerospace
  Equipment and Military Weapons): Size Standard: $20.0M, are
  invited to submit proposals to the address below in response
  to request for proposal. The Government intends to post information
  related to this procurement on the BMDO Acquisition Reporting
  Bulletin Board (BARBB). Interested parties may gain access
  to the BARBB by dialing (703) 769-8394. Callers should be prepared
  to provide the following information in order to log on to
  the BARBB for the first time: Full name, Company name, Company
  address, Phone number, FAX number, CAGE code, Type of business,
  (large, small, SDB, women-owned, etc.) For technical assistance
  in gaining access to or using BARBB, call the system operator,
  Mr. Jim Helm at (703) 486-3266, extension 358. Interested parties
  may send requests to be placed on the Bidder's List within
  30 days of this notice referencing solicitation HQ0006-97-R-0002,
  Reference Number BMDO 97-08 to Ms. Anne Terry, Ballistic Missile
  Defense Organization (BMDO) BMDO/DCT, 1725 Jefferson Davis
  Highway, Suite 1200, Arlington, VA 22202. For questions regarding
  this announcement, contact Ms. Terry at (703) 604-4459. See
  Numbered Note(s): 26.
CITE: (I-359 SN015289)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: U.S.Department of Energy, Document Control Specialist,
  P.O. Box 2500, Washington, DC 20013
SUBJECT: R--PROVIDE Q-CLEARED INDIVIDUAL TO PREPARE SUMMARY REPORTS
  FROM MINUTES AND OTHER PRESENTATION MATERIALS
SOL DE-AF01-97DP00145
POC Mary L. Wideman, Procurement Analyst, (202) 634-4595, Michael
  B. Raizen, Contracting Officer, (202) 634-4595.
DESC: The United States Department of Energy intends to acquire
  the services of a Q-cleared individual to provide for meeting
  support (520 labor hours). This support is to include preparation,
  compilation and edition of meeting minutes and other support
  documentation from several meetings previously conducted by
  the National Academy of Science (NAS) review group for the
  inertial confinement funsion (ICF) program. This group is made
  up of subject matter experts that reviewed the ICF program
  via participant presentation on the status of certain ICF activities.
  The objective of the NAS review group was to determine the
  scientific and technical readiness of the National Ignition
  Facility project and to evaluate the capabilities of the ICF
  program to support the science-based Stockpile Stewardship
  program. An individual is required for the proposed work that
  is a subject matter expert and that is uniquely qualified to
  understand the technical nuamces and who could provide proper
  characterization and emphases. The proposed award is for services
  for which the Government intends to solicit and negotiate with
  only one source (Interscience, Inc. of Troy, NY) under Authority
  of FAR 6.302-1. This notice of intent is not a request for
  Competitive Proposals. A determination by the Government not
  to compete this proposed contract based upon responses to this
  notice is solely within the discretion of the Government. Information
  received will normally be considered for the purpose of determining
  whether to conduct a Competitive Procurement. See Numbered
  Note(s): 22.
CITE: (I-359 SN015290)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Contracting Officer (670/90A) VA Medical Center 800 Irving
  Avenue Syracuse, NY 13210
SUBJECT: R--TRANSCRIPTION SERVICE
SOL RFP 670-21-97
DUE 013197
POC Contracting Officer David Evangelista 315-477-4507
DESC: Provide comprehensive transcription service for the Upstate
  NY VA HealthCare Network. Contractor will provide an "800"
  number for VA physicians to access dictation equipment. All
  phone charges will be borne by the Contractor. The Contractor
  is required to return STAT dictations within two hours of receipt,
  other reports vary in time from six hours to thirty-six hours.
  The Contractor must provide 24 hour, seven day access into
  the dictation system for all physicians. Work shall be accomplished
  Monday through Saturday from 7:00 am through 10:00 pm Eastern
  time. The Contractor shall have the ability to transmit all
  transcribed reports either into the DHCP system for upload,
  or, into a PC for review and upload by VA personnel. The method
  of transmission may vary from one access point to another.
  The estimated total line count for this contract is approximately
  7,500,000 lines. The term of the contract will be April 1,
  1997 (or date of award, whichever is later) through March 31,
  1998 with four, one year options to extend. The access points
  currently active in the network (11 locations) will be phased
  into service by the Contractor beginning on the date of award
  and ending October 1, 1997. SIC code 7338 applies. All requests
  for this solicitation must be in writing, no telephone requests
  will be honored. Requestors may mail or fax requests (315-477-4509).
  All requests must include Company name, point of contact name,
  telephone number, fax number, company address.
CITE: (I-359 SN015298)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Operational Contracting Division, 1940 Allbrook Dr, Ste
  3 Bldg 1, WPAFB OH 45433-5309
SUBJECT: R--WIND TUNNEL SUPPORT SERVICES
SOL F33601-96-R-9074
DUE 012397
POC For copy, ASC/PKWO, Attn: Bldg 260, 1940 Allbrook Dr, Ste
  3, WPAFB OH 45433-5309 POC: J Rarick/PKWOV/937-257-5845 Fax
  No 937-257-3926.
DESC: Period of Performance is 01 Apr 97 - 30 Sep 97. Four one-year
  options may be awarded. This solicitation is for contractor
  provided personnel, equipment, tools, materials, supervision,
  and any other on-site services necessary to support the test
  facilities managed by the Experimental Operations Branch (WL/FIMO)
  of the Aeromechanics Division (WL/FIM), Flight Dynamics Directorate
  (WL/FI), Wright Laboratory (WL), at Wright-Patterson Air Force
  Base, OH. Proposed procurement has been established as SMALL
  BUSINESS SET-ASIDE. Applicable SIC CODE is 8731 (1,000 employees
  or less during past 12 months). Potential contractors who did
  not submit their company name during the Sources Sought Synopsis
  (issued in CBD on 9 Oct 96) may be added to the Source List
  by written request either faxed or mailed to the buyer Mrs.
  Jean Rarick, ASC/PKWOV; 1940 Allbrook Dr., Suite 3, Wright-Patterson
  AFB OH 45433-5309 (FAX NO: 937-257-3926). This solicitation
  will be issued approx 97 Jan 23. All responsible sources may
  submit a bid, proposal, or quotation which shall be considered.
  No tel requests. Only written or faxed requests received directly
  from the requestor are acceptable. Direct all requests for
  solicitation and routine communication concerning this acquisition
  to Jean Rarick, Contract Specialist, 937-257-5845, Ext 4229.
  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. See Numbered Note(s): 1.
CITE: (I-359 SN015308)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968
  Gilbert St., Suite 600, Norfolk, VA 23511-3392
SUBJECT: R--HUSBANDING SERVICES
SOL N00189-97-R-0011
DUE 013197
POC Lt Colin Carrell, Contract Specialist (757) 445-7650; OR
  Paulette Spruill, Contracting Officer (757) 444-4006
DESC:  Husbanding Services: The Government will require a Husbanding
  Agent  to provide Port Services in Colombia. The Agent will
  be responsible for arranging and managing services which will
  be outlined in Section "B" of the Solicitation. The services
  are required at the port of Cartagena to support various types
  of U.S. Navy and Coast Guard vessels. The majority of the requirements
  will come from the group of vessels involved in the UNITAS
  operations. However, other ship visits (either group visits
  or single ships) may also arrive in port during the duration
  of the contract. U.S. Navy and Coast Guard vessels covered
  under this contract include small crafts (Class I ships with
  40 crewmembers or less), Class I Submarines and vessels with
  more than 40 crewmembers, Class II, III and IV Surface vessels
  and Class V Aircraft Carriers. The amount of services required
  is dependent upon the services that may be required which will
  be outlined in the Solicitation. The Contractor shall assist
  with any official requirements of the ship associated with
  its port visit as required by the Commanding Officer or Supply
  Officer. The Contractor will be required to provide the following
  services: (1) Preliminary arrangements of a forthcoming ship
  visit by a U.S. Vessel from the U.S. Defense Attache Office
  (USDAO) with Port Authorities and Others; (2) Initial boarding
  - board each ship upon arrival or soon thereafter; (3) Communications
  - ensure prompt exchange of information between the Agent and
  the Ships; (4) Pre-Sailing visits - schedule a visit to the
  ship one day prior to its sailing; (5) Pilots, Tugs, Linehandlers
  and Berthing Services; (6) Cargo Lighterage/Drayage Services;
  (7) Brows (Gangways) services; (8) Crane services (Shore and
  Floating); (9) Trash Removal; (10) Collection, Holding and
  Transfer Tank (Sewage Removal); (11) Fresh, Potable Water;
  (12) Water Taxi Service; (13) Vehicle Rentals; (14) Provisions;
  (15) Telephone services; and Other Miscellaneous Services as
  needed and as outlined in the Statement of Work (SOW). Services
  are to commence in the Foreign Port of CARTAGENA, COLOMBIA,
  on or before 14 June 1997 and continue until 13 June 1998.
  This is a follow-on to contract N00612-94-D-0180 awarded by
  FISC Charleston, SC. The current contract is due to expire
  13 June 1997. A Firm Fixed Price Requirements type contract
  will be awarded for a Base year, plus four (4) one-year options.
  All responsible sources may submit an offer which shall be
  considered by the agency. Request for solicitation must state
  that neither the requestor nor principal corporate officials
  and owners are currently suspended, debarred, or otherwise
  ineligible to receive contracts from any Federal Agency. Failure
  to so represent will be grounds for refusing the request. Reference
  RFP (N00189-97-R-0011) when requesting a copy of the solicitation.
  FAX (757) 445-1761. Others wishing to download the solicitation
  package should log-on to the Contracts Division's Automated
  BBS at (757) 445-1930 using (N, B, 1 AT 9600 BAUD). Specific
  questions concerning utilization of the BBS should be directed
  to the Sysop at AT (757) 445-4516. Submit written requests
  to the Fleet and Industrial Supply Center, Norfolk Acquisition
  Group, Hampton Roads Detachment, 1968 Gilbert Street, Suite
  600, Attn: Bid Clerk, Code 200C, Norfolk, VA 23511-3392, FAX
  (757) 445-1761. 
CITE: (W-359 SN015311)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Department of State, Office of Acquisition, P. O. Box
  9115, Rosslyn Station, Arlington, VA 22219-0244
SUBJECT: R--ADMINISTRATIVE SUPPORT SERVICES
SOL  S-OPRAQ-97-R-0606
DUE 022197
POC Contact Nicholas Dinkel, Contract Specialist, 703/875-6843;
  or Edna D. 
DESC:  The Department of State intends on issuing a solicitation
  for  administrative support services, ranging from analysis
  to data  entry, as a Small Business Administration 8(a) competitive
   procurement. The services will provide for Administrative
   Assistants, Data Entry Clerks, Information Receptionists,
  Technical  Writers, Program Analysts, Procurement Coordinators,
  Financial  Analysts and a Project Manager. The place of performance
  will be  at various Department of State locations throughout
  the Washington,  DC metropolitan area and Warrenton, Virginia.
  It is anticipated  that the resulting contract will provide
  for a Base Year from  August 1, 1997 through July 31, 1998
  with four one year option  years. Written requests for a copy
  of the solicitation should be  submitted to the above address.
  Only written requests will be  honored. Offers from concerns
  other than small disadvantaged  businesses will not be considered

CITE: (W-359 SN015312)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: U.S. Patent and Trademark Office, Office of Procurement,
  1 Crystal Drive, Crystal Park Building 1, Suite 810, Arlington
  VA  22202
SUBJECT: R--COPY SALES SUPPORT SERVICES
SOL 52-PAPT-7-00004
POC Dora Sanders, Contracting Officer/Contract Specialist, 703-305-8465;
  David J. Zelnick, Contracting Officer, 703-305-8068.
DESC: The Patent and Trademark Office (PTO) located in Crystal
  City, Arlington, Virginia anticipates entering into a five
  year (base and four options) fixed unit price/cost plus award
  fee/requirements contract for Copy Sales Support Services.
   This acquisition is a full and open competition. Interested
  offerors should request a copy of the solicitation as expediously
  as possible since the solicitation will be issued without further
  notice.  The Standard Industrial Code (SIC) is 7363. Only written
  requests for the solicitation are acceptable. Under this acquisition,
  the Contractor shall provide a staff of qualified personnel
  to support the copy sales support and customer services requirements:
  initial reception, processing, tracking/control and document
  distribution for orders for copies of issued patents and trademarks
  and other available documents and information; retrieval and
  reproduction of printed copies from a variety of locations
  and sources, maintenance of source document files, operation
  of all equipment used in order reception, processing, control,
  copy reproduction, and distribution; operation of a public
  service facility; maintenance of Government Funrished Equipment
  and customer services.  The solicitation requirements for proposal
  preparation are a written proposal and oral presentation. 
  A pre-proposal conference is planned.  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,and FAX number.  The point of contact for all
  information regarding this acquisition is Dora Sanders at (703)
  305-8465.
CITE: (I-359 SN015321)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Defense Supply Service--Washington, 5200 Army Pentagon,
  Washington, DC 20310-5200
SUBJECT: R--ARMY CAREER AND ALUMNI PROGRAM/JOB ASSISTANCE CENTERS
  (ACAP/JAC)
SOL MDA903-91-C-0179
POC Ms. Zalerie Moore, Contract Specialist, (703) 695-2563; Ms.
  Kathy Dobeck, Contracting Officer, (703) 695-2562.
DESC: Defense Supply Service--Washington on behalf of the Total
  Army Personnel Command (PERSCOM) in Alexandria, Virginia intends
  to execute a "Bridge Modification" under contract MDA903-91-C-0179
  to EXTEND the period of performance from 7 May 1997 to 7 September
  1999. Pursuant to FAR 6.302-1, the cost-plus-fixed-fee contract
  modification will be negotiated with one source, Resource Consultants
  Inc. (RCI), 1960 Gallows Road, Vienna, VA 22182-3859. The period
  of performance will be for one year, with four, four (4) month
  option periods. The contract modification extension will allow
  for the provisioning of Defense and other federal agencies'
  job assistance services and transition  services to military
  service members, Government employees, and their family members.
  The extension will provide the means for continued staffing,
  managing and operations of existing JACs, In-service transfers,
  Transition Centers (TCs), and ACAP. The specific services,
  management oversight, and logistical support that will be required
  under the extension include: (1) Job assistance, transition
  assistance and processing, in-service recruiting (active and
  reserve) for transitioning personnel, and counseling; (2) Marketing
  the ACAP/JAC program to transitioning personnel; (3) Accountability,
  maintenance and repair of Government Furnished Property, to
  include automation equipment;   (4) Replacement of obsolete
  or unserviceable automation equipment, office equipment, and
  office furnishings; (5) Providing transition services to military
  personnel retiring or separating from overseas locations. This
  notice of intent to issue a CONTRACT MODIFICATION is NOT A
  REQUEST FOR PROPOSALS, though any capability statement received
  within forty-five (45) days after date of publication of this
  synopsis will be considered by the Government. See Note 22.
CITE: (M-359 SN015323)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: U.S. Nuclear Regulatory Commission Divison of Contracts,
  Attn: Donald A. King, 7I2 TWFN, Washington, DC 20555
SUBJECT: R--VERBATIM STENOGRAPHIC REPORTING AND TRANSCRIPTION
  SERVICES
SOL RS-SEC-97-136
DUE 020397
POC Room 301/415-7427. Only written or faxed RFP are accepted.
  Fax: 301/415-8157. Contract Specialist: Donald A. King, 301/415-6731
DESC: 17. The contractor shall provide verbatim stenographic
  reporting, transcription, and real-time translation services
  for the Nuclear Regulatory Commission meetings which are conducted
  in the Washington, D. C. metropolitan area. The Commission
  has averaged approximately 100 meetings per year during the
  past several years. The period of performance is 36 months
  with one 12 month option period. The proposed action is a 100%
  small business set-aside. The SIC Code for this solicitation
  is 7338. The size standard for this solicitation is average
  annual receipts not to exceed 5 million dollars over the past
  three years. Copies of RFP RS-SEC-97-136 will be issued on
  or about January 14, 1996. All interested firms should submit
  written requests for RFP-SEC-97-136 to the U.S. Nuclear Regulatory
  Commission at the address as shown above. Telephone requests
  will not be honored. Closing date for proposals is 20 days
  after issue date of solicitation.
CITE: (I-359 SN015408)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 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--REPORT - PRIMARY HEALTH CARE SETTINGS
SOL HRSA-BPHC-97-B30770
DUE 011397
POC Alexandra B. Garcia
DESC: The purpose of this procurement is to support the development
  and preparation for dissemination of a report containing specific
  recommendations applicable to primary health care settings
  based on the resulsts of the December 1-5, 1996, 10th Annual
  Counseling and Treating People of Colour Conference. 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 Ms. Frances Brisbane, 53 Rustic Avenue, Medford, NY 11763.
  Ms. Frances Brisbane 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-359 SN015428)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Office of Justice Programs, Contracts Branch, Room 542
  633 Indiana Avenue, N.W., Washington, DC 20531
SUBJECT: R--SOLE SOURCE PROCUREMENT TO PROVIDE CONSULTING SERVICES
  TO THE OFFICE OF JUSTICE PROGRAMS.
SOL OJP-97-R-005SG
POC Shirley Green, Purchasing Agent, (202) 307-0992 or Robyn
  Dyson Towles, Chief Contracting Officer, (202) 616-9226.
DESC: The Office of Justice Programs (OJP) intends to acquire
  consulting services on a sole source basis using simplified
  acquisition procedures from Novell Inc. to assist the agency
  in the upgrade to NetWare 4. The contractor will be required
  to review the agency's NetWare and GroupWise environment and
  develop design documents for and a migration plan for NetWare
  4 to GroupWise. In addition, the contractor will be required
  to perform the following specific tasks: Examine the current
  NetWare environment to include, Server configuration, Client
  configuration, LAN and Wan Topology; Examine the current GroupWise
  environment to include, Post Office configuration; Develop
  NetWare 4 design and migration plan to include NDS Tree design
  and Time synchronization. Novell is the developer and manufacturer
  of NetWare and subsequently is the best source of information
  regarding the product and can provide the best assistance to
  customers in the migration and implementation of NetWare. This
  is not a request for competitive proposals. Simplified Acquisition
  Procedures will be utilized in this procurement. Any firm desiring
  consideration must submit documentation which demonstrates
  its technical capability to perform this requirement. All responses
  will be considered.
CITE: (I-359 SN015432)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services--Potential Sources Sought
OFFADD: U.S. Postal Service, Room 4541, 475 L'Enfant Plaza West,
  S.W., Washington, DC  20260-6237
SUBJECT: R--PREQUALIFICATION FOR THE TRANSIT TIME MEASUREMENT
  SYSTEM (TTMS)
DUE 013197
POC Paul R. Courtemanche, Contracting Officer (202) 268-5752
DESC: Sources Sought/Supplier Prequalification for the Transit-Time
  Measurement System (TTMS). The U.S. Postal Service (USPS) wishes
  to prequalify sources to develop and implement the TTMS. The
  purpose of the TTMS is to measure service performance, externally
   and independently, from  point of USPS entry to in-home delivery
  (addressee) for several classes of mail, including, but not
  limited to, First-Class and Priority Mail. A variety of periodic
  and adhoc reports will be generated to help  identify service
  problems so that corrective actions can be taken. Interested
  companies seeking  to be prequalified must provide in their
  response: (1) Experience in similar  or related projects including
  quality processes, with references and contacts.  (2) Organizational
  history and capabilities statement which must be of nationwide
  scope. (3) The accomplishment level, education and experience
  of key personnel must be listed. Prequalification does not
  constitute a contract award. It  is a business decision  of
  the Contracting Officer to prequalify and is not subject to
  legal recourse available to disappointed offerors when they
  seek USPS contracts. It is the intent of the USPS to award
  this contract using the prequalified vendors. The USPS will
  review current and past performance on similar contracts, corporate
  history and capabilities  statements, quality assurance procedures
  and capabilities and experience on similar large scale projects,
  key personnel qualifications and other pertinent information
  provided by the interested parties/organizations. Upon completion
  of this review, all companies responding to this announcement
  will be notified of the USPS' decision. Please submit all responses
  in writing. The due date for submission of responses is  Monday,
  January  31, 1997.
CITE: (M-359 SN015278)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services--Potential Sources Sought
OFFADD: National Imagery and Mapping Agency, 4600 Sangamore Road,
  Bethesda, MD 20816-5003
SUBJECT: R--SOURCES SOUGHT FOR GEOSPATIAL INFORMATION INTEGRATED
  PRODUCT TEAM'S (GI IPT) GEOSPATIAL INFORMATION INFRASTRUCTURE
  (GII) 2000 REQUIREMENT
SOL NMA100-97-R-5034
POC Contracting Officer, Ms. Mary Ann Klaner (301) 227-2235
DESC: SOURCES SOUGHT - This initial annoucement provides overall
  background on this sources sought Geospatial Information Infrastructure
  (GII) 2000 requirement including reference to information contained
  on the GI IPT webpage. The GII 2000 requirement is being developed
  by the Geospatial Information Integrated Product Team (GI IPT),
  which is chaired by the National Imagery and Mapping Agency
  on behalf of the Defense and national security communities.
  In this announcement, we also are asking for industry comment
  on the first draft of evaluation criteria to be used in selecting
  candidate GII 97 solutions. The need for a Geospatial Information
  Infrastructure (GII) 2000 can be seen in the Defense Department's
  Joint Vision 2010 (JV 2010). JV 2010 talks about the need for
  interoberability, quick insertion of advanced technology through
  spiral development, greater reliance on commercial solutions
  and information superiority becoming the cornerstone of successful
  mission execution. GII 2000 takes JV 2010's conceptual template
  for achieving what it terms "full spectrum dominance" to the
  next logical level by developing the GII to include producing,
  managing and disseminaing geospatial information, and software
  tools needed by the customers to compose a common view of the
  mission space. In addition to supporting US Defense operations,
  we envision the GII as supporting a common view of the mission
  space that also is part of US foreign policy, and US National
  Security operations. The GI IPT has two deliverables due by
  October 1997. (1) A GII Master Plan-GII 2000 and Beyond: A
  business and investment strategy, which will describe the iterative
  implementation of the necessary business processes, cultural
  changes, and technology infusions needed for a GII to be successful.
  (2) GII 97, a demonstrable capability of the GII that includes
  many of the new business practices encouraged through a GII,
  and a suite of technology_predominantly commercial and nondevelopmental
  items_that enables a GII. It is our desire to incorporate the
  greatest input and participation from commercial industry and
  academia in a timely manner to support the development of both
  deliverables. The IPT selected the Open GIS Consortium, Inc.,
  (OGC) of Wayland, MA to facilitate a process for commercial
  industry and academia involvement. Industry and academia participation
  in supporting the definition and implementation of the GII
  is of critical importance, as the IPT desires to take the greatest
  advantage of commercial and nondevelopmental items as makes
  sense. This announcement invites industry to participate in
  the GI IPT market research activity facilitated by the OGC.
  The OGC/IPT Task Force process will be the primary mechanism
  for this market research. The Government is using two methods
  to obtain information via the Task Force process: informal
  Government/Industry and academia interaction at Task Force
  meetings; and a formal consolidation of information submitted
  by industry and academia. Informatoin sought includes (1) technology
  component technical information, and (2) commentary and review
  of GI IPT products (i.e. the GII 2000 requirements document,
  and Master Plan drafts). The technology component technical
  information will form the basis of a technology matrix, which
  is meant to summarize the state of available commercial and
  nondevelopmental technology components matched to GII 2000
  functional requirements. The GI IPT will iterate the GII 2000
  requirements via the Master Plan drafts. Formal products from
  the Task Force_i.e. technology matrix, and commentary and review
  of GI IPT products_also will be iterated. Each iteration of
  the technology matrix also provides the GI IPT a baseline for
  commercial and nondevlopmental items available for use in GII
  technology capability demonstrations. Thus, the GI IPT strongly
  encourages all interested industry parties to become involved
  in the OGC/IPT process. Upcoming OGC/IPT Task Force meetings
  are tentatively scheduled for 13-15 January and 10-12 February
  in the Washington, D.C. area. Registration for these meetings_at
  no costd_is via the web at http://www.opengis.org/ipt/. The
  OGC/IPT process stresses joint government and industry involvement
  in the form of regular participation and dialogue. Those interested
  in participating may contact OGC representatives Messrs. David
  Schell and Louis Hecht by telephone: (508) 655-5858, fax: (508)
  655-2237. The OGC mailing address is 35 Main Street, Suite
  5, Wayland, MA 01778. Information on the OGC/IPT process is
  available on the World Wide Web at the GI IPT page http://164.214.2.57/
  and the OGC web page http://www.opengis.org/ipt/. OGC's support
  to the GI IPT as the facilitator of industry/academia exchanges
  and consolidator of industry data from meetings and/or electronic
  transmission of requested information is accomplished on a
  non-filtered basis. The OGC will not be involved in any evaluation
  nor award decisions of industry proposals for capability demonstrations
  leading to GII 97. The first capability demonstration of a
  comprehensive GII will be GII 97. The GI IPT will solicit commercial
  and nondevelopmental items from the technology matrix for inclusion
  in GII 97. Because we desire to learn what a comprehensive
  GII provides and enables, we intend to solicit for these technologies
  in a holistic approach, that is, as GII solutions vice individual
  parts. Because of this approach, other requirements related
  to integration, cost, etc. will be requested. The Government
  anticipates evaluating and selecting multiple GII 97 proposed
  solutions. These candidate GII 97 solutions will be further
  tested and evaluated at the government's Geospatial Prototype
  Facility. The results of these tests and evaluations will support
  a Government decision for what the GI IPT declares as GII 97.
  For GII 97, the GI IPT is looking for commercial and nondevelopmental
  items that would, in combination, create a holistic GII technical
  solution. The following draft evaluation criteria will aid
  in determining which of the proposed solutions hold the greatest
  potential for satisfying the technical requirements of a GII
  97. The GI IPT is seeking feedback from industry and academia
  on the understandability of the these criteria. Industry comments
  on the draft evaluation criteria are required by 5:00 p.m.
  EST 6 January 1997. They should be provided to the GI IPT via
  website page item: Evaluation Criteria Feedback, or faxed to
  NIMA Contracting Officer, Mary Ann Klaner (301) 227-2218 or
  227-5573. The Government anticipates subsequent CBD notice
  in mid-January 1997 announcing this requirement under a Broad
  Agency Announcement (BAA) with proposals due approximately
  mid-March 1997. Pre-proposal type information will be provided
  during the January and February OGC/IPT Task Force meetings
  mentioned above. Please refer to the identified website pages
  for agenda information covering this topic. Draft Evaluation
  Criteria: GII 2000 Requirements satisfaction, i.e. the degree
  to which solutions have demonstrated satisfaction of GII 2000
  functional requirements. Subcriteria include: (a) Information
  Production functional requirements for GII 2000. No evaluation
  of the proposal in this area will occur if the ability to produce
  any one of the following data types to stated accuracies is
  not provided: vector feature data, elevation data, controlled
  digital orthrectified image data, or precisely controlled digital
  stereo photogrammetric image data. Additional weight will be
  given to proposals that demonstrate an ability to provide minimum
  attribution, metadata and quality control, and output in widely
  accepted commercial standard formats as well as an ability
  to provide the data in currently accepted government formats:
  VPF for vector data, DTED for elevation data, CIB for controlled
  digital orthorectified image data, and DPPDB for precisely
  controlled digital stereo photogrammetric image data. (b) Information
  Management & Dissemination requirements for GII 2000. Additional
  weight will be given to proposals that describe the extent
  to which the proposed GII 97 technologies address IM&D issues
  presented in the issues section of the requirements document.
  Specific emphasis is placed on the following critical issues:
  (1) efficient metadata capture in the data production process
  to allow for production management, data maintenance and seam
  less access to frame work vector data at a tile, thematic and
  feature level [Note: The offeror should explain how their approach
  supports the following functions cataloging, storing, managing,
  searching, browsing, and retrieval of geospatial and imagery
  data.]; (2) tool selection and operational concept for assisting
  providers and users of geospatial information in the integration
  of disparate vector (different scales accuracies and topologies)
  and other data sets that are to be populated into the GII data
  bases. (c) Information Applications requirements for GII 2000.
  No evaluation of the proposal in this area will occur if the
  proposal doesn't satisfy at least 50 percent of the core application
  functional requirements. Additional weight will be given for
  proposals where greater than 50 percent of the core requirements,
  and some or many of the mission specific requirements are satisfied.
  (2) Systems engineering. The architecture and design of a group
  of interacting, interrelated, or interdependent elements that
  together form a complex whole, a "system." Security, integration,
  interoperability, ease of use, and work flow will be examined
  both individually and as they relate to the overall system.
  Subcriteria include: (a) Security - Extent to which the proposal
  demonstrates that the system can satisfy appropriate security
  directives for the security level of the data being used. [NOTE:
  If the proposal does not cover a complete system, but only
  a component or components of a system, then the proposal will
  be evaluated for the extent that the component(s) will not
  cause a system that satisfied a class of protection defined
  in the DoD standard to fail to be able to provide that class
  of protection.] Additional weight will be given to proposals
  that meet or exceed accepted DoD standard levels for data security.
  (b)Integration - The arrangement of components or systems in
  an architecture so that they function together in an efficient
  and logical way. At a minimum proposals should demonstrate
  the use of common services and standard interfaces, especially
  public API's. Greater weight will be given to proposals that
  comply or nearly comply with the integration requirements of
  DII COE level 5. (c) Interoperability - The ability of the
  system to provide services to and services from other systems,
  enabling them to operate effectively. At a minimum, the proposal
  should internally use consistent data formats. Additional weight
  will be given to systems that interoperate with one or more
  other systems, with the greatest weight given to systems that
  interoperate at the system and product levels with all other
  systems. (d) Ease of use - Human computer interface provides
  for ease of operation. At a minimum the proposal should have
  a graphical user interface (GUI). Additional weight will be
  given for proposals that comply with standard GUI interfaces
  such as Windows or MOTIF; for having on-line help files, useful
  error messages, and robust operation; and for complying with
  the HCI style guide requirements for DII COE level 5. (e) Work
  Flow - Addresses the number of steps required for process completion,
  the efficiency of those steps, and the flexibility of task
  completion. At a minimum it should not disrupt other automated
  or manual work flow. Greater weight will be given to proposals
  that provides multiple paths to accomplish end-to-end work
  flow by allowing user selection of appropriate sequences; allowing
  intelligent use of information for multiple processes; allowing
  for multiple collaborative users. (3) Component potential in
  an end-to-end solution - the potential for a partial GII solution
  (i. e., one that doesn't address all of the functional requirements
  areas_production, management & dissemination, and application)
  to replace, enhance or add value to a proposed whole GII solution,
  or combine with other partial solutions to form a whole solution.
  Subcriteria include: (a) Potential for component to add-value
  to a GII solution - Determination if the component technology
  would be a unique (not yet offered) functionality capability
  in a GII solution, or a unique approach to a functionality
  or capability already offered in a GII solution. This will
  be a go/no go decision. (b) Ability for component to be adaptive
  to a proposed GII solution - Greater weight will be given for
  proposals that have the ability to directly replace proposed
  fnctionality within one or more proposed GII solutions, possibly
  with minor integration work required. (c) Ability to create
  wholly new GII or partial GII solutions - Greater weight will
  be given to proposals that could be paired with other partial
  GII solutions in order to build a new whole or new partial
  GII solution, possibly with minor itegration work required.
  (4)Cost realism, life-cycle cost, clarity and completeness.
  The Government is interested in obtaining cost information
  at proposal state to include the cost of one year's lease or
  purchase of the technology demonstrated and the option cost
  for one to five quantity more to acquire if Government elects
  to purchase after successful demonstration. The Government
  also will entertain bailment agreements with the proposers
  for these solutions which meet the threshold for becoming candidate
  GII 97 solutions. "End of Evaluation Criteria". In an effort
  to optimize streamlined technical and business approaches,
  DoD Agencies have recently been delegated authority to conduct
  prototype development outside the normal constraints of the
  Federal Acquisition Regulation (FAR). NIMA is permitted to
  consider usage of "Other Transactions" authority of 10 U.S.C.
  2371, "Section 845", Authority to Carry Out Certain Prototype
  Projects for this requirement. This authority will permit offerors
  to propose more flexible non-procurement arrangements including:
  Other transactions under 10 U.S.C. 2371: bailment, parallel
  or coordinated research, consortia agreements, joint funding,
  or non-Federal Acquisition Regulation contracts for Section
  845 prototype agreements. NIMA currently has authority to consider
  offers under non-procurement assistance under the DoD Grant
  and Agreement Regulations (DGRS) for grants and traditional
  cooperative agreements in addition to the standard acquisition
  procurement FAR contracts, specifically Part 12, "Acquisition
  of Commercial Items", as deemed appropriate to the parties
  for this requirement. Interested parties are invited to visit
  our web site "Geospatial IPT Home Page" at http.//164.214.2.57/.
  All questions should be forwarded to National Imagery and Mapping
  Agency, Contracts in Support of Systems and Technology, ATTN:
  PCU/D-88, 4600 Sangamore Road, Bethesda, MD 20816-5003, Attn:
  PCU, Ms. Mary Ann Klaner or faxed to (301)227-2218 or 227-5573.
  This announcement is not a request for proposals.
CITE: (I-359 SN015282)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services--Potential Sources Sought
OFFADD: U.S. Department of Agriculture, Food and Consumer Service,
  Contract Management Branch, Room 914, Alexandria, VA 22302
SUBJECT: R--TRACKING OF PUBLIC SERVICE ANNOUNCEMENTS
POC Steve Crotwell, Contract Specialist, (703) 305-2265; Len
  Pinkey, Contracting Officer, (703) 305-2250.
DESC: The U.S.D.A. Food and Consumer Service is seeking sources
  with the capability to track Public Service Announcements (PSA's)
  as they are shown on Television Stations nationally. These
  PSA's have already been distributed and are not coded for tracking
  purposes. Sources must have the capability to report--for up
  to 4 PSA's (each time they are shown): (1) Where the PSA was
  shown (city and state); (2) Which station it was shown on;
  (3) What time was the PSA shown; (4) and the estimated dollar
  value for airing the PSA in that particular time slot. Surveying
  television station records or officials is not an acceptable
  method of collecting the information. It is anticipated that
   this survey will be for a period of 3 months. Interested parties
  should submit their capabilities, including a brief plan of
  how you would accomplish the required effort. This information
  should be submitted to the USDA, Food and Consumer Service,
  Contract Management Branch, Rm 914, Attn: Steve Crotwell, 3101
  Park Center Drive, Alexandria, VA 22302 not later than 06 January
  1997. Telefaxed responses are not acceptable.
CITE: (M-359 SN015337)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Purchasing And Materials Service Center, U.S. Postal
  Service, 395 Oyster Point Blvd., Suite 205, South San Francisco,
  CA 94099-6261
SUBJECT: S--FOOD SERVICES-CAFETERIA
SOL 052684-97-A-0056
DUE 021997
POC Dawn Vigil, Purchasing Specialist, (415) 794-6134, Contracting
  Officer, Rey T. Pulido, (415) 794-6184
DESC: Cafeteria Food Services at the USPS Processing and Distribution
  Center, Santa Clarita, CA. Contract is for a 3 year period
  with two 1-year renewal options. The facility has approximately
  1,500 employees, of which 30% will use the cafeteria. Request
  must be received within (10) days after date of this notice
  or until supply is exhausted. Solicitation will be issued o/a
  01/10/97. Request for solicitation packages must be in writing.

CITE: (W-358 SN015017)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Purchasing And Materials Service Center, U.S. Postal
  Service, 395 Oyster Point Blvd., Suite 205, South San Francisco,
  CA 94099-6261
SUBJECT: S--FOOD SERVICES-CAFETERIA
SOL 052684-97-A-0056
DUE 021997
POC Dawn Vigil, Purchasing Specialist, (415) 794-6134, Contracting
  Officer, Rey T. Pulido, (415) 794-6184
DESC: Cafeteria Food Services at the USPS Processing and Distribution
  Center, Santa Clarita, CA. Contract is for a 3 year period
  with two 1-year renewal options. The facility has approximately
  1,500 employees, of which 30% will use the cafeteria. Request
  must be received within (10) days after date of this notice
  or until supply is exhausted. Solicitation will be issued o/a
  01/10/97. Request for solicitation packages must be in writing.

CITE: (W-358 SN015018)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Purchasing And Materials Service Center, U.S. Postal
  Service, 395 Oyster Point Blvd., Suite 205, South San Francisco,
  CA 94099-6261
SUBJECT: S--FOOD SERVICES-CAFETERIA
SOL 052684-97-A-0056
DUE 021997
POC Dawn Vigil, Purchasing Specialist, (415) 794-6134, Contracting
  Officer, Rey T. Pulido, (415) 794-6184
DESC: Cafeteria Food Services at the USPS Processing and Distribution
  Center, Santa Clarita, CA. Contract is for a 3 year period
  with two 1-year renewal options. The facility has approximately
  1,500 employees, of which 30% will use the cafeteria. Request
  must be received within (10) days after date of this notice
  or until supply is exhausted. Solicitation will be issued o/a
  01/10/97. Request for solicitation packages must be in writing.

CITE: (W-358 SN015020)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: General Services Administration,GSA Center (10PP),400
  15th Street SW,Auburn, WA 98001-6599
SUBJECT: S--JAN SERVICES
SOL GS-10P-97-LSC-0009
DUE 021897
POC Contact,Barbara Roberson,206/931-7482,Contracting Officer,Patricia
  A. Tacke tt,206/931-7486
DESC: Provide Janitorial and Related Services at the Federal
  Building and U.S. Co urthouse, 201 W North, Enterprise, Oregon.
   IAW Government Specifications.  Peri od of Performance April
  1, 1997 through March 31, 1998 , one year with four one year
  options.  See Note cards 1 and 26.
CITE: (I-359 SN015154)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: General Services Administration, 501 Magazine St., Room
  1044, New Orleans, LA 70130-3394
SUBJECT: S--FACILITY OPERATIONS SERVICE, (TO INCLUDE THE PERFORMANCE
  OF WATCHES, TOURS & SERVICE CALLS) AT VARIOUS FEDERAL BUILDINGS
  IN NEW ORLEANS, LA
SOL GS-07-P-96-DRC-0135
DUE 021497
POC Betty Collord, (504) 589-6085/Contract Specialist or Elvera
  S. Pigg, Contracting Officer, (504) 589-6088.
DESC: SOLICITATION NOTICE: SIC Code 7349:GS-07P-96-DRC-0135,
  Facility Operations Service (to include the performance of
  watches tours, & service calls) at various Federal Building
  locations in New Orleans, LA. Contract period: April 1, 1997
  through March 31, 1998 with four (4) one-year options. Solicitation
  to be issued on or about January 13, 1997. Proposal due date
  February 14, 1997. A pre-proposal conference is scheduled on
  or about January 17, 1997. This solicitation is set aside for
  Small Business. No current contractor. Estimated dollar amount
  of contract is $250,000.00 to $500,000.00/year. Bid/Payment/Performance
  Bonds will be required. Requests for solicitation packages
  may be facsimiled to (504) 589-6698. All responsive offers
  from responsible sources will be considered.
CITE: (M-359 SN015252)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Commander (fcp), U.S. Coast Guard, Maintenance and Logistics
  Command Atlantic, 300 East Main Street, Suite 965, Norfolk,
  VA 23510-9113
SUBJECT: S--REFUSE COLLECTION SERVICES
SOL DTCG84-97-B-16A248
DUE 011497
POC Ms Sandra Martinez, Contract Specialist at (757) 628-4119.
DESC: prepared in accordance with the format in Subpart 12.6,
  as supplemental with additional information included in this
  notice. This announcement constitues the only solicitation;
  bids are being requested and a written solicitation will not
  be issued. (II) This combined synopsis/solicitation is issued
  as an Invitation to Bid (IFB). (III) The solicitation document
  and incorporated provisions are those in effect through Federal
  Acquisition Circular FAC90-42. (IV) This combined/solicitation
  is under the Small Business Demonstration Program, pursuant
  to FAR Subpart 19.10. The standard identification code (SIC)
  number is 4953 and small business size standard is 6 million
  dollars. (V) The contractor shall furnish refuse and recycling
  collection and disposal services at United States Coast Guard
  Activities New York (Ft. Wadsworth, Rosebank, and McClean Quarters,
  Staten Island and Battery Building in Manhattan, New York).
  A combination of Firm Fixed Price and Requirements type contract
  will be awarded. FIRM FIXED PORTION: Clin 0001 - Base Year
  commencing 1 Feb 1997 through 31 Jan 1998. Bidder shall submit
  a unit price per pickup, and a monthly rental price (except
  for Government Furnished) for each solid waste container listed
  below. Clin 0001AA - 149 each, 90 gallon rollaway (government
  furnished) for 104 pickups; Clin 0001AB - 2 each, 2 cubic yard
  covered for 104 pickups; Clin 0001AC - 4 each, 4 cubic yard
  covered for 104 pickups; Clin 0001AD - 4 each, 8 cubic yard
  covered for 104 pickups. RECYCLING CONTAINERS - 0001AE - 95
  each, 90 gallon for 52 pickups (The contractor shall furnish
  blue and green containers); Clin 0001AF - 5 each, 2 cubic yard
  (3 blue and 2 green) for 52 pickups. REQUIREMENTS PORTION -
  CLIN 0001AG - Estimated 2 each, 30 cubic yard containers for
  85 on call pickups. OPTION YEARS: In order to be eligible for
  award, bidders shall submit prices as specified above for each
  option. Option Year One 1 Feb 1998 through 31 Jan 1999; Option
  Year Two - 1 Feb 1999 through 31 Jan 2000; Option Year Three
  1 Feb 2000 through 31 Jan 2001; Option Year Four - 1 Feb 2001
  through 31 Jan 2002. The Government will exercise the option
  years in accordance with FAR 52.217-9 Option to Extend the
  Term of the Contract, if required. The Government will give
  the Contractor a preliminary notice of its intent to extent
  at least 60 days before the contract expires. The preliminary
  notice does not commit the Government to an extension. GENERAL
  REQUIREMENTS: A. Performance; Provide all direct labor, supervision,
  materials, equipment, supplies, tools, transportation, disposal
  cost, and all incidental/related work necessary to collect
  and dispose solid waste. Carelessness, hasty performance evidenced
  by dirty containers, scattered refuse and container improperly
  placed constitutes unsatisfactorily workmanship. B. CONTAINERS:
  Location of containers will be provided upon request by the
  calling the contact number below. The containers shall be subject
  to change of location at any time during the contract period.
  All containers shall be cleaned of all waste and waste residue
  from all surfaces. Special attention shall be given to remove
  all material from seams and rolled edges. After each cleaning
  the interior of the container shall be sprayed with a disinfectant.
  All containers used for recycling purposes shall be cleaned
  by the contractor seminannually. Containers which are removed
  from the collection site for cleaning more than one day shall
  be replaced with a clean equivalent size containers. C. INDEFINITE
  QUANTITY: The requirements portion if this contract shall be
  ordered by the Contracting Officer through the issuance of
  a Delivery Order. The contractor shall complete the work within
  twenty-four (24) hours after receiving notice from the Contracting
  Officer, excluding Federal Holidays and Sundays. D. SCHEDULE
  OF SERVICES: The frequency of collection shall be twice a week
  for solid waste, Mondays and Thursdays between the hours of
  0730 to 1600 hours. E. FAR provision 52.212-1 Contract Term
  and Conditions Commerical Items is incorporated by reference.
  The following are addendum to FAR Provision 52.212-1: The following
  clauses are incorporated, FAR 52.233-2 Service of Protest (Oct
  1995), FAR 52.217-5 Evaluation of Options (Jul 1990), FAR 52.232-15
  Progress Payments not Included (April 1984). F. FAR provision
  52.212-2 Evaluation - Commerical Items does not apply, award
  will be made to the lowest price. G. Bidders shall complete
  FAR 52.212-3 Offerors Representative and Certifications - Commerical
  items and submit it with their bid. The certification can be
  requested by calling the contact number below. H. FAR 52.212-4
  Contract Terms and Conditions - Commercial Items hereby apply
  to this solicitation. FAR provision 52.214-4 includes an addendum
  incorporating additional clause; please contact the number
  identified below to obtain the clauses. I. FAR clause 52.212-5
  Contract Terms and Conditions Required to Implement Statues
  or Executive Orders - Commercial Items hereby applies to this
  acquisition, FAR 52.203-6 - Restriction on Subcontractor Sales
  to the Government - Alternative I, FAR 52.203-10 Price or Fee
  Adjustment for Illegal or Improper Activity, FAR 52.219-9,
  Small Business Disadvantage and Women Owned Small Business
  Subcontracting Plan, FAR 52.222-26 Equal Opportunity , FAR
  52.222-35 Affirmative Action for Special Disabled and Vietnam
  Era Veterans, FAR 52.222-36 Affirmative Action for Handicapped
  Workers, FAR 52.222-37 Employment Reports on Special Diabled
  Veterans of the Vietnam Era, FAR 52.222-41, Service Contract
  Act of 1965, as amended, FAR 52.222-42 Statement of Equivalent
  Rates for Federal Hires, FAR 52.222-43 -Fair Labor Standard
  Act and Services Act - Price Adjustment (Multiple year and
  option Contracts), FAR 52.222-44 Fair Labor Standards Act and
  Service Act. Bidders may obtain the latest wage Determination
  No. 94-2375 (Rev.3) dated 5/9/1996 which established the prevailing
  wage guidelines for this contract by calling the number below.
  INSURANCE: Before commencing work the contractor shall show
  proof of adequate insurance. Adequate insurance is defined
  as: WORKMEN'S COMPENSATION AND EMPLOYER'S LIABILITY with employer's
  liability coverage of at least $100,000.00. GENERAL LIABILITY
  with bodily injury liability written on the comprehensive for
  policy at least $500,000.00 per occurance. AUTOMOBILE LIABILITY
  insurance written on the comprehensive form policy, providing
  for at least $200,000.00 per person and $500,000.00 per occurance
  bodily injury and $20,000.00 per occurance for property damage.
  NOTICE TO OFFERORS: Reference is made to enclosure (1), of
  COMDTINST 4200.49 - It is the policy of the Coast Guard to
  issue solicitation and make contract awards in a fair and timely
  manner. To further this policy, the Commandant has created
  the position of Solicitation Ombudsman who is empowered to
  investigate issues raised by prospective offerors and resolve
  investigate issues raised by prospective offerors and resolve
  them, where possible, without expensive and timely consuming
  litigation. Potential offerors who believe that a Coast Guard
  solicitation is unfair or otherwise defective should first
  direct their concerns to the cognizant contracting officer.
  If the contracting office is unable to satisfy the concerns,
  the offeror should contact the Coast Guard solicitation Ombudsman
  at: Commandant (G-CPM-S/3), 2100 Second Street, SW, Washington,
  DC, 20593, Telephone (202) 267-2285, FAX (202) 267-4011. Potential
  offerors should provide the following information to the Ombudsmand
  in order to ensure a timely response: solicitation number,
  contracting office, contracting officer and solicitation closing
  date. (Note: Interested minority and women owned businesses
  may want to investigate the Department of Transportation's
  short loan program. For further information and applicable
  forms, please call (202) 366-2852). SUBMISSION OF BIDS: Bids
  shall be received at Commander (fcp-1), Maintenance & Logistics
  Command Atlantic, 300 East Main Street, Suite 965, Norfolk,
  VA 23510-9113, Attention: Ms. Sandra Martinez, by 3:00pm local
  time January 13, 1997. All bids shall be clearly marked with
  the bidder's name and solicitation number. POINT OF CONTACT:
  For information, questions and availability of forms,addendam,
  drawings, wage determination, etc.,please contact Ms. Sandra
  Martinez at (757) 628-4119 or request same via fax (757)628-4134.
CITE: (I-359 SN015309)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968
  Gilbert St., Suite 600, Norfolk, VA 23511-3392
SUBJECT: S--REPAIR DUNCE CAP
SOL N00189-97-Q-1431
DUE 011297
POC Contracting Officer:SHARON HUNDLEY, CODE 204.33A; (757) 445-2696
  FAX (757) 444-4181; PURCHASING AGENT: CAROLYN JOHNSON, CODE
  200.XCJ; (757) 445-2891 FAX (757) 444-4181
DESC:  Provide Services and Materials to pick up, repair and
  deliver one (1) GFM Dunce Cap. This is a SAP requirement. Location
  of equipment, Cheatham Annex., Yorktown, VA. Copies of request
  for quotation may be obtained from bid board located at FISC,
  Bldg W-143-6, Norfolk, VA. Note 22 applies. A copy of solicitation
  may be requested in writing to the issuing address, or by facsimile
  at (757) 444-4181. Interested parties should provide their
  CAGE Code, TIN # and FAX number. Requests for the solicitation
  must state that neither the requestor nor principal corporate
  officals and owners are currently suspended, debarred, or otherwise
  ineligible to receive contracts from any Federal Agency. Failure
  to do so represent will be grounds for refusing the request.
  Refer to the solicitation number when requesting copies of
  the RFQ. The solicitation will be a 100% small business set-aside.
CITE: (W-359 SN015343)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: DA, DIRECTORATE OF CONTRACTING, FORT DRUM, NY 13602-5220
SUBJECT: S--PROVIDE AND SERVICE ROLL-OFF DUMPSTERS AND SERVICE
  GOVERNMENT-OWNED COMPACTORS AT FORT DRUM, NEW YORK
SOL DAKF36-97-B-0009
DUE 021497
POC Contracting Officer MARIA J. PIZARRO Contract Specialist
  FRAN W. SWEENEY (315)772-6510 (Site Code DAKF36)
DESC: This requirement is to furnish 30 Cubic Yard, Roll-Off
  Dumpsters and provide all labor, materials, equipment, transportation
  and disposal facilities necessary to provide service for these
  dumpsters and also provide service for two, Government-owned
  4 Cubic Yard Compactors at Fort Drum, NY, for the period from
  1 Apr 97 through 31 Mar 98, to include four, one-year option
  renewal periods. The estimated annual quantity of solid waste
  is approximately 3200 Tons. Solicitation issuance will be O/A
  15 Jan 97.This is an unrestricted procurement. All responsible
  sources may submit a bid which will be considered. Copies of
  the solicitation will only be provided in response to written
  requests. No telephone requests will be honored. All requests
  must include requestor's name, address, telephone number and
  business size.
CITE: (I-359 SN015362)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Office of the Architect of the Capitol, Procurement Division,
  Room H2-262, Ford House Office Building, 2nd & D Streets, S.W.,
  Washington,D.C. 20515
SUBJECT: S--WINDOW CLEANING SERVICES
SOL IFB No. 9711
DUE 012897
POC Contact Procurement Division, (202) 226-2557
DESC: The Contractor shall furnish all labor, equipment, and
  materials and perform the work to provide window washing services
  on a scheduled, on-call assignment basis, for exterior windows
  of the U.S. Capitol, the U.S. Senate Office Buildings, the
  U.S. Capitol Police Building and the interior and exterior
  windows of Webster Hall, Washington, D.C. Bidders are urged
  and expected to inspect the sites where the services are to
  be performed. NOTE: Requests for the solicitation package may
  be made via FAX (by dialing Area Code (202) 225-3221). Mark
  the request attention "Procurement Division" and be sure request
  is on company letterhead containing address, telephone and
  return FAX numbers, and contract person.
CITE: (I-359 SN015410)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Commanding Officer, Navy Public Works Center, Naval Facilities
  Engineering Command Contracts, Bldg. 55, Pearl Harbor, HI 96860-5470
SUBJECT: S--CUSTODIAL SERVICES FOR ALIAMANU MILITARY RESERVATION,
  OAHU, HAWAII
SOL N62755-96-B-2979
DUE 030797
POC Kim Kruskie, (808) 474-3385, Contracting Officer, A. Yuen,
  (808) 474- 3385.
DESC: Custodial Services for Aliamanu Military Reservation, Oahu,
  Hawaii. The contractor shall provide all labor, materials,
  equipment, supplies, management, supervision, transportation,
  etc. necessary to clean the recreation/sports complex and miscellaneous
  administrative buildings. The work includes trash collection,
  floor care, heavy cleaning, window cleaning, and other janitorial
  services. The contract will be for a base period of 12 months
  plus four option years, for a total term of 60 months. If the
  Government does not award a follow-on contract in time, the
  Government may require the contractor to continue performance
  for an additional period of up to six months under the Option
  to Extend Services clause. In either case, the Government will
  not synopsize the options when exercised. This contract will
  replace a contract for similar services awarded in 1992 for
  $71,309 (firm fixed-price) and $8,441 (Indefinite Quantity).
  We will include information about the current contract and
  the incumbent contractor (e.g., contractor's name and address,
  value of last option exercised, etc.) with the solicitation
  package. We do not require requests under the Freedom of Information
  Act to provide this general information. SIC Code 7349 applies.
  The proposed contract is 100 percent set-aside for small business.
  Provide company name, street address, phone number, facsimile
  number (if available) and business size. Bid opening date is
  approximate.
CITE: (I-359 SN015424)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: US Army Corps of Engineers, Nashville District, PO Box
  1070, Nashville, TN 37202
SUBJECT: S--CONSTRUCTION FOR RIVERBANK PROTECTION, TENNESSEE
  RIVER, CHATTANOOGA, TN
SOL DACW62-97-B-0009
DUE 021997
POC POC Charles Appleton, Contract Specialist, (615)736-7910
  Ginny Selwyn Contracting Officer, (615)736-7276.
DESC: Construction Contract for Riverbank Protection, Tennessee
  River Park Project, Tennessee River, Hamilton County, Chattanooga,
  Tennessee. Work shall include the placement of stone protection,
  gabions, excavation, geotextile, and possibly backfilling.
  The amount of cleaning and grubbing shall be kept to a minimum
  because of the enviromental sensitivity of the area. The work
  shall be performed from the river with limited access through
  the park. The contract will include the following approximate
  quantities: Base Bid: Stone (7,735m3), Geotextile (7,360m2),
  Excavation (1,000m3) Additive 1: Stone (2,700m3), Geotextile
  (3,735m2), Gabions (204 baskets), No. 57 Backfill (260m3),
  and Stone fill for Gabions (625m3) Additive 2: Stone (2,285m3),
  Geotextile (2,715m2), Excavation (225m3). Additive 3: Stone
  (2,020m3), Geotextile (3,320m2), Excavation (220m3), Gabions
  (126 baskets), No. 57 Backfill (125m3), and Stone Fill for
  Gabions(385m3). This job has a duration of 180 days and estimated
  in the $250,000 to $500,000 range. The solicitation is UNRESTRICTED.
  The solicitation will be available on or about 16 January 1997
  at a cost of $15.00 per set. Bid opening will be on or about
  19 February 1997. Funds are not presently available for this
  project. Contract Award will not be made until appropriated
  funds are made available. Award will be made pursuant to DIGGS
  Program (P.L. 100-656). All responsible sources may submit
  an offer which will be considered.
CITE: (I-359 SN015426)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, Columbus Regional Printing
  Procurement, 1335 Dublin Road, Suite 112-B, Columbus, OH 43215
SUBJECT: T--CONSTRUCTION SPECIFICATIONS, DRAWINGS AND CHARTS
SOL Program 4597-S
DUE 011797
POC Dotti Griffith or Steven A. Boortz (Contracting Officer)
  on (614) 488-4616 for information of a technical nature and
  contact Joan Long, (614) 488-4491 for any other assistance
  required.
DESC: Single award term contract for the period March 1, 1997
  and ending February 27, 1998 for U.S. Coast Guard. These specifications
  cover the production of construction specifications and full
  scale drawings/charts requiring such operations as copy pickup,
  duplicating/copying, binding, packing and delivery. Specifications:
  Trim Size: 8-1/2 x 11" approximately 40 to 500 pages per order
  and approximately 10 to 1,400 sets per order. Drawings/Charts:
  Up to approximately 34 x 47", approximately 1 to 60 drawings/charts
  and approximately 10 to 100 drawings/charts per order. Government
  to furnish: Single or double sided camera copy for the   specifications.
  Vellum reproducible for drawings/charts. No reductions or enlargement
  are required. Material to be picked up from and delivered f.o.b.
  destination to Cleveland, OH. Production time: 1 and 2 workdays.
  Bid request on firm's letterhead while surplus last. Telephone/Telegraph
  requests are not acceptable.
CITE: (M-359 SN015315)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: Defense Supply Service-Washington, 5200 Army Pentagon,
  Washington, D.C. 20310-5200
SUBJECT: V--LODGING
SOL DASW01-97-Q-0160
DUE 010397
POC Contact Contract Specialist Mrs Jeannette Jordan (703) 697-1272
DESC: The Defense Supply Service-Washington, has cancel this
  request for solicits hotel facilities for lodging and meeting
  space for the USA Community and Family Support Center for the
  period of 10 - 17 January 1997. Hotel must have a rating of
  a 3 Star 4 diamond hotel. Must be in Arlington, VA geographical
  area.  Must be able to accommodate 672 sleeping rooms and 6
  conference rooms for 5 days. Serve a working lunch for 117
  persons for 5 days from 13 - 17 January 1997 and working dinner
  for 117 persons on 12 January 1997. Audio visual equipment
  is needed.  Please fax (FAX NO. (703) 697-1272 or (703) 697-8908)
  to request for the RFQ NLT 03 January 1997.
CITE: (I-359 SN015240)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: General Services Administration, NCR, Special Services
  Center (WPMFC), 3101 Pennsy Dr., Landover, MD 20785
SUBJECT: V--TRANSPORTATION AND RELATED MOVING SERVICES FOR THE
  FEDERAL BUREAU OF INVESTIGATION/WASHINGTON FIELD OFFICE
SOL GS11P97YXC0026
DUE 011697
POC POC, Juanita Harris, (301) 436-4499
DESC: Transportation and related moving services for the Federal
  Bureau of Investigation/Washington Field Office (FBI/WFO) in
  the Washington Metropolitan area.  This notice is to inform
  all prospective bidders who will be attending the property
  inspection walk-through scheduled for January 7, 1997, at 10:00
  a.m., lobby level at 1900 Half Street, S.W., Washington, DC,
  to submit their Social Security number(s) in order to gain
  access to the building due to the FBI's security restrictions.
  Please FAX this information to the attention of Juanita Harris
  on (301) 436-4499 no later than close of business Thursday,
  January 2, 1997. 
CITE: (W-359 SN015359)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: W--Lease or Rental of Equipment
OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968
  Gilbert St., Suite 600, Norfolk, VA 23511-3392
SUBJECT: W--RENTAL OF AUDIO VISUAL EQUIPMENT
SOL N00189-97-Q-1393
DUE 010697
POC Ms. Tina M. Gillespie, Contracting Officer (757) 444-1726;
  Fax Number 
DESC:  Seeking sources capable of providing rental of Audio Visual
  Equipment, to include 30 hours of video tape editing. Period
  of Performance will be 6 Feb 97 through 14 Feb 97. The requiring
  Activity is the Navy Environmental Health Center, Norfolk,
  VA. Interested parties may request a copy of the Request for
  Quotation by writing to the issuing address or by facismile
  at (757) 444-1724. Requests for the "RFQ" must state that neither
  the requestor nor principal corporate officials and owners
  are currently suspended, debarred or otherwise ineligible to
  receive contracts from any Federal Agency. Failure to so represent
  will be grounds for refusing the request. Reference the RFQ
  when requesting copies of the quotation. ****THIS IS A SAP
  REQUIREMENT
CITE: (W-359 SN015344)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: X--Lease or Rental of Facilities
OFFADD: Denver Facilities Service Office USPS, 8055 E. Tufts
  Avenue, Suite 400, Denver, CO 80237-2881
SUBJECT: X--NEW CONSTRUCTION LEASED - DANVILLE, WA 99121-9998
SOL 072976-97-A-0062
DUE 013197
POC John C. Walters, Real Estate Specialist, (303) 220-6526.
DESC: The USPS is completing final site and building plans for
  a new leased building of 4,169 net interior square feet on
  a USPS controlled site of 37,500 square feet. Offerors will
  be required to acquire the site, construct the specified building
  and upon completion, agree to execute a lease with the Postal
  Service for the entire property. Any award made under this
  solicitation will be made to the responsible offeror whose
  proposal is complete; conveys an appropriate level of experience
  and references to assure performance of the specified requirements;
  conveys a well considered development plan (i.e. construction
  cost assessment, identified financing/equity sources); and
  outlines a well-conceived and equitable rental package acceptable
  to the Postal Service. This is NOT a sealed bid advertisement
  and proposals will NOT be publicly opened. solicitation packages
  will be available on or about December 31, 1996 for a $25.00
  non-refundable fee. Forward cashier's check or money order,
  made payable to "USPS Disbursing Officer,," to A&D Draft Aid
  Inc., Attn: Diana Esguerra, P.O. Box 40877, Denver, CO 80204-0877.
  Please identify your request with the solicitation number.
  Information concerning solicitation packages should and request
  for planholders list should be directed to A&D at (303) 573-5757.
  For other information call or write: John C. Walters, Real
  Estate Project Manager, telephone (303) 220-6526 or David Miller,
  A/E Project Manager (303) 220-6579, at U.S. Postal Service,
  8055 E. Tufts Avenue, Suite 400, Denver, CO 80237-2881. Offerors
  are encouraged to submit their proposal by one of the methods
  offered by the U.S. Postal Service (First Class, Priority Mail,
  or Express Mail.)
CITE: (I-359 SN015285)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: X--Lease or Rental of Facilities
OFFADD: Denver Facilities Service Office USPS, 8055 E. Tufts
  Ave., #400, Denver, CO 80237-2881
SUBJECT: X--NEW CONSTRUCTION LEASED - HEYBURN, ID 83336-9998
SOL 072976-97-A-0064
DUE 021997
POC John C. Walters, Real Estate Specialist, (303) 220-6526.
DESC: The USPS is completing final site and building plans for
  a new leased building of 4,169 interior square feet on an uncontrolled
  site of 44,516 square feet. Offers will be required to acquire
  the site, construct the specified building and upon completion,
  agree to execute a lease with the Postal Service for the entire
  property. Any award made under this solicitation will be made
  to the responsible offeror whose proposal is complete; conveys
  an appropriate level of experience and references to assure
  performance of the specified requirements; conveys a well considered
  development plan (i.e. construction cost assessment, identified
  financing/equity sources); and outlines a well-conceived and
  equitable rental package acceptable to the Postal Service.
  This is NOT a sealed bid advertisement and proposals will NOT
  be publicly opened. Solicitation packages will be available
  on or about January 6, 1997, for a $25.00 Non-refundable fee.
  Forward cashier's check or money order, payable to "USPS Disbursing
  Officer," to A&D Draft Aid Inc., Attn: Diana Esquerra, P.O.
  Box 40877, Denver, CO 80204-0977. Information concerning solicitation
  packages and requests for planholders list should be directed
  to A&D at (303) 573-5757. For other information call or write:
  John C. Walters, Real Estate Project Manager, telephone (303)
  220-6526 or David Miller, A/E Project Manager (303) 220-6579,
  at U.S. Postal Service, 8055 E. Tufts Ave. Suite 400, Denver,
  CO 80237-2881. Offerors are encouraged to submit their proposal
  by one of the methods offered by the U.S. Postal Service (First
  Class, Priority Mail, or Express Mail).
CITE: (I-359 SN015286)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: 30 CONS/LGCCB, 806 13th St, Suite 2, Vandenberg AFB CA
  93437-5226
SUBJECT: Y244--CONSTRUCT CMU BUILDING AND INSTALL EMERGENCY POWER
  GENERATOR
SOL F04684-97-B0006
DUE 013097
POC Claudia McMorris, (805) 734-8232, ext 6-3758
DESC: Solicitation is cancelled. 
EMAILADD: ampostaa@vafb5a.vafb.af.mil
EMAILDESC: 
  E-mail
CITE: (W-358 SN015019)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: 30 CONS/LGCCB, 806 13th St, Suite 2, Vandenberg AFB CA
  93437-5226
SUBJECT: Y--GENERAL CONTRACTORS-SINGLE FAMILY HOUSES, MODULAR
  DORMITORIES REPAIR & RENOVATE FACILITIES
SOL F04684-97-B-0008
DUE 022397
POC Claudia McMorris, Procurement Technician, (805) 734-8232,
  ext. 6-3758, Cora L. Armstrong, Contract Specialist, (805)
  734-8232, ext. 6-8376, Chuck Painter, Contracting Officer,
  (805) 734-8232, ext. 6-5002
DESC: Y - The 30th Space Wing, Vandenberg AFB intends to solicit
  for the construction of Project Nos XUMU 96-1286B/C, 95-1296B/C,
  95-1287B/C and 95-1298B/C, Modular Dormitories, Repair and
  Renovate Facilities. This project is set aside for 8(a) contractors.
  All 8(a) must submit their 8(a) certification with their request
  for a bid package. The work consists of but is not limited
  to the following: Demolition of all non-structural elements
  in the existing buildings and their replacement with new interior
  and exterior work to renovate the existing six-person barracks
  style dormitory modules to four-person apartment style modules.
  The specifications and drawings will specify work in detail.
  Standard Industrial Classification Code (SIC) is 1522. The
  small business size standard for a concern, including its affiliates,
  is not to exceed $17 million in average annual receipts for
  its preceding 3 fiscal years. The magnitude of this project
  is between $5,000,000 and $10,000,000. The Total contract performance
  period is 365 calendar days after issuance of Notice to Proceed.
  Interested 8(a) firms should respond as early as possible but
  no later than 24 Jan 97. Plans and specifications will be furnished
  on a first come first serve basis. The cost of the IFB is $122.00
  (non-refundable) via certified check, cashier's check or money
  order payable to "FSO-Vandenberg AFB". Payment shall be submitted
  with request for IFB Package. No Personal or business Checks
  will be accepted. Payment and any inquiry regarding IFB status
  should be directed to: 30 CONS/LGCCB, 806 13TH, St,. Ste 2,
  Vandenberg AFB, CA 93437-5226. Phone #805 734-8232, ext 6-3758.
  Reference IFB# F04684-97-B0008 on the check and in any inquiries.
  Any eventual award is contingent on the availability of funding.
  A copy of the specifications and drawings can be reviewed free
  of charge at 30 SW/BZ (Small Business Office), 806 13th Street,
  Rm 129, Vandenberg AFB CA 93437-5226. This solicitation is
  anticipated to be issued on or about 24 Jan 97. All bidders
  who plan to attend the site visit, please submit the names
  of people submit the names of people from your firm and subcontractors
  on your request for a bid set. A site visit is anticipated
  on 04 Feb 97 at 0900. All request must be in writing. No verbal
  requests will be honored. Bidders are asked to supply their
  Contractor Assigned Government Code (CAGE code), their Contractor's
  Establishment Code (CEC), and a statement that you are not
  on the Suspended Ineligible, Debarred List. Fax requests for
  plans and drawings are not acceptable. Fax number 805-922-1703
  for other inquiries. 
CITE: (W-358 SN015027)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: OIC, Naval Surface Warfare Center, Code TK, Bulding 108,
  Dahlgren, Virginia 22448-5000
SUBJECT: Y--FLASH X-RAY FACILITY
SOL N62477-97-B-2528
DUE 011597
POC Robert Dungan, Contracting Officer 540/653-8671
DESC: The Dahlgren Division of NSWC intends to construct a steel
  building with a reinforced concrete foundation, capable of
  withstanding the blast pressures from 100 pounds of high explosives
  detonated at 20' from the front wall of the building.  The
  facility shall have two exterior doors and one interior door.
   Exterior door on the side wall: 5' W x 7' H, steel plate construction;
  Exterior door on the back wall: 3' W x 7' H, steel plate construction;
  Interior door between the front and back rooms: 3'-4' W x 7'
  H, steel plate 0.5" thick minimum.  The doors and associated
  components shall be designed for applicable blast loading.
   The door designer shall work with the building designer to
  ensure that the door design is coordinated with the building
  design, and to ensure that the doors and the building are capable
  of withstanding the blast loadings.  The door design calculations
  and door design drawings shall be provided to the Dahlgren
  Division of NSWC to allow complete review and approval while
  the building is being designed.  Interested sources proposing
  to supply an equivalent system must meet the following qualifications:
  (a) The system shall have a minimum of 50% American made components;
  (b) The supplier shall be capable of designing and constructing
  doors to withstand the blast loading from ordnance detonations;
  (c) The supplier shall have at least 5 years experience with
  designing and constructing doors to withstand blast loading
  from ordnance detonations.  Written qualification statements
  clearly establishing the capability to meet the above requirements
  must be submitted within 15 days from the date this notice
  is published.  In the absence of other qualifying sources,
  it is the intent of the agency to identify Overly Manufacturing
  Company, Greensburg, PA as the name brand door supplier within
  the construction proposal documents as no other type of equipment
  will satisfy the agency minimum requirements.
CITE: (I-359 SN015147)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Commanding Officer, Southern Division,Naval Facilities
  Engineering Command, 2155 Eagle Drive, P. O. Box 190010, North
  Charleston, SC 29419-9010
SUBJECT: Y--JET FUEL OFF-LOADING FACILITY, BARKSDALE AIR FORCE
  BASE, SHREVEPORT, LA
SOL N62467-95-B-0951
DUE 022597
POC Technical Inquiries: T. C. Gainey, Code 0211TCG. Contracting
  Officer: L. R. Fisk 
DESC: THIS IS A PRE-SOLICITATION NOTICE ONLY. THIS PRE-SOLICITATION
  IS BEING ADVERTISED ON AN "UNRESTRICTED" BASIS INVITING FULL
  AND OPEN COMPETITION. A SOLICITATION NOTICE WILL BE PUBLISHED
  BEFORE INVITATIONS ARE ISSUED. The work includes the provision
  of two 800 cubic meter aboveground storage tanks with concrete
  secondary containment dikes, six commercial tank truck off-loading
  positions, system pump pad with canopy, 1,350 meter underground
  jet fuel line, oil/water separator, piping, pumps, operations
  facility, and related work. For Plans and Specifications: There
  is a $90.00 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.)
  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. If problems arise
  concerning your request, call RONNIE MITCHUM at 803/743-4040.
  To obtain a Plan Holders List fax your request Attn: Ronnie
  Mitchum at 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: T. C. Gainey, Code 0211TCG.
  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 300
  days for completion. 
CITE: (W-359 SN015261)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Facilities Service Office, U.S. Postal Service, 7800
  N. Stemmons Frwy., Suite 400, Dallas, TX 75247-4217
SUBJECT: Y--NEW CONSTRUCTION LEASED--SOLICITATION FOR PROPOSALS
  TO CONSTRUCT AND LEASE WITH NO CONTROLLED SITE, FERRIDAY, LA
  71334-9998
SOL 482980-97-A-0057
DUE 011797
POC Harold Robbins, Real Estate Specialist, (214) 819-7209.
DESC: Construction of a leased facility which will contain approximately
  6,337 net interior square feet within the preferred area bounded
  north by Kentucky Ave., south by Mississippi Ave., east by
  First St., and west by Tenth St. in Ferriday, LA. The offeror
  must own or control the site. Plans and specifications are
  available by sending a non-refundable cashier's check or money
  order in the amount of $25.00 for each package made payable
  to Disbursing Officer, U.S. Postal Service.
CITE: (M-359 SN015270)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: DA, Tulsa District, Corps of Engineers, P.O. Box 61,
  Tulsa, OK 74121-0061
SUBJECT: Y--USADACS ADMINISTRATION BUILDING, MCALESTER ARMY AMMUNITION
  PLANT, OKLAHOMA
SOL DACA56-97-B-0013
DUE 022097
POC Susan Killgore, Contract Specialist, 918/669-7272
DESC: Project consists of new headquarters building of approximately
  45,000 SF. It includes office space, a library, a TV/Video
  production studio, photo lab, ADP center, and print shop. Other
  work includes parking area, HVAC, utilities, architectural
  features, and site improvements. Estimated cost range of this
  project is $1,000,000 to $5,000,000. An advanced non-refundable
  fee of $80.00 (reduced size) and $130.00 (full size) is required
  for each set of specifications. Make check payable to F&A Officer,
  USAED, Tulsa and mail to the attention of Contracting Division.
  Payment must be received prior to issuance of plans and specifications.
  Plans and specifications will be available on or about January
  21, 1997. No phone calls to order please. All orders will be
  mailed via first class mail. Request for special handling (Fed-X,
  etc.) will not be honored.
CITE: (I-359 SN015292)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: DA, Tulsa District, Corps of Engineers, P.O. Box 61,
  Tulsa, OK 74121-0061
SUBJECT: Y--FIRE TRAINING FACILITY, ALTUS AIR FORCE BASE, OKLAHOMA
SOL DACA56-97-B-0014
DUE 022097
POC Susan Killgore, Contract Specialist, 918/669-7272
DESC: The Fire Training Facility uses propane fuel for fire fighting
  training exercises involving aircraft fires. The project includes
  a 100 foot diameter burn pit, a steel plate aircraft mock-up,
  oil/water seperator equipment, above ground storage tanks with
  fuel distribution and igniter systems to ignite and regulate
  fuel to the aircraft mock-up used to simulate engine and aircraft
  fires. This work includes grading and drainage, fencing, tie-in
  and distribution for electrical and water, aggregate roadway
  construction, concrete work, electrical and mechanical controls,
  HDPE liner and leak detection system. Estimated cost range
  of this project is $1,000,000 to $5,000,000. An advanced non-refundable
  fee of $45.00 (reduced size) and $80.00 (full size) is required
  for each set of specifications. Make check payable to F&A Officer,
  USAED, Tulsa and mail to the attention of Contracting Division.
  Payment must be received prior to issuance of plans and specifications.
  Plans and specifications will be available on or about January
  21, 1997. No phone calls to order please. All orders will be
  mailed via first class mail. Request for special handling (Fed-X,
  etc.) will not be honored.
CITE: (I-359 SN015293)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: COMMANDER, LANTNAVFACENGCOM, 1510 GILBERT STREET, NORFOLK,
  VIRGINIA 23511-2699 (ATTENTION:  CODE 02219)
SUBJECT: Y--WARGAMING AND RESEARCH CENTER, ARMED FORCES STAFF
  COLLEGE, NORFOLK VIRGINIA
SOL N62470-95-B-5043
DUE 021197
POC Bid Clerk, Pamela Kenney, FAX 757-322-8251, Contract Specialist,
  Shirley Rowe, FAX 757-322-8264, Contracting Officer, Robert
  A. Fox
DESC: Correction:  This action published in the CBD on 25 October
  1996 is amended as follows:  The bid opening date for this
  contract is changed to 11 February 1997 and the Approximate
  Solicitation Release Date has been changed to 10 January 1997.
   All other information in the original synopsis remains the
  same.
CITE: (I-359 SN015327)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: General Services Administration, PBS,Property Development-6PC,1500
  E Bannist er, Rm 2135,Kansas City,MO 64131-3088
SUBJECT: Y--NEW CONSTRUCTION
SOL GS-06P-96-GZC-0508
DUE 012397
POC Contact,Susan Kading,816/926-5316,Contracting Officer,Linda
  E. Hale,816/926 - -5316
DESC: New Construction, 17th-19th, Douglas to Dodge, Omaha, Nebraska.
  Receive Pri ce Proposals:  extended to 2/6/97, pre-proposal
  conference 01/15/97.  Proposals will include a base bid; evaluated
  government administration costs; six alternat e prices; Options
  No. 1 for dumbwaiter, No. 2 deleted (perimeter security to
  be included in based bid), No. 3 Appellate Judge chambers on
  Level 4, No. 4 Elevato r Maintenance Service (This will result
  in a separate contract award to the qual ified elevator installation
  subcontractor.)  No. 4(a) second year elevator maint enance
  service, 4(b) Full maintenance service for dumbwaiters, No.
  4(c) second y ear maintenance service for dumbwaiters, No.
  5 Fire Alarm System maintenance ser vice (This will result
  in a separate contract award to the qualified Fire Alarm System
  Installation subcontractor.), 5(a) second period fire alarm
  system mainte nance service, 5(b) third period fire alarm system
  maintenance service, No. 6 We st parking lot, No. 7 folding
  glass partitions, No. 8 Traffic Lights (18th & Dod ge/Douglas),
  No. 8(a) Traffic Lights (17th & Douglas), No. 8(b) traffic
  lights ( 17th & Dodge); Unit prices for driven piles and tenant
  fit-out work.
CITE: (I-359 SN015328)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: U.S. Department of Energy, Strategic Petroleum Reserve
  Project Management Office, 900 Commerce Road East, New Orleans,
  LA 70123
SUBJECT: Y--RAW WATER INTAKE STRUCTURE EROSION REPAIR AT WEST
  HACKBERRY
SOL DE-FB96-97PO70017
DUE 021897
POC Geralyn Champagne, (504) 734-4766; Contracting Officer, Joyce
  B. Francois, (504) 734-4760.
DESC: This requirement is for construction involving the installation
  of new filter cloth, limestone bedding and riprap for slope
  protection and erosion control of the south bank of the Intracoastal
  Waterway immediately adjacent to the West Hackberry Strategic
  Petroleum Reserve site's Raw Water Intake Structure located
  near Hackberry, Louisiana in Cameron Parish. The magnitude
  of construction is between $250,000.00 and $300,000.00. SOL
  will be issued on or about February 18, 1997. A non-refundable
  deposit of $15.00 per set of plans and specifications is required.
  Checks should be payable to the U.S. Department of Energy,
  Strategic Petroleum Reserve Project Management Office.  This
  procurement is restricted to small business firms pursuant
  to Public Law 100-656, Small Business Competitiveness Demonstration
  Program. The SIC code is 1629. See numbered Note 1.
CITE: (M-359 SN015332)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: SOUTHWESTNAVFACENGCOM (Code 531), 1220 Pacific Highway,
  San Diego, CA 92132-5187
SUBJECT: Y--Y-CORRECTION TO T58-16 AIRCRAFT ENGINE TEST CELL
  RETROFIT, MARINE CORPS AIR STATION, CAMP PENDLETON, CA
SOL N68711-95-R-7579
DUE 022497
POC For plans & specs information call (619) 532-2796/Contract
  Specialist Mike Larson/Contracting Officer, Katherine G. Luhmann.
DESC: The subject synopsis is hereby corrected to include the
  bid availability date of January 17, 1997. Please call Plan
  Issue at (619) 532-2082 for the cost of plans and specs.
CITE: (I-359 SN015431)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Officer in Charge of Construction, NSA, Bldg. 157, New
  Orleans, LA 70142-5007
SUBJECT: Z--GENERAL RENOVATIONS, BUILDING 71, NAVAL SUPPORT ACTIVITY,
  NEW ORLEANS LA
SOL N62467-95-B-7096
POC E. Alphonse, Contract Specialist, (504)678-2150 ext. 213.
DESC: The purpose of this modification is to cancel this solicitation
  in its entirety.
CITE: (I-358 SN015015)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Department of Transportation, Federal Aviation Admin.
  (FAA), Procurement Branch, AWP-55, P.O. BOX 92007, WWPC., Los
  Angeles, CA.  90009-2007
SUBJECT: Z--REPAIR & SERVICE ENGINE GENERATORS AT THE LOS ANGELES
  ARTCC, PALMDALE, CALIF.
SOL DTFA08-97-R-09334
POC Barbara J. Fisher (310) 725-7550
DESC: In accordance with the Federal Aviation Administration
  Acquisition Management System (AMS), the FAA has a requirement
  over $50,000.00 to furnish all supplies, equipment and labor
  to repair one White-Superior Engine Generator, and inspect
  and service three (3) White Superior Engine Generators.  Each
  Engine is a Model 40-SX-8, Serial Number 173335, 900 RPMm 785
  brake horsepower, and is integrally contected with a 550 KW
  (688KVA) generator.  Awards will be based on best value to
  the FAA, considering (1) Total costs to the FAA, (2) Past Performance/Experience
  of Offeror in related work and cost realism, 5 years experience.
   (3) Geographic Location: Firms must be based in Los Angeles
  County or Orange County.  Request for a solicitation package
  must be sent facsimile to "BJ" Fisher at (310) 536-8550.  NO
  TELEPHONIC REQUESTS WILL BE HONORED.  Requests must be received
  by this office COB January 3, 1997.
CITE: (I-358 SN015024)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: ASCW-Office of Contracting, Bldg S-4, Sharpe Facility,
  P.O. Box 960001, Stockton, CA 95296-0800
SUBJECT: Z--REMOVE AND REPLACE 10 FIRE HYDRANTS/CUTOFF VALVES,
  TRACY FACILITY, TRACY, CA.
SOL SP3200-97-Q-0029
DUE 020397
POC Cynthia Mitchell, contract specialist, (209) 982-2411
DESC:  Contractor shall furnish all labor, equipment, supervision
  and ,aterial to remove and replace ten (10) each fire hydrants/cutoff
  valves and all appurtenances to complete the water distribution
  fire system at Defense Distribution Region West, Tracy Facility,
  Tracy, CA. The Standard Industrial Code is 1623, for which
  the Small Business Size Standard is $17 million. Period of
  performance is 45 days. Estimated project size is $25,000 through
  $100,000. All responsible sources may submit an offer which
  shall be considered. Only written request will be accepted
  and may be faxed to (209) 982-2499 or mailed to Office of Contracting
  Division, DDRW, ASCW-PAA, P.O. Box 960001, Stockton, CA 95296-0800.

CITE: (W-358 SN015026)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 20 CONS/LGCC; PO DRAWER 52610; SHAW AFB, SC  29152-2610
SUBJECT: Z--INSTALL GAS LINES-PALMETTO HEIGHTS
SOL F38601-97-BA003
DUE 022697
POC Point of Contact - 2LT Olson 803-668-2459, Contract    Administrator;
  Ben Kosses 803-668-2459, Contracting Officer
DESC: Provide all plant, labor, materials, and transportation
  to install    a 4 inch natural gas line between the 4000 and
  5000 area of Base Housing    at Shaw AFB, South Carolina. 
  The construction shall include, but not be    limited to, installation
  of a gas line, replacing valves, valve boxes,    and cement
  collars.  Other work elements include demolition, asphalt 
    patching, landscaping, irrigation, and sodding.  The estimated
  time of    construction is 120 days.
EMAILADD: olsond@cons20.shaw.af.mil; kossesb@cons20.shaw.af.mil
EMAILDESC: 
CITE: (D-359 SN015151)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Department Of The Navy, Naval Facilities Engineering
  Command, Commander, Atlantic Division, Contracts Office, Code
  02231, 1510 Gilbert Street, Norfolk, Virginia 23511-2699
SUBJECT: Z--JOB ORDER CONTRACT FOR THE PUERTO RICO AND CARIBBEAN
  AREAS
SOL N62470-97-R-9998
DUE 022397
POC Point of Contact - Ms. J. J. Patton, Code 02211, 757-322-4158
  - Ms. Susan Kranes, Contracting Officer, 757-322-8222
DESC: The Atlantic Division, Naval Facilities Engineering Command
  intends to obtain construction, alteration and repair of Government
  facilities in the Puerto Rico and Caribbean Areas by means
  of a Job Order (JOC) Type Contract. The work includes: A Source
  Selection Procurement which provides construction, alteration
  and repair of Government facilities. This will include all
  labor, supervision, design/engineering, tools, materials, equipment,
  transportation and management to perform all maintenance construction
  and full construction work and all services described in the
  specification. This solicitation is for a base year plus two
  (2) one (1) year options. This is a Request for Proposals (RFP)
  which requires submission of technical and price proposals.
  This proposed contract is being solicited on an unrestricted
  basis. The estimated date of the RFP is 23 January 1997 with
  receipt of offers on or about 23 February 1997. The Estimated
  Cost Range: More than $10,000,000. All responsible sources
  may submit an offer which will be considered. Technical questions
  should be submitted to Ms. J. J. Patton, 757-322-4158. Requests
  to be placed on the bidders' list and requests for solicitation
  shall be faxed to 757-322-8251. 
EMAILADD: pattonjj@efdlant.navfac.navy.mil
EMAILDESC: 
CITE: (W-359 SN015243)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Officer in Charge of Construction, South Texas Area,
  Building 19, NAS, 8851 Ocean Drive, Suite 101, Corpus Christi,
  TX 78419-5525
SUBJECT: Z--GALLEY HVAC IMPROVEMENTS, NAVAL STATION INGLESIDE,
  TX
SOL N62467-96-B-0994
DUE 012397
POC Irma Watts or Contracting Officer Charlotte Cummins (512)
  939-2154.
DESC: The work includes the addition of air conditioning to the
  existing galley. Work also includes modifying existing systems
  and the addition of a new rooftop air handling unit, packaged
  outdoor chiller, associated piping and appurtenances, HVAC
  controls, and associated electrical upgrades, brick and block
  screen wall and concrete equipment pads and incidental related
  work. Contract completion is 150 days. Contract price is between
  $100,000.00-$250,000.00. Plans and specifications should be
  available on or about 23 December 1996 and will be distributed
  until the supply is exhausted. No telephone requests for solicitation
  packages will be accepted. Our FAX number is (512) 939-8608.
CITE: (M-359 SN015264)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Officer in Charge of Construction South Texas Area, Building
  19, NAS, 8851 Ocean Drive, Suite 101, Corpus Christi, TX 78419-5525
SUBJECT: Z--REPAIRS TO ROOF & STRUCTURAL SUPPORTS ABOVE MACHINE
  SHOP BLDG 8, CCAD, CORPUS CHRISTI, TX
SOL N62467-96-B-9374
DUE 021197
POC Irma Watts or Contracting Officer Charlotte Cummins (512)
  939-2154.
DESC: The work will be done at Building 8 and will include replacing
  structural support members, decking, pitch pans, equipment
  supports and other roofing components. Contract completion
  is 180 days. Contract price is between $500,000.00--$1,000,000.00.
  Plans and specifications should be available on or about 11
  January 1997 and will be distributed until the supply is exhausted.
  No telephone request for solicitation packages will be accepted.
  Our FAX number is (512) 939-8608.
CITE: (M-359 SN015271)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 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--IMPROVE WHERRY HOUSING
SOL F33601-97-B-0005
DUE 021097
POC For Copy, ASC/PKWO, Attn: Bldg 260, 1940 Allbrook Dr, Ste
  3, WPAFB OH 45433-5309 POC: R. Shyne/PKWOEB/937-257-6573, FAX
  NO 937-257-3926.
DESC: Estimated cost of proposed acquisition is between 5,000,000
  and 10,000,000. SIC CODE 1522 SIZE STANDARD $17.0. Page Manor
  Interior & Exterior Improvements Phase 11 (WP 82-0016P11A)
  and Senior Officers Quarters Addition & Interior Improvements
  Phase 11 (WP 82-0016P11B). Performance Period is 300 days Senior
  Officers Quarters (Base Bid No. 1). Performance Period is 300
  days Page Manor (Base Bid No. 2). The contractor shall perform
  the work in the two base bid items concurrently. There are
  three Options for Senior Officers Quarters (Base Bid No. 1)
  that may be awarded. If Option 1, 2, and 3 to Base Bid No.
  1 are awarded independently from Base Bid No. 1 the performance
  period for the Options for Base Bid No. 1 are: 150 days, 60
  days and 21 days respectively. The performance period shall
  be increased by 60 days for Option 1 to Base Bid No. 1 if this
  Option is awarded with Base Bid No. 1. Option 2 and Option
  3 to Base Bid No. 1 shall not impact the performance period
  if awarded with Base Bid No. 1. There are three Options for
  Page Manor (Base Bid No. 2) that may be awarded. If Option
  1, 2 and 3 are awarded independently from Base Bid No. 2 the
  performance period for the Options for Base Bid No. 2 are:
  150 days, 90 days and 21 days respectively. The performance
  period shall be increased by 60 days for Option 1 and 30 days
  for Option 2 to Base Bid No. 2 if awarded with Base Bid No.
  2. Option 3 to Base Bid No. 2 shall not impact the performance
  period if awarded with Base Bid No. 2. No tel requests. Only
  written requests received directly from the requestor are acceptable.
  Requests for solicitation documents must be accompanied by
  a non-refundable check or money order in the amount of $15.00,
  made payable to Accounting and Finance. This solicitation will
  be issued approx 97 Jan 10. 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 Rosemary Shyne, Contract Specialist, 937-257-6573
  X4135. An Ombudsman has been established for this acquisition.
  The only purpose of the Ombudsman is to receive and communicate
  serious concerns from potential offerors when an offeror prefers
  not to use established channels to communicate his/her concern
  during the proposal development phase of this acquisition.
  Potential offerors should use established channels to request
  information, pose questions, and voice concerns before resorting
  to use of the Ombudsman. Potential offerors are invited to
  contact ASC's Ombudsman, Mr Daniel L. Kugel, ASC/SY, Bldg 52,
  2475 K Street, Suite 1, Wright-Patterson AFB OH 45433-7642,
  at (937) 255-3855, E-Mail kugeldl@sy.wpafb.af.mil, with serious
  concerns only.
CITE: (I-359 SN015294)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: General Services Administration, Central Field Office,
  5PM-1C, Room 286 (M/S DPN-536-2-1), 536 South Clark Street,
  Chicago, Illinois 60605-1509, (312) 353-5580
SUBJECT: Z--PACKAGE AIR CONDITIONER REMOVAL, PACKAGE AIR CONDITIONER
  INSTALLATION AND ASSOCIATED WORK AT 536 CLARK ST., RM. 255
  CONTROL CENTER, CHICAGO, IL 60605
SOL GS05P97GAC6059
DUE 011597
POC Questions may be directed to Rich Falzone, Planner/Estimator,
  (312) 353-1986, or Robert Woten, Jr., Contracting Officer,
  (312) 353-5580.
DESC: The objective of this contract is to have the new piping,
  electrical and condensate drains installed to the two (2) new
  locations first, then to install and bring on line the new
  11 ton Liebert unit on the south end of the Control Center
  first. After this unit is up and running, the temporary units
  can be removed and the demolition of the existing 20 ton Liebert
  unit and associated equipment can commence, as well as the
  installation on the north end of the new 6 ton unit. To obtain
  copies of this solicitation including a scope of work and all
  drawings, please contact Ms. Kim Kahl, (312) 353-5580 or Mr.
  Rich Falzone at the above number or address. All bids will
  be due no later   than 4:30 p.m., fifteen (15) days from the
  date of publication. The estimated cost of work covered by
  this solicitation is between $25,000.00 and $100,000.00. Performance
  period has an estimated start date of 2/15/97. This project
  is set aside for small businesses. See Note 1.
CITE: (M-359 SN015324)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 81 CONS/LGCC, 200 FIFTH STREET, ROOM 104, KEESLER AFB,
  MS 39534-2102 Attn:/Theresa Clark
SUBJECT: Z--REPAIR CARRIER CENTRIFIGUAL WATER CHILLER
SOL F2260097Q5077
DUE 021197
POC Theresa Clark tel: 601/377-1821/Robert F. Winland, Contracting
  Officer 601/377-3642
DESC: Contractor is to provide on-site repair of Carrier Centrifugal
  Water Chiller, Model# 19EA8273DL, Serial# 713717277.  Repairs
  required include replacing rotor assembly bearings and related
  parts, reassembling, leak testing, and startup. Contractor
  will also be required to replace oil, dryers and seals. Government
  will remove and replace refrigerant. The work site is located
  at Building 7205 (Triangle Chiller) on Keesler AFB, MS.  The
  magnitude of this proposed construction is between $25,000.00
  and $100,000.00.  Project requirements will be made available
  on or about 16 Jan 97.  All requests for the quote package
  must be submitted in writing by letter or fax (601-377-1811)
  and should contain the solicitation number, your company's
  name, address, phone number, fax number, and your company's
  point of contact.  No direct phone requests for a bid package
  will be accepted.  All responsible sources may submit a quote
  which shall be considered.
CITE: (I-359 SN015329)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: General Services Administration,Property Mgmt. Div. (1PM),10
  Causeway St, 9t h floor,Boston,MA 02222-1077
SUBJECT: Z--US DISTRICT COURT SPACE ALTERATIONS,
SOL GS-01P-97-BZC-0007
DUE 021997
POC Contact,Brenda Dudevoir,617/565-7311
DESC: Pre-solicitation Notice - The work is to include demolition
  and space alter ations to the U.S. District Court located on
  the second floor of the U.S. Post O ffice Building, in Brattleboro,
  Vt.  This is open to large and small business in accordance
  with the "Small Business Competitiveness Demonstration Program."
   SI C Code 1542, Size standard is $17.0 Mil.  Plans and Specification
  will be availa ble on or about 1/17/97.
CITE: (I-359 SN015361)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Contracting Officer, Civil Engineering Unit, 300 Ala
  Moana Blvd., Room 8122, Honolulu, HI 96850
SUBJECT: Z--REPAIR & PAINT REAR RANGE LIGHT TOWER AT HILO HARBOR,
  HILO, HAWAII
SOL DTCG86-97-B-633117
DUE 020497
POC Point of Contact - Bonnie L. Hoe, Contracting Officer, (808)
  541-2158, Fax (808) 541-2203
DESC: Provide materials, equipment, labor, and transportation
  required to repair and paint Hilo Harbor Rear Range Light Tower.
   Work includes replacing corroded rivets/bolt/nuts, fixed ladder
  and Safety-T-Climb fall prevention system and paint the entire
  103 feet tall, foursided steel trussed tower. The entire tower
  and concrete pedestal are coated with lead-based paint.  All
  work shall be completed within 120 calendar days after receipt
  of the Notice to Proceed.  This solicitation is issued under
  and the resulting contract awarded under the Small Business
  Competitiveness Demonstration Program (PL 100-656).  The construction
  range is between $25,000 and $100,000.  Only faxed or written
  requests for bid packages are acceptable.  This notice is for
  informational purposes for minority, women-owned and disadvantaged
  business enterprises:  The Department of Transportation (DOT),
  Office of Small and Disadvantaged Business Utilization (OSDBU),
  has a program to assist minority, women-owned and disadvantaged
  business enterprises to acquire short-term working capital
  assistance for transportation-related contracts.  Loans are
  available under the DOT Short Term Lending Program (STLP) at
  prime interest rates to provide accounts receivable financing.
   The maximum line of credit is $500,000.  For further information
  and applicable forms concerning the STLP, call the OSDBU at
  (800) 532-1169.
EMAILADD: B.Hoe/CeuHon@internet.uscg.mil
EMAILDESC: 
CITE: (D-359 SN015445)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 10--Weapons
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 10--TURRET,ARMAMENT SUB
SOL N0038397RG012
DUE 020397
POC Contact Point, John M Mccarry, 0235.13, (215)697-2803, Fax,
  (215)697-3161, Twx, Not-avail, Contracting Officer, Gerald
  R Buday, 0235.11, (215)697-6511
DESC: The subject item requires Government source approval prior
  to contract award, as the item is flight critical and /or the
  technical data available has not been determined adequate to
  support acquisition via full and open competition. Only the
  source(s) previously approved by the government for this item
  have been solicited. The time required for approval of a new
  source is normally such that award cannot be delayed pending
  approval of a new source. If you are not an approved source
  you must submit, together with your proposal,  the information
  detailed in the U.S. Navy Aviation Supply Office Source Approval
  Information Brochure. This brochure identifies technical data
  required to be submitted based on your company's experience
  in production of the same or similar item, or if this is an
  item you have never made. This brochure can be obtained by
  calling NAVICP-P at (215) 697-4243. If your request for source
  approval is currently being evaluated at NAVICP-P, submit with
  your offer a copy of the cover letter which forwarded your
  request for source approval. Offers received which fail to
  provide all data required by the  Source Approval Brochure
   or document previous submission of all data required by the
  Source Approval Brochure will not be considered for award under
  this solicitation. Please note, if evaluation of a source approval
  request submitted hereunder cannot be processed in time and/or
  approval requirements preclude the ability to obtain subject
  items in time to meet government requirements, award of the
  subject requirement may continue based on Fleet support needs.
  NSN 7R-1005-01-224-0484-AH, Ref Nr 218F457, Qty 6 EA, Delivery
  FOB Origin----- No drawings available. This will be awarded
  under the Lockheed Martin BOA., See Note 22
CITE: (I-359 SN015223)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 10--Weapons
OFFADD: Commander, Naval Sea Systems Command, SEA 0253D,  2531
  Jefferson Davis Hwy,  Arlington, VA  22242-5160
SUBJECT: 10--MK 41 VERTICAL LAUNCHING SYSTEMS AND ANCILLARY HDWE
SOL N00024-97-R-5349
POC J.W.WEINBERG, SEA 0253D,703-602-8000x533
DESC: The Naval Sea Systems Command intends to issue a sole source
  solicitation to Lockheed Martin Aero & Naval Systems, Baltimore,
  MD, for MK 41 Vertical Launching Systems (VLS), installation
  support, ancillary hardware, associated support equipment for
  US Navy and Foreign Military Sales (FMS) requirements for FY97,
  with options for FY98 through FY01. NAVSEA plans to utilize
  the same acquisition strategy successfully implemented on the
  most recent production contract, (N00024-94-C-5300) wherein
  Lockheed Martin subcontracted a major portion of the work to
  United Defense Limited Partnership (UDLP), Minneapolis, MN
  and Aberdeen SD.  This strategy will be pursued provided the
  prices can be favorably negotiated compared to previous competitively
  derived pricing. See Numbered Note(s) 22.
CITE: (I-359 SN015333)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 12--Fire Control Equipment
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 12--PROTRACTOR, FAN, RANG
SOL SP0920-97-Q-A109
DUE 010997
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:  RPE96347000205 NSN 1290-00-266-6891, protractor,
  fan,  rang CAGE 84583 Part No 8483-1-3 200 -EA Del to (Call
  contracting office)  Del by 14 Dec 96.  Approved sources are:
   union instrument Co (88997);  Dresser Argus Inc (84583) energy
  vent Inc (62110) and harder precision Co  28956 full and open
  competition:  complete, unrestricted data package  available.
   PR quantity:  200 EA delivery schedule:  200 within 90 days
   set-aside type unrestricted (sole source/single source) (no
  preference)  size standard:  500 all responsible sources may
  submit offer which DESC  shall consider.
CITE: (I-359 SN015075)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives
OFFADD: Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg
  1215, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 13--LINE ASSY
SOL F42630-97-Q-2010
DUE 020497
POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional
   information contact D Wojciechowski/Likm/[801]777-4164
DESC: Item 0001 NSN 1377-01-056-8642ES P/N: 51062-4, Acft ejection
  sys  (life support) ballistic device. Predominant matl: HNS
  core with black polyethelene jacket cased in aluminum sheath.
  Explosive charge. 0067 lbs, length 56", diameter approx 3/8"
  and is ballistic initiated. 15ea. Applicable to: F-16. Destn:
  FMS Countries. Delivery: 30 Sep 97 15 ea Item 0002 NSN 1377-01-056-8643ES
  Line Assy P/N: 51062-6, Acft ejection sys (life support) ballistic
  device. Predominant matl hns core with black polyethelene jacket
  cased in aluminum sheath. Explosive charge. 0083 lbs, length
  70 in, diameter approx 3/8 in and is ballistic initiated. 11ea.
  Applicable to: F-16. Destn: FMS Countries. Delivery: 30 Sep
  97 11 ea Item 0003 NSN 1377-01-139-2835ES Det Trans Assy P/N:
  51281-72121, Acft ejection sys (life support) ballistic device.
  Predominant matl steel braid over two layers of fluoroplastic
  covering reactive matl. Explosive charge .0015 lbs, length
  11.6 in, diameter approx 3/8 in and is ballistic initiated.
  86ea. Applicable to: F-16. Destn: FMS Countries. Delivery:
  30 Sep 97 86 ea Item 0004 NSN 1377-01-198-7480ES Det Trans
  Assy P/N: 51281-729, Acft ejection sys (life support) ballistic
  device. Predominant matl steel braid over two layers of fluoroplastic
  covering reactive matl. Explosive charge. 0009 lbs, length
  45.22 in, diameter approx 3/8 in and is ballistic initiated.
  Detonates other explosive component in F16 egress sys. 26ea.
  Applicable to: F-16. Destn: FMS Countries. Delivery: 30 Oct
  97 26 ea Item 0005 NSN 1377-01-198-7481ES Det Trans Assy P/N:
  51281-727, Acft ejection sys (life support) ballistic device.
  Predominant matl steel braid over two layers of fluoroplastic
  covering reactive matl. Explosive charge. 0009 lbs, length
  56.09 in, diameter approx 3/8 in and is ballistic initiated.
  Detonates other explosive component in F16 egress sys. 50ea.
  Applicable to: F-16. Destn: FMS Countries. Delivery: 30 Oct
  97 50 ea Qualification requirements: Sources must be qualified
  prior to being considered for award. The solicitation will
  contain instructions for obtaining further information on this
  requirement. The requirements of FAR 9.202(A) have been completed
  and copies of the qualification requirements and standards
  may be obtained as described in the solicitation. These qualification
  requirements apply to line item(s) all ITEM MUST MEET ALL REQUIREMENTS
  AS STATED IN DRAWING 16VK023 GENERAL DYNAMICS (81755) The approximate
  issue/response date will be 13 Jan 97. The anticipated award
  date will be 04 Feb 97. Written procedure will be used for
  this solicitation. To: Oea Aerospace Inc, Fairfield Ca 94533-0659.
  No telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Award will be made only if the offeror,
  the product/service, or the manufacturer meets qualification
  requirements at the time of award in accordance with FAR clause
  52.209-1. The solicitation identifies the office where additional
  information can be obtained concerning qualification requirements
  is cited in each individual solicitation. It is suggested that
  small business firms or others interested in subcontracting
  opportunities in connection with the described procurement
  make contact with the firm(s) listed. Request for copies of
  solicitations must reference the entire solicitation number,
  including purchasing office identification number. To expedite
  your request, limit the number of individual solicitation numbers
  requested per letter to not more than 10. Don't request information
  on this requirement until after the issue date. An Ombudsman
  has been appointed to hear concerns from offerors or potential
  offerors during the proposal development phase of this acquisition.
  The purpose of the Ombudsman is not to diminish the authority
  of the program director or contracting officer, but to communicate
  contractor, concerns, issues, disagreements, and recommendations
  to the appropriate government personnel. When requested, the
  Ombudsman will maintain strict confidentiality as to the source
  of the concern. The Ombudsman does not participate in the evaluation
  of proposals or in the source selection process. Interested
  parties are invited to call Jack S. Jones if your concerns
  are not satisfied by the contracting officer (801)777-6991.
  This part required engineering source approval by the design
  control activity in order to maintain the quality of the part.
  Existing unique design capability, engineering skills, and
  manufacturing knowledge by the qualified source(s) require
  acquisition of the part from the approved source(s). The approved
  source(s) retain data rights, manufacturing knowledge, or technical
  data that are not economically available to the Government,
  and the data or knowledge is essential to maintaining the quality
  of the part. An alternate source must qualify in accordance
  with the design control activity's procedures, as approved
  by the cognizant Government engineering activity. The qualification
  procedures must be approved by the Government engineering activity
  having jurisdiction over the part in the intended application.
CITE: (I-359 SN015137)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives
OFFADD: Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg
  1215, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 13--INITIATOR,PROPELLAN
SOL F42630-97-Q-20520
DUE 020497
POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional
   information contact D Wojciechowski/Likm/[801]777-4164
DESC: Item 0001 NSN 1377-01-165-2080ES P/N: 1377-MH66, Acft ejection
   sys (life support) ballistic dev predominant matl aluminum
  with expl charge of 0.0015 lb, length 3.56 in, width 1.91 in.
  Alternate NSNs: 1377-01-203-1960, P/N: 821019-3; 1377-00-299-1511,
  812666-111; 1377-01-287-4174, 6065400. 37ea. Applicable to:
  F-15. Destn: FMS Countries. Delivery: 30 Jun 98 37 ea The approximate
  issue/response date will be 13 Jan 97. The anticipated award
  date will be 04 Feb 97. Written procedure will be used for
  this solicitation. To: Teledyne Mccormick Selph, Hollister
  Ca 95024 0006. To: Scot Inc, Downers Grove Il 60515-0705. No
  telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. It is suggested that small business
  firms or others interested in subcontracting opportunities
  in connection with the described procurement make contact with
  the firm(s) listed. Request for copies of solicitations must
  reference the entire solicitation number, including purchasing
  office identification number. To expedite your request, limit
  the number of individual solicitation numbers requested per
  letter to not more than 10. Don't request information on this
  requirement until after the issue date. An Ombudsman has been
  appointed to hear concerns from offerors or potential offerors
  during the proposal development phase of this acquisition.
  The purpose of the Ombudsman is not to diminish the authority
  of the program director or contracting officer, but to communicate
  contractor, concerns, issues, disagreements, and recommendations
  to the appropriate government personnel. When requested, the
  Ombudsman will maintain strict confidentiality as to the source
  of the concern. The Ombudsman does not participate in the evaluation
  of proposals or in the source selection process. Interested
  parties are invited to call Jack S. Jones if your concerns
  are not satisfied by the contracting officer (801)777-6991.
  The cost to the Government to breakout this part and acquire
  it competitively has been determined to exceed the projected
  savings over the life span of the part.
CITE: (I-359 SN015138)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives
OFFADD: Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg
  1215, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 13--MXU 667/B WITH CONTAINER
SOL F42630-97-R-2005
DUE 021297
POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional
   information contact Genee Ringel/Likm/[801]775-2093
DESC: Item 0001 NSN 1325-01-048-9811 P/N: 576479-1, Conical fin
  assy,  Consists of a wing assy, a forward adapter assy. Four
  control fins and hardware necessary to provide stability during
  flight. Delivery: 24 months ARO. 402ea. Applicable to: Gbu-16.
  Destn: McAlester OK 74501. The approximate issue/response date
  will be 13 Jan 97. To: Texas Instruments Inc, Mckinney Tx 75070-.
  No telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Authority: 10 U.S.C. 2304(C)(1),
  Justification: Supplies (or Services) required are available
  from only one or a limited number of responsible source(s)
  and no other type of supplies or services will satisfy agency
  requirements. The proposed contract action is for supplies
  and services for which the Government intends to solicit and
  negotiate with only one, or a limited number of sources under
  the authority of FAR 6.302. Interested persons may identify
  their interest and capability to respond to the requirement
  or submit proposals. This notice of intent is not a request
  for competitive proposals. However, all proposals received
  within forty-five days (thirty days if award is issued under
  an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. It is suggested that small business
  firms or others interested in subcontracting opportunities
  in connection with the described procurement make contact with
  the firm(s) listed. Specifications, plans, or drawings relating
  to the procurement described are incomplete or not available
  and cannot be furnished by the Government. Request for copies
  of solicitations must reference the entire solicitation number,
  including purchasing office identification number. To expedite
  your request, limit the number of individual solicitation numbers
  requested per letter to not more than 10. Don't request information
  on this requirement until after the issue date. An Ombudsman
  has been appointed to hear concerns from offerors or potential
  offerors during the proposal development phase of this acquisition.
  The purpose of the Ombudsman is not to diminish the authority
  of the program director or contracting officer, but to communicate
  contractor, concerns, issues, disagreements, and recommendations
  to the appropriate government personnel. When requested, the
  Ombudsman will maintain strict confidentiality as to the source
  of the concern. The Ombudsman does not participate in the evaluation
  of proposals or in the source selection process. Interested
  parties are invited to call Jack S. Jones if your concerns
  are not satisfied by the contracting officer (801)777-6991.
  See Note (s) 26.
CITE: (I-359 SN015140)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives
OFFADD: Naval Surface Warfare Center, Dahlgren Division, 17320
  Dahlgren Road, Dahlgren, VA 22448-5100
SUBJECT: 13--GENERIC INITIATOR SYSTEMS UTILIZING PBXN-301 (EXPLOSIVE
  TRAIN COMPONENT)
SOL N00178-97-R-1014
DUE 020897
POC Dianne M. Purks, Code SD119, Contract Specialist, (540) 653-7478.
DESC: The Dahlgren Division, Naval Surface Warfare Center intends
  to non-competitively procure Generic Initiator Systems (3 each
  inert) delivery requirements 15 June 1997 and Generic Initiator
  Systems (20 each live) delivery requirements 15 August 1997.
  Negotiations will be conducted on a sole source basis with
  Ensign Bickford, 660 Hope Meadow Street, Simsbury, CT 06070-0427.
  Ensign Bickford is the only contractor currently certified
  to manufacture PBXN-301 (the explosive used in the explosive
  train of the Generic Initiator Systems). Request for informational
  copies of solicitation N00178-97-R-1014 may be transmitted
  via telecopier to Dora Fauntleroy, Code SD11A, at (540) 653-7088.
  The Dahlgren Division, Naval Surface Warfare Center, Dahlgren
  Laboratory Procurement Division is taking steps toward implementing
  Electronic Commerce (EC) in the acquisition arena, therefore
  this synopsis and resulting solicitation with any applicable
  amendments will also be available on the World Wide Webb at
  http://www/nswc.mil/ under Procurement Division or http://proc_div.nswc.navy.mil/
  See Numbered Note(s): 22.
CITE: (I-359 SN015300)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--PANEL ASSEMBLY, VAPOR
SOL SPO460-97-R-0544
DUE 022197
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement. for copirs of RFQ Sol
  icitations,  contact thebuyer:  Melissa Miles/BU810/804279-3318
  contracting officer:   Janet price/804-279-5130
DESC: PR-NO:  YPG96323001251 NSN 1560-00-008-8039, panel assembly,
   vapor Lockheed Martin, CAGE 98897 P/N 4P31040-101E Tech data
  package  availability:  32 -EA Del to Kelly AFB TX 78241-5312
  Del by:  120 DARO -  FOB origin 18 -EA Del to New Cumberland
  PA 17070-5001 Del by:  120 DARO -  FOB origin specifications,
  plans or drawings relating to the procurement  described are
  not available and cannot be furnished by the government.  
  Option to increase quantity - 100% other than full and open
  (10 U.S.C.  2304(C)(1) FAR 6.302-1) only one source (NOTE 22),
  intended source:   Lockheed Martin all responsible sources
  may submit offer which DGSC shall  consider.
CITE: (I-359 SN015069)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--DUCT ASSEMBLY, AIR CONDITIONING AIRCRAFT
SOL SP0460-97-Q-B700
DUE 020597
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, for copy of RFQ/solici
  tation contact  the buyerlt Jim Martin/BV418/804-279-49 49/FAX
  804-279-6078 or  X4300/contracting officer/bar bara Stansbury/804-279-3416
DESC: PR-NO:  YPG96351000442 NSN 1560-00-146-3353, duct assembly,
  air  conditioning aircraft, I/A/W Northrop Corp Acft Div, CAGE
  76823, Dwg  14-50518 Rev B, (+) EO D85663, P/N 14-50518-1.
   Exceptions to Dwg  14-50518. origin inspection required. 
  11 -EA Del to Barstow CA  92311-5014 Del by 120 DARO.  Unrestricted.
  QPL NOTE 23. drawings,  interim procurement descriptions and
  deviation lists may be examined or  obtained from Defense General
  general Supply Center.  All responsible  sources may submit
  offer which DGSC shall consider.
CITE: (I-359 SN015098)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Directorate Of Contracting/Bldg 1233, Oo-Alc/ 6072 Fir
  Avenue,  Hill Air Force Base, Ut 84056-5820
SUBJECT: 15--SKIN, AIRCRAFT
SOL F42620-97-Q-1011
DUE 020497
POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional
   information contact Julianne Gibby/Lfke/[801]775-2360
DESC: Item 0001 NSN 1560-01-310-8625WF P/N: 16L319-49, Skin;
   Dimensions:. 090 x 34 x 63 inches; Material: qq-a-250/4-t62;
  Function: landing gear door skin. 20ea. Applicable to: F16
  Acft. Destn: Hill Air Force Base, Ut 84056-5820. Delivery:
  27 Feb 98 20 ea The approximate issue/response date will be
  13 Jan 97. The anticipated award date will be 04 Feb 97. Written
  procedure will be used for this solicitation. To: Lockheed
  Martin Corporation, Fort Worth Tx 76101-0748. No telephone
  requests. Only written or faxed requests received directly
  from the requestor are acceptable. All responsible sources
  solicited may submit a bid, proposal, or quotation which shall
  be considered. It is suggested that small business firms or
  others interested in subcontracting opportunities in connection
  with the described procurement make contact with the firm(s)
  listed. Specifications, plans, or drawings relating to the
  procurement described are incomplete or not available and cannot
  be furnished by the Government. Request for copies of solicitations
  must reference the entire solicitation number, including purchasing
  office identification number. To expedite your request, limit
  the number of individual solicitation numbers requested per
  letter to not more than 10. Don't request information on this
  requirement until after the issue date. An Ombudsman has been
  appointed to hear concerns from offerors or potential offerors
  during the proposal development phase of this acquisition.
  The purpose of the Ombudsman is not to diminish the authority
  of the program director or contracting officer, but to communicate
  contractor, concerns, issues, disagreements, and recommendations
  to the appropriate government personnel. When requested, the
  Ombudsman will maintain strict confidentiality as to the source
  of the concern. The Ombudsman does not participate in the evaluation
  of proposals or in the source selection process. Interested
  parties are invited to call Jack S. Jones if your concerns
  are not satisfied by the contracting officer (801)777-6991.
  The Government physically does not have in its possession sufficient,
  accurate, or legible data to purchase this part from other
  than the current source(s).
CITE: (I-359 SN015134)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Oc-Alc/Dir Of Contracting/Aircraft, 3001 Staff Dr Ste
  2ag87a,  Tinker Air Force Base Ok 73145-3020
SUBJECT: 15--RADOME
SOL F34601-97-04154
DUE 021497
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Dann Pettit/Ladbc/[405]739-2633
DESC: Item 0001 NSN 1560-01-094-4556AW P/N: 204-20101-1, 2ea.
   Applicable to: E-3. Destn: SHIP TO THE UNITED KINDOM. Delivery:
  30 MAR 99 2 ea Qualification requirements: Sources must be
  qualified prior to being considered for award. The solicitation
  will contain instructions for obtaining further information
  on this requirement. The qualification requirements for this
  item were established prior to 19 Oct 1984 and the requirements
  of FAR 9.202(A) do not apply. These qualification requirements
  apply to line item(s) 0001 FMS. SOLE SOURCE TO THE BOEING COMPANY.
  QUALIFICATIONS REQUIREMENTS APPLY. The approximate issue/response
  date will be 15 Jan 97. To: Boeing Co, Seattle Wa 98124-2499.
  No telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Authority: 10 U.S.C. 2304(C)(1),
  Justification: Supplies (or Services) required are available
  from only one or a limited number of responsible source(s)
  and no other type of supplies or services will satisfy agency
  requirements. It is suggested that small business firms or
  others interested in subcontracting opportunities in connection
  with the described procurement make contact with the firm(s)
  listed. Specifications, plans, or drawings relating to the
  procurement described are incomplete or not available and cannot
  be furnished by the Government. Note: Faxed solicitation requests
  can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015,
  FAX NUMBER (405)739-5411. Request for Written Quotation will
  be issued. The anticipated award date will be 60 days after
  the issuance of this notice.
CITE: (I-359 SN015380)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Oc-Alc/Dir Of Contracting/Aircraft, 3001 Staff Dr Ste
  2ag87a,  Tinker Air Force Base Ok 73145-3020
SUBJECT: 15--COWLING
SOL F34601-97-R-04213
DUE 021497
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Dann Pettit/Ladbc/[405]739-2633
DESC: Item 0001 NSN 1560-01-034-2437AW P/N: 204-70099-124S, 10ea.
   Applicable to: E-3. Destn: Tinker Air Force Base Ok 73145-3020.
  Delivery: 30 SEP 98 10 ea Qualification requirements: Sources
  must be qualified prior to being considered for award. The
  solicitation will contain instructions for obtaining further
  information on this requirement. The qualification requirements
  for this item were established prior to 19 Oct 1984 and the
  requirements of FAR 9.202(A) do not apply. These qualification
  requirements apply to line item(s) 0001 QUALIFICATION REQUIREMENTS
  APPLY. POTENTIAL SUPPLIERS MUS PROVIDE EVIDENCE TH EY POSSESS
  TOOLING TO MANUFACTURE THE ITEM. The approximate issue/response
  date will be 15 Jan 97. No telephone requests. Only written
  or faxed requests received directly from the requestor are
  acceptable. All responsible sources solicited may submit a
  bid, proposal, or quotation which shall be considered. Authority:
  10 U.S.C. 2304(C)(1), Justification: Supplies (or Services)
  required are available from only one or a limited number of
  responsible source(s) and no other type of supplies or services
  will satisfy agency requirements. Note: Faxed solicitation
  requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015,
  FAX NUMBER (405)739-5411. Request for Written Quotation will
  be issued. The anticipated award date will be 60 days after
  the issuance of this notice. See Note (s) 1.
CITE: (I-359 SN015387)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: ASC/YDK, Building 16, 2275 D. Street, Mail Stop 16, Suite
  16, Wright- Patterson AFB OH 45433-7233
SUBJECT: 16--LOW RATE INITIAL PRODUCTION (LRIP) FOR B-1B TOWED
  DECOY SYSTEM (TDS)
SOL F33657-95-C-2008 P00019
POC Contact Contract Negotiator Annette E. Dunbar, (513)255-5024;
  Contracting Officer Chris A. Telepak, (513)255-5024/5425.
DESC: Request For Information (RFI), Propulsion Development Systems
  Office (DSO), Attn: ASC/LPKB. The Propulsion DSO is seeking
  information for an acquisition to select a contractor to develop
  a Digital Engine Controller (DEC) for the F118-100 designated
  B-2 turbofan engine. The F118-100 is a 19000 lb thrust, 3 stage
  fan, 9 stage compressor, 3 stage turbine engine with a primary
  analog and a secondary hydromechanical control. The re-engineering
  effort is to replace the analog electronic primary controller
  with a reliable state of the art digital engine controller
  that is maintainable well into the 21st century for 120 engines.
  Engineering responsibilities include designing, documenting,
  building, testing, integrating, qualifying, and manufacturing
  the DEC and its supporting components. Materials and processes
  must meet military, commercial, and industry standards and
  produce a reliable, safe, supportable quality product that
  is maintainable within the United States Air Force's (USAF's)
  current and future maintenance environment. The design must
  provide growth capability for future upgrades and changes with
  emphasis on ease of maintenance, obsolescence, and Form Fit
  Function and Interchangeability (F cubed I) technology. The
  primary objectives of the potential procurement are to replace
  current analog system with digital state-of-the- art technology,
  improve Reliability and Maintainability (decrease obsolescence
  exposure), increase growth capability, and support B-2/F118
  Field Longevity. Information provided must address how the
  Government can satisfy its needs, technology and production
  availability, identification of cost drivers, and alternative
  acquisition approaches. Responses should not be restrictive
  and all proprietary information should be identified. Proprietary
  information will be protected and will not be divulged unless
  mandated by existing laws. In accordance with FAR 52.215-3,
  Solicitation for Information or Planning Purposes (Apr 84),
  the Government does not intend to award a contract on the basis
  of this RFI and incurs no liability or responsibility to compensate
  any vendor for information or materials provided in response
  to the RFI. The information and requirements stated are still
  in draft and will change. They are provided to obtain critical
  feedback as we finalize the acquisition strategy. Responses
  to the RFI will be retained by the Government. This information
  should be sent to ASC/LPKB, Building 28, 2145 Monahan Way,
  Wright-Patterson AFB OH 45433-7017 not later than 5 Apr 96.
  The point of contact is Annette Dunbar (513) 255-6471, the
  Contracting Officer is Deanna Hall, (513) 255-7243.
CITE: (I-358 SN015014)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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--RETAINER, BEARING
SOL SP0920-97-Q-A110
DUE 012897
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96317000669 NSN 1660-00-887-6877, retainer,
  bearing  CAGE 70210 Part No 205763 CAGE 72599 Part No 205763
  134 -EA Del to New  Cumberland PA 17070-5001 Del by 27 May
  97.  Other than full and open  C0MPETITION:  part numbered
  item.  Products offered clause applies.   Various increments
  solicited:  50-99, 100-199, 200-299.  PR quantity:   134 EA
  destinations:  New Cumberland, PA 17070-5001 delivery schedule:
    90 days after date 0F award set-aside type:  unrestricted
  (sole  source/single source) (no preference) size standard
  1000 all responsible  sources may submit offer which DESC shall
  consider.
CITE: (I-359 SN015047)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 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--CONTAINER, STORAGE
SOL SP0460-97-Q-B701
DUE 020697
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, for copy of RFQ/solici
  tation contact  the buyerlt Jim Martin/BV418/804-279-49 49/FAX
  804-279-6078 or  X4300/contracting officer/bar bara Stansbury/804-279-3416
DESC: PR-NO:  FPG96347000369 NSN 1680-01-349-9069, container,
  storage,  Northrop Grumman Corp, CAGE 1W025, P/N DAA3298A500-007.
  origin  inspection required. unrestricted. sole source.  2
  -EA Del to New  Cumberland PA 17070-5001 Del by 100 DARO. specifications,
  plans or  drawings relating to the procurement described are
  not available and  cannot be furnished by the government.solicitations
  will be made in writing  and orally.  All responsible sources
  may submit offer which DGSC shall  consider.
CITE: (I-359 SN015064)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 16--VALVE, REFUELING
SOL SP0460-97-Q-D978
DUE 020797
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement contact Janice Adams/B
  T991/804-279-6360  contracting officer Steven Tuck/804279-6143
DESC: PR-NO:  YPG96151000860 NSN 1680-01-100-8296, valve, refueling
   Sikorsky Aircraft CAGE 78286 P/N 70307-03030-103 Aeroquip
  Corp CAGE 00624  P/N AE80613P 46 -EA Del to New Cumberland
  PA 17070-5001 Del 100 DARO 5 - EA Del to Stockton CA 95296
  Del 100 DARO see NOTE 22, intended sources:   Sikorsky Aircraft
  and Aeroquip Corp.  Unrestricted.  QPL - FAR 52.209-1  OR 52.209-2
  - see NOTE 23.  Specifications, plans or drawings relating
  to  the procurement described are not available and cannot
  be furnished by the  government.  All responsible sources may
  submit offer which DGSC shall  consider.
CITE: (I-359 SN015066)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 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--LOCK, SLIDE, PROBE
SOL SP0460-97-Q-D990
DUE 020797
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement contact Janice Adams/B
  T991/804-279-6360  contracting officer Steven Tuck/804279-6143
DESC: PR-NO:  YPG96176001273 NSN 1680-01-158-9566, lock, slide,
  probe  Sikorsky Aircraft CAGE 78286 P/N 70250-34063-102 Rev
  "B" 46 -EA Del to  Jacksonville FL 32212-0097 Del 240 DARO
  see NOTE 23, intended sources:   S & L metals and Tek precision.
   Unrestricted.  First article test  required.  QPL - FAR 52.209-1
  OR 52.209-2 - see NOTE 23.   Specifications, plans or drawings
  relating to the procurement described are  not available and
  cannot be furnished by the government.  All responsible  sources
  may submit offer which DGSC shall consider.
CITE: (I-359 SN015067)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 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--CUSHION, SEAT BACK, AIRCRAFT
SOL SP0460-97-Q-D986
DUE 020797
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement contact Janice Adams/B
  T991/804-279-6360  contracting officer Steven Tuck/804279-6143
DESC: PR-NO:  YPG96351000504 NSN 1680-01-148-8943, cushion, seat
  back,  aircraft IAW ARA Inc CAGE 54184 Dwg D3888 Rev "G" dated
  9NOV85 & Atcom  CAGE 81996 procurement package #D3888 Rev "E"
  dated 18JUL96 P/N D3888-1  121 -EA Del to Stockton CA 95296
  Del 285 DARO 318 -EA Del to New  Cumberland PA 17070-5001 Del
  285 DARO see NOTE 22, intended sources:   ARA Inc and Aero
  Products.  First article test required.  QPL - FAR  52.209-1
  OR 52.209-2 - see NOTE 23.  Drawings, interim procurement 
  descriptions and deviaiton lists may be examined or obtained
  from Defense  General Supply Center.  All responsible sources
  may submit offer which DGSC  shall consider.
CITE: (I-359 SN015070)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 16--MASK, OXYGEN
SOL SP0920-97-Q-A111
DUE 012897
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96327000467 NSN 1660-00-172-1368, mask, oxygen
  CAGE  92114 Part No 358-1501-2 31 -EA Del to New Cumberland
  PA 17070-5001 Del  by 15 Jan 97.  11 -EA Del to Lathrop CA
  95330 Del by 15 Jan 97.  No  data available.  Other than full
  and open competition:  part numbered  item.  Products offered
  clause applies.  Various increments solicited:   1-25, 26-75,
  76-100.  PR quantity:  42 EA destinations:  New  Cumberland,
  PA 17070-5001, Stockton, CA 95296-0130 delivery schedule: 
   90 days after date of award.  Set-aside type:  unrestricted
  (sole  source/single source) (no preference) size standard:
   1000 all  responsible sources may submit offer which DESC
  shall consider.
CITE: (I-359 SN015080)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 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--CURTAIN, DOORWAY MCDONNELL DOUGLAS CORP. CAGE 88277
SOL SP0460-97-Q-CA52
DUE 021497
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, for copies of RFQ Sol
  icitations,  contact the buyer. POC:  Vanessa Jones/BU81 8/804-279-4289.
  contracting  officer:  Melissa Miles/804 -279-3318.
DESC: PR-NO:  YPG96327000382 NSN 1680-01-344-0812, curtain, doorway
   McDonnell Douglas CAGE:  88277 P/N 17P1B1085-1 6 -EA Del to
  Richmond VA  23297-5900 Del by 129 days ARO.  Specs, plans
  or drawings relating to the  procurement described are not
  available and cannot be furnished by the  Gov't.  Duration
  of contract period:  1 year.  The final contract award  decision
  may be based upon a combination of price, past performance
  and  other evaluation factors as described in the solicitation.
   Only one source  of supply.  Solicitation will be made in
  writing.  All responsible sources  may submit offer which DGSC
  shall consider.
CITE: (I-359 SN015094)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 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
SOL SP0460-97-Q-D982
DUE 020797
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement contact Janice Adams/B
  T991/804-279-6360  contracting officer Steven Tuck/804279-6143
DESC: PR-NO:  YPG96338000605 NSN 1680-01-130-7215, control assembly
   aerocontrolex CAGE 04638 P/N C81394-3 Teleflex Inc CAGE 78710
  P/N  7-44205-9 113 -EA Del to New Cumberland PA 17070-5001
  Del 120 DARO 50 - EA Del to Stockton CA 95296 Del 120 DARO
  see NOTE 22, intended sources:   aerocontrolex, Teleflex and
  triumph.  Unrestricted.  QPL - FAR  52.209-1 OR 52.209-2 -
  see NOTE 23.  Specifications, plans or drawings  relating to
  the procurement described are not available and cannot be 
  furnished by the government.  All responsible sources may submit
  offer which  DGSC shall consider.
CITE: (I-359 SN015096)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd St. Louis, MO
SUBJECT: 16--TRANSMISSION, MECHANICAL
SOL DAAJ09-97-Q-0465
DUE 020897
POC Jack Heilman, Contract Specialist, AMSAT-A-PLBB, 314-263-0741
  or Beverly H. Ratliff, Contracting Officer, AMSAT-A-PLBB, 314-263-0769
  or DATA FAX on 314-263-9012.
DESC: NSN: 1615-01-287-5319, Boeing P/N 145D6300, Quantity 20
  each. Applicable to the CH-47D aircraft. FOB Origin to Texarkana,
  TX 75507-5000; Lathrop, CA 95330-0130; and New Cumberland,
  PA 17070-5001. Required delivery is 2 each, 510 DACA, and 3
  each per month thereafter. It is anticipated that the award
  will be made via a delivery order to an existing Basic Ordering
  Agreement. A request for quotation will be issued via E-Mail
  to Boeing Defense and Space Group. This procurement requires
  prequalification. All responsible sources may submit a proposal
  which is considered by the agency. Justification for other
  than full and open competition is FAR 6.302-1, Only One Source
  or Only a Limited Number of Responsible Sources. This proposed
  contract action is for supplies for which the Government does
  not have specifications and drawings to permit full and open
  competition. No telephone requests will be accepted. You may
  fax your request ATTN: AMSAT-A-PLBB, Jack Heilman, Contract
  Specialist, on 314-263-0741. See Numbered Note(s): 22.
CITE: (I-359 SN015283)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Sa-Alc/Propulsion Directorate, 661 Duncan Drive, Kelly
  Afb, Texas  78241-6318
SUBJECT: 16--CONTROL & CYL
SOL F41608-97-R-45112
DUE 021497
POC For copy, Fax Request to LPKAH at (210)925-6659, For additional
   information contact Burton, B./lpkah/[210]925-6385
DESC: Item 0001 NSN 1650-01-311-0130PT P/N: 4067837, Size/dimensions:
   approximately 12 inches long Predominant material of manufacture
  and/or manufacturing process: Steel, aluminum, rubber Form,
  fit, function: piston, cylinder and shaft with control used
  to Convert fuel pressure to linear motion on the variable geometry
  system Of f100pw229 aircraft engine. 4ea. Applicable to: F100pw220
  Engine. Destn: Kelly Afb, Texas 78241-6318. Delivery: 30 APR
  98 4 ea The approximate issue/response date will be 15 Jan
  97. The anticipated award date will be 17 Mar 97. Written procedure
  will be used for this solicitation. To: United Technologies
  Corp/Pratt And, West Palm Beach Fl 33410-9600. To: Allied Signal
  Inc., South Bend In 46620-0001. First article test required.
  No telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. The proposed contract action is
  for supplies and services for which the Government intends
  to solicit and negotiate with only one, or a limited number
  of sources under the authority of FAR 6.302. Interested persons
  may identify their interest and capability to respond to the
  requirement or submit proposals. This notice of intent is not
  a request for competitive proposals. However, all proposals
  received within forty five-days (thirty days if award is issued
  under an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. Buyer's name (point of contact listed
  above) should be included on all solicitation requests. In
  addition, please include a FSCM/cage code for mailing purposes.
CITE: (I-359 SN015376)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Oc-Alc/Dir Of Contracting/Aircraft, 3001 Staff Dr Ste
  2ag87a,  Tinker Air Force Base Ok 73145-3020
SUBJECT: 16--STABILIZER BRAKE ASSEMBLY
SOL F34601-97-R-04207
DUE 021497
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Dann Pettit/Ladbc/[405]739-2633
DESC: Item 0001 NSN 1680-01-009-9089AW P/N: 42089R20, 7ea. Applicable
   to: E-3. Destn: Tinker Air Force Base Ok 73145-3020. Delivery:
  31 MAR 98 7 ea THE GOVERNMENT DOES NOT POSSESS SUFFICIENT DATA
  TO COMPETE THIS ITEM. CONTACT THE PRIME MANUFACTURES' FOR SUBCONTRACTING
  OPPORTUNITIES. The approximate issue/response date will be
  15 Jan 97. To: Lucas Western Inc, Park City Ut 84068-0910.
  To: Boeing Co, Seattle Wa 98124-2499. No telephone requests.
  Only written or faxed requests received directly from the requestor
  are acceptable. All responsible sources solicited may submit
  a bid, proposal, or quotation which shall be considered. Authority:
  10 U.S.C. 2304(C)(1), Justification: Supplies (or Services)
  required are available from only one or a limited number of
  responsible source(s) and no other type of supplies or services
  will satisfy agency requirements. It is suggested that small
  business firms or others interested in subcontracting opportunities
  in connection with the described procurement make contact with
  the firm(s) listed. Specifications, plans, or drawings relating
  to the procurement described are incomplete or not available
  and cannot be furnished by the Government. Note: Faxed solicitation
  requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015,
  FAX NUMBER (405)739-5411. Request for Written Quotation will
  be issued. The anticipated award date will be 60 days after
  the issuance of this notice.
CITE: (I-359 SN015386)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling
  Equipment
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 17--TROUGH COVER
SOL N0010497RCB19
DUE 021097
POC Contact Point, James G Hoffman, 02111.10, (717)790-5774,
  Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, Thomas
  E Trump, 021x, (717)790-2736
DESC: NSN 1H-1720-01-224-9800, SPEC NR TDP VER 001, Qty 106 EA,
  Deliver to Receiving Officer Fisk Norfolk Norfolk VA , Class
  Set Aside, See Note 9
CITE: (I-359 SN015236)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 19--Ships, Small Craft, Pontoons, and Floating Docks
OFFADD: Commander, Naval Sea Systems Command, SEA 02222,  2531
  Jefferson Davis Hwy,  Arlington, VA  22242-5160
SUBJECT: 19--PC-14
SOL N00024-97-R-2205
DUE 031497
POC Chris Sherman, NAVSEA 02222C, Contract Specialist, (703)
  602-3102, Stephen V. Piasecki,  NAVSEA 02222, Contracting Officer,
  (703) 602-3102.
DESC: The Naval Sea Systems Command intends to issue a sole source
  contract to Bollinger Shipyards, Inc., Lockport, LA,  to build
  the last ship of the CYCLONE Class Patrol Coastal ships, PC-14,
  plus modifications and alterations including those incorporated
  on existing ships and others that are planned. Bollinger retains
  the proprietary rights to the design data, possesses the technical
  skills and production facilities to manufacture this ship and
  is therefore the only source capable of meeting this requirement.
  An award to any other source would result in substantial duplication
  of cost to the Government that is not expected to be recovered
  through competition. See Note 22.
CITE: (I-359 SN015325)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 19--Ships, Small Craft, Pontoons, and Floating Docks
OFFADD: U.S. Dept. of Commerce, NOAA, WASC, Acquisition Management
  Division WC3, 7600 Sand Point Way NE, BIN C15700, Seattle,
  WA  98115
SUBJECT: 19--DISPOSAL OF NOAA SHIP DAVIDSON
SOL 52ABNA700042
DUE 021496
POC For a copy of the solicitation call 206-526-6425. For further
  information call Contract Specialist Linda Shaw at 206-526-6461
DESC: Government seeks contractor for scrap/re-use, HAZMAT remediation,
  certification, and disposal of NOAA ship DAVIDSON. Ship is
  53 meters long and currently located in Seattle, WA. All responsible
  offerors will be considered.
CITE: (I-359 SN015352)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 19--Ships, Small Craft, Pontoons, and Floating Docks
OFFADD: U.S. Dept. of Commerce, NOAA, WASC, Acquisition Management
  Division WC3, 7600 Sand Point Way NE, BIN C15700, Seattle,
  WA  98115
SUBJECT: 19--DISPOSAL OF NOAA SHIP DISCOVERER
SOL 52ABNA700043
DUE 021496
POC For a copy of the solicitation call 206-526-6425. For further
  information call Contract Specialist Linda Shaw at 206-526-6461
DESC: Government seeks contractor for the scrap/re-use, HAZMAT
  remediation, certification and disposal of NOAA ship DISCOVERER.
   Ship is 92 meters long and currently located in Seattle, Wa.
   All responsible offerors will be considered
CITE: (I-359 SN015353)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 19--Ships, Small Craft, Pontoons, and Floating Docks
OFFADD: U.S. Dept. of Commerce, NOAA, WASC, Acquisition Management
  Division WC3, 7600 Sand Point Way NE, BIN C15700, Seattle,
  WA  98115
SUBJECT: 19--DISPOSAL OF NOAA SHIP SURVEYOR
SOL 52ABNA700038
DUE 021496
POC For a copy of the solicitation call 206-526-6425. For further
  information call Contract Specialist Linda Shaw at 206-526-6461
DESC: Government seeks contractor for the scrap/re-use, HAZMAT
  remediation, certification and disposal of NOAA ship SURVEYOR.
  Ship is 90 meters long and currently located in Seattle, WA.
  All responsible offerors will be considered.
CITE: (I-359 SN015355)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 19--Ships, Small Craft, Pontoons, and Floating Docks
OFFADD: Commandant (G-ACS-5/AG/Rm 5208), U.S. Coast Guard Headquarters,
  2100 Second Street SW, Washington, D.C. 20593-0001
SUBJECT: 19--CUTTER BOAT - SMALL, MEDIUM, LARGE
SOL DTCG23-96-R-HNG002
DUE 122496
POC Point of Contact - Contact Ms. Augustine Green, Contract
  Specialist, at (202) 267-2530/Mr. John P. Manko, at (202) 267-2515
DESC: The U.S. Coast Guard has completed Step One of the Two-Step
  Sealed Bid Process for the Cutter Boat-Small, Medium, Large,
  Indefinite Delivery/Indefinite quantity Contract. Coast Guard's
  Solicitation Number DTCG23-96-R-HNG002 was issued on 29 February
  1996  and Technical Proposals were received on 17 May 1996.
  The following companies have successfully completed Step One:
  Avon Company, Ocean Technologies, Inc., Willard Marine company,
  and Zodiac of America. This announcement is issued to notify
  industry of the project status and the companies involved.
CITE: (I-359 SN015356)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 20--Ships and Marine Equipment
OFFADD: U.S. Army Engineer District, Philadelphia, Pa. Wanamaker
  Building, Room 643, 100 Penn Square East, Philadelphia, Pa.
  19107-3390
SUBJECT: 20--PORTABLE HYDRAULIC SURVEY SYSTEM
SOL DACW61-97-R-0007
DUE 012297
POC John Sheplock, (215) 656-6867.
DESC: The U.S. Army Corp of Engineers, Philadelphia District
  intends to award a sole source fixed price contract to Ross
  Laboratories, for the procurement of a portable hydrographic
  surveying system. Solicitation DACW61-97-R-0007 will be issued
  on or about December 13, 1996 with a closing date of January
  22, 1997 at 1400 hours. The Standard Industrial Classification
  for this procurement is 3812 with a size standard of 750 employees
  or less. The proposed contract action is for supplies or services
  for which the Government intends to solicit and negotiate with
  only one source under the authority of 6.302. Note 22 applies
  to this solicitation.
CITE: (M-359 SN015247)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 20--Ships and Marine Equipment
OFFADD: Naval Surface Warfare Center, Crane Division, Code 1164EJ,
  Bldg. 64, 300 Highway 361, Crane, IN 47522-5001
SUBJECT: 20--PHENOLIC FOAM TUBE SUPPORTS
SOL N00164-97-Q-0060
DUE 021497
POC Contact point, Ms. Hilda Quillen, Procurement Technician,
  Code 1164EJ, 812/854-2422, Fax 812-854-3465
DESC: The Navy requires the development and fabrication of 200
  each phenolic foam tube supports in accordance with NAVAIR
  Drawing Number DEV96217 with an option for an additional 3,000
  each. The tube supports will be form, fit and function replacements
  for the current configuration MK 120 & 121 Mod 0 Marine Smoke
  and Illuminator Signal tube support. The tube supports support
  an aluminum outer tube from hydrostatic pressure which tries
  to collapse the aluminum tube at extreme ocean depths. The
  tube supports must also withstand and funnel smoke and flame
  to a nozzle in the submarine smoke and illumination signal.
  Military Standards MIL-STD-100 and DOD-STD-2101 apply. Industry
  Standards ASTM E-84 and ANSI Y14.5M-1982 also apply. Material:
  No ozone depleting substances are allowed; rigid phenolic foam
  with a density of 9-14 pounds per cubic foot shall be used.
  The contractor shall develop and deliver to the Government
  with the tube supports a list of materials and Material Safety
  Data Sheets (MSDS's) for all components used in the foam. Dimensions:
  Approximately 26 " long x 3" diameter. Weight: 0.9 - 1.0 pounds.
  Flame Resistance: A tube support sawed in half vertically shall
  be able to withstand a torch flame test. To verify compliance
  with this requirement, the flame will be applied from the inside
  pointed perpendicular through the wall for seven minutes at
  1600-1900 degrees Fahrenheit without burnthrough and without
  smoking. The temperature on the outside shall not exceed 200
  degrees Fahrenheit after seven minutes of flame on the inside.
  Tube supports shall withstand torch flame without flaking,
  chipping or popping during first seven minutes of the burn
  test. Foam used shall yield a flame spread of 15 or less and
  a smoke density of 5 or less when tested in accordance with
  ASTM E-84. Compression Strength: A one inch vertical section
  of the tube support taken from anywhere along the unit shall
  withstand 1800 lb. minimum compressive load along the longitudinal
  axis of the tube when applied at 0.5 inch/minute without deforming
  greater than 10 percent in any axis. The contractor shall develop
  and deliver to the Government a disposal process for the tube
  supports that is environmentally acceptable (i.e., meeting
  all applicable federal EPA regulations and standards). The
  contractor shall package all items in accordance with best
  commercial practices. Twenty each First Articles (FA's) are
  required. Delivery of FA's is required FOB Crane within 60
  days of award. The contractor shall deliver the Initial Production
  Quantity (200 each) within 65 days of acceptance of the FA's.
  The optional production quantity of 3000 each shall be delivered
  within 90 days of option exercise. This procurement is being
  issued under Simplified Acquisition Procedures as a 100% Small
  Business set-aside; the applicable size standard is 500 employees
  or less. See numbered note 1. It is anticipated that a formal
  Request for Quotations will be issued. FAR Part 12 does not
  apply; see note 26. POC for information regarding this requirement
  is Ms. Hilda Quillen, telephone 812-854-2422, fax 812-854-5666,
  or e-mail hq6591@smtp.crane.navy.mil. Although contract award
  is anticipated to be made on the basis of lowest quoted price
  meeting all requirements, the Government may also evaluate
  quoters' performance on previous Government or commercial contracts
  for similar products. In the event substantive differences
  exist among quoters' past performances, the Government reserves
  the right to displace lower priced quotes in favor of a quoter
  with substantially superior past performance. All responsible
  sources may submit a quote which will be considered by the
  agency.
CITE: (I-359 SN015419)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 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--SPIDER, UNIVERSAL JO
SOL DAAE0797RT134
DUE 013097
POC For a solicitation copy, Call 810/574-6802 OR 6807.  For
   information on this procurement, Call Dorothy Bynum (810)
  574-7314
DESC: NSN:  2520001778126, qty:  320, FOB:  destination, opt:
   100%  correction to previously advertised procurement on item:
   spider,  universal joint.  PN:  11645013.  The correction
  is to change the  method of procurement from a sole source
  to an see NOTE:  none.  All  responsible S ources may submit
  an offer which will be considered.  T HE  offer due date is
  on or about 013097 (see soliciatio N for actual offer due 
  date).
CITE: (I-359 SN015334)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 28--DUCT AND AIRSEAL
SOL N0038397RM160
DUE 020397
POC Contact Point, David J Russial, 0232.21, (215)697-2557, Fax,
  (215)697-3161, Twx, Not-avail
DESC: The subject item requires Government source approval prior
  to contract award, as the item is flight critical and /or the
  technical data available has not been determined adequate to
  support acquisition via full and open competition. Only the
  source(s) previously approved by the government for this item
  have been solicited. The time required for approval of a new
  source is normally such that award cannot be delayed pending
  approval of a new source. If you are not an approved source
  you must submit, together with your proposal,  the information
  detailed in the U.S. Navy Aviation Supply Office Source Approval
  Information Brochure. This brochure identifies technical data
  required to be submitted based on your company's experience
  in production of the same or similar item, or if this is an
  item you have never made. This brochure can be obtained by
  calling NAVICP-P at (215) 697-4243. If your request for source
  approval is currently being evaluated at NAVICP-P, submit with
  your offer a copy of the cover letter which forwarded your
  request for source approval. Offers received which fail to
  provide all data required by the  Source Approval Brochure
   or document previous submission of all data required by the
  Source Approval Brochure will not be considered for award under
  this solicitation. Please note, if evaluation of a source approval
  request submitted hereunder cannot be processed in time and/or
  approval requirements preclude the ability to obtain subject
  items in time to meet government requirements, award of the
  subject requirement may continue based on Fleet support needs.
  NSN 7R-2840-01-296-3764-XQ, Ref Nr 6058T13G07, Qty 11 EA, Delivery
  FOB Origin-----. Drawings are not available. Since this is
  a "source controlled" item,  competition shall be restricted
  to GE-Lynn., See Note 22
CITE: (I-359 SN015224)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Sa-Alc/Propulsion Directorate, 661 Duncan Drive, Kelly
  Afb, Texas  78241-6318
SUBJECT: 28--SHROUD ASSY
SOL F41608-97-R-43052
DUE 021397
POC For copy, Fax Request to LPKAH at (210)925-6659, For additional
   information contact Burton, B./lpkah/[210]925-6385
DESC: Item 0001 NSN 2840-01-357-5079PT P/N: 4080382-01, Size:7
  x 1 x.  25in:matl:nickel Nickel alloy:fit/form: a segment Of
  a comp Lete ring with honeycomb Material which seals air between
  Compressor stages On the f100/229. To be elgible for contract
  award, offerors must be approved Sources. The government is
  not required to delay contract award pending sars. Therefore,
  offerors are encouraged to submit sars as soon as possible.
  First article contractor test applies. 144EA. Applicable to:
  F100/229 Enigne. Destn: Kelly Afb, Texas 78241-6318. Delivery:
  30 MAY 97 28 ea 30 JUN 97 28 ea 31 JUL 97 28 ea 29 AUG 97 28
  ea 30 SEP 97 32 ea Qualification requirements: Sources must
  be qualified prior to being considered for award. The solicitation
  will contain instructions for obtaining further information
  on this requirement. The requirements of FAR 9.202(A) have
  been completed and copies of the qualification requirements
  and standards may be obtained as described in the solicitation.
  These qualification requirements apply to line item(s) 0001
  The approximate issue/response date will be 14 Jan 97. The
  anticipated award date will be 14 MAR 97. Written procedure
  will be used for this solicitation. To: United Technologies
  Corp/Pratt And, West Palm Beach Fl 33410-9600. To: Tri-Industries,
  Inc, Terre Haute In 47807-3410. First article test required.
  No telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. The proposed contract action is
  for supplies and services for which the Government intends
  to solicit and negotiate with only one, or a limited number
  of sources under the authority of FAR 6.302. Interested persons
  may identify their interest and capability to respond to the
  requirement or submit proposals. This notice of intent is not
  a request for competitive proposals. However, all proposals
  received within forty five-days (thirty days if award is issued
  under an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. Award will be made only if the offeror,
  the product/service, or the manufacturer meets qualification
  requirements at the time of award in accordance with FAR clause
  52.209-1. The solicitation identifies the office where additional
  information can be obtained concerning qualification requirements
  is cited in each individual solicitation. Buyer's name (point
  of contact listed above) should be included on all solicitation
  requests. In addition, please include a FSCM/cage code for
  mailing purposes.
CITE: (I-359 SN015374)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Sa-Alc/Propulsion Directorate, 661 Duncan Drive, Kelly
  Afb, Texas  78241-6318
SUBJECT: 28--DUCT ASSY
SOL F41608-97-R-44137
DUE 021397
POC For copy, Fax Request to LPKAH at (210)925-6659, For additional
   information contact Hairston-Benford,D/Lpkah/[210]925-6385
DESC: Item 0001 NSN 2840-01-323-9771PT P/N: 4073475, Size: Approx
  50"  X 47" diameter; Parent Material: Titanium Alloy Function:
  Contains the augmentor combustion chamber liner and supports
  the augmentor nozzle.__A Requirements contract is being solicited
  with 1 basic year and 2 (one) year options. BEQ's: Basic Year
  - 14; 1st Opt Year - 12; 2nd Opt Year - 12. Delivery: 9 ea
  per month 150 days ARO and continue at the rate until complete.
  To be eligible for contract award, offerors must be approved
  sources, in accordance with clause I-70, Qualification Requirements.
  The Government is NOT required to delay contract award to review
  pending SARs. Therefore, offerors are encouraged to submit
  SARs AS SOON AS POSSIBLE. If the Government has not completed
  review of a SAR when the contract is awarded, the SAR will
  be retained and the source will be reviewed for possible source
  approval for future awards. ea. Applicable to: F100pw229 Engine.
  Destn: Kelly Afb, Texas 78241-6318. Delivery: 30 Sep 97 9 ea
  Government furnished drawings and specifications are not available.
  The approximate issue/response date will be 14 Jan 97. To:
  United Technologies Corp/Pratt And, West Palm Beach Fl 33410-9600.
  No telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Authority: 10 U.S.C. 2304(C)(1),
  Justification: Supplies (or Services) required are available
  from only one or a limited number of responsible source(s)
  and no other type of supplies or services will satisfy agency
  requirements. See Note (s) 22, 26.
CITE: (I-359 SN015375)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Sa-Alc/Propulsion Directorate, 661 Duncan Drive, Kelly
  Afb, Texas  78241-6318
SUBJECT: 28--FAN CASE ASSEMBLY
SOL F41608-97-R-45121
DUE 021397
POC For copy, Fax Request to LPKAH at (210)925-6659, For additional
   information contact Hawkins, L./lpkah/[210]925-6385
DESC: Item 0001 NSN 2840-01-321-7858PT P/N: 4080063, SIZE/DIMENSIONS:
   Approximately 2 inches in length by 1/2 inch in diameter.
  PREDOMINANT MATERIAL OF MANUFACTURE: Titanium Alloy FORM/FIT/FUNCTION:
  Used on the inlet fan case outer exterior as a support bracket
  for a bushing. To be eligible for contract award offerors must
  be approved sources. The Government is NOT required to delay
  contract award to review pending SARs. Therefore, offerors
  are encouraged to submit SARs as soon as possible. If the Government
  has not completed review of a SAR when the contract is awarded,
  the SAR will be retained and the source will be reviewed for
  possible source approval for future awards. 11ea. Applicable
  to: F100pw229 Engine. Destn: Kelly Afb, Texas 78241-6318. Delivery:
  31 Dec 97 5 ea 30 Jan 98 6 ea Item 0002 data, 1 lot Qualification
  requirements: Sources must be qualified prior to being considered
  for award. The solicitation will contain instructions for obtaining
  further information on this requirement. The requirements of
  FAR 9.202(A) have been completed and copies of the qualification
  requirements and standards may be obtained as described in
  the solicitation. These qualification requirements apply to
  line item(s) 0001 First Article, Contractor Testing; quantity
  of 1 each This is a Durability Critical Assembly The approximate
  issue/response date will be 14 Jan 97. To: United Technologies
  Corp/Pratt And, West Palm Beach Fl 33410-9600. First article
  test required. No telephone requests. Only written or faxed
  requests received directly from the requestor are acceptable.
  All responsible sources solicited may submit a bid, proposal,
  or quotation which shall be considered. Authority: 10 U.S.C.
  2304(C)(1), Justification: Supplies (or Services) required
  are available from only one or a limited number of responsible
  source(s) and no other type of supplies or services will satisfy
  agency requirements. The proposed contract action is for supplies
  and services for which the Government intends to solicit and
  negotiate with only one, or a limited number of sources under
  the authority of FAR 6.302. Interested persons may identify
  their interest and capability to respond to the requirement
  or submit proposals. This notice of intent is not a request
  for competitive proposals. However, all proposals received
  within forty five-days (thirty days if award is issued under
  an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. Award will be made only if the offeror,
  the product/service, or the manufacturer meets qualification
  requirements at the time of award in accordance with FAR clause
  52.209-1. The solicitation identifies the office where additional
  information can be obtained concerning qualification requirements
  is cited in each individual solicitation. Buyer's name (point
  of contact listed above) should be included on all solicitation
  requests. In addition, please include a FSCM/cage code for
  mailing purposes.
CITE: (I-359 SN015377)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: Sa-Alc/Lfkb, 1015 Billy Mitchell Blvd, Kelly Afb, Texas
   78241-5601
SUBJECT: 30--CONNECTING LINK, ROD ASSY
SOL F41608-97-Q-56510
DUE 021397
POC For copy, Fax request to LAKFB at 210-925-2038, For additional
   information contact Trumbo, R./lfkb/[210]925-6215
DESC: Item 0001 NSN 3040-01-415-4493XE P/N: 2-73030-13, Size:
  1" X 1"  X 8" Predominate Material: Stainless Steel Function:
  Connects the control stick to the horizontal stabilizer. Data:
  DD Form 1423 applies Delivery For First Article: 260 Days ARO/Qty:
  2 ea/PR/LI: 0001A Delivery For Production Item: 97 Dec 30/Qty:
  1500/PR/LI: 0001 Delivery For Data Item: IAW DD Form 1423/Qty:
  1/PR/LI: 0002 1500EA. Applicable to: T-38 Acft. Destn: Kelly
  Afb, Texas 78241-5601. Qualification requirements: Sources
  must be qualified prior to being considered for award. The
  solicitation will contain instructions for obtaining further
  information on this requirement. The requirements of FAR 9.202(A)
  have been completed and copies of the qualification requirements
  and standards may be obtained as described in the solicitation.
  These qualification requirements apply to line item(s) 0001
  Government furnished drawings and specifications are available.
  The approximate issue/response date will be 14 Jan 97. The
  anticipated award date will be 28 Feb 97. Written procedure
  will be used for this solicitation. To: Bems Co Inc, Salt Lake
  City Ut 84101-3058. To: West Coast Engineering, . To: Precision
  Enterprises, Inc., Fort Worth Tx 76106-7554. To: GMS Machine
  Inc, . To: San Antonio Air Logistics Center, Kelly Afb Tx 78241-5000.
  First article test required. No telephone requests. Only written
  or faxed requests received directly from the requestor are
  acceptable. All responsible sources solicited may submit a
  bid, proposal, or quotation which shall be considered. Authority:
  10 U.S.C. 2304(C)(1), Justification: Supplies (or Services)
  required are available from only one or a limited number of
  responsible source(s) and no other type of supplies or services
  will satisfy agency requirements. See Note (s) 22 26.
CITE: (I-359 SN015372)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste
  1ag81,  Tinker Air Force Base Ok 73145-3032
SUBJECT: 31--BEARING, ROLLER CYLINDER
SOL F34601-97-R-49530
DUE 021397
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Sherri Barker/Lpdpb/[405]739-4291
DESC: Item 0001 NSN 3110-01-147-4486PR P/N: 9340M16P03, P/N 
  9340M16P03/9340M16P04 #5 bearing is a roller bearing which
  supports the lpt stubshaft. Matl: rollers and ring c50tf56cl-a.
  Contains precious metal.__Dimensions are 1.467 inches width,
  o.d. radius 6.57 inches, i.d. 4.766 inches 58EA. Applicable
  to: F110-100 Engines. Destn: Tinker Air Force Base Ok 73145-3032.
  Delivery: 31 Jul 98 58 ea Item 0002 NSN 3110-01-147-4486PR
  Bearing, Roller Cylinder P/N: 9340M16P03, P/N 9340M16P03/9340M16P04
  #5 bearing is a roller bearing which supports the lpt stubshaft.
  Matl: rollers and ring c50tf56cl-a. Contains precious metal.__Dimensions
  are 1.467 inches width, o.d. radius 6.57 inches, i.d. 4.766
  inches 22EA. Applicable to: F110-100 Engines. Destn: Tinker
  Air Force Base Ok 73145-3032. Delivery: 31 Jul 98 22 ea Item
  0003 NSN 3110-01-147-4486PR Bearing, Roller Cylinder P/N: 9340M16P03,
  P/N 9340M16P03/9340M16P04 #5 bearing is a roller bearing which
  supports the lpt stubshaft. Matl: rollers and ring c50tf56cl-a.
  Contains precious metal.__Dimensions are 1.467 inches width,
  o.d. radius 6.57 inches, i.d. 4.766 inches 36EA. Applicable
  to: F110-100 Engines. Destn: Tinker Air Force Base Ok 73145-3032.
  Delivery: 31 Jul 98 36 ea Item 0004 NSN 3110-01-147-4486PR
  Bearing, Roller Cylinder P/N: 9340M16P03, P/N 9340M16P03/9340M16P04
  #5 bearing is a roller bearing which supports the lpt stubshaft.
  Matl: rollers and ring c50tf56cl-a. Contains precious metal.__Dimensions
  are 1.467 inches width, o.d. radius 6.57 inches, i.d. 4.766
  inches 4EA. Applicable to: F110-100 Engines. Destn: Tinker
  Air Force Base Ok 73145-3032. Delivery: 31 Jul 98 4 ea Qualification
  requirements: Sources must be qualified prior to being considered
  for award. The solicitation will contain instructions for obtaining
  further information on this requirement. The qualification
  requirements for this item were established prior to 19 Oct
  1984 and the requirements of FAR 9.202(A) do not apply. These
  qualification requirements apply to line item(s) 0001 - 0004
  The approximate issue/response date will be 14 Jan 97. To:
  Split Ballbearing, Lebanon Nh 03766-7301. To: Torrington Co
  The, Torrington Ct 06790-4942. To: General Electric Co Aircraft
  Engine, Cincinnati Oh 45215-6301. No telephone requests. Only
  written or faxed requests received directly from the requestor
  are acceptable. All responsible sources solicited may submit
  a bid, proposal, or quotation which shall be considered. Award
  will be made only if the offeror, the product/service, or the
  manufacturer meets qualification requirements at the time of
  award in accordance with FAR clause 52.209-1. The solicitation
  identifies the office where additional information can be obtained
  concerning qualification requirements as cited in each individual
  solicitation. Note: While price will be a significant factor
  in the evaluation of offers, the final contract award decision
  may be based upon a combination of price and past performance
  factors as detailed in the solicitation. Note: An Ombudsman
  has been appointed to hear concerns from offerors or potential
  Offerors during the proposal development phase of this acquisition.
  The purpose of the Ombudsman is not to diminish the authority
  of the program director or contracting officer, but to communicate
  contractor concerns, issues, disagreements, and recommendations
  to the appropriate government personnel. When requested, the
  Ombudsman will maintain strict confidentiality as to source
  of the concern. The Ombudsman does not participate in the evaluation
  of proposals or in the source selection process. Interested
  parties are invited to call the Ombudsman at (405) 736-3273.
  DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed
  solicitation requests can be submitted to OC-ALC/PKXDA, Tinker
  AFB OK 73145-3015, FAX NUMBER (405)739-5411.
CITE: (I-359 SN015388)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 31--BEARING, BALL, ANNULAR SOURCE CONTROL DATA
SOL SP0500-97-Q-J365
DUE 122496
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Kay Nobel/HAA24/X2809 buyer:  Kay N
   obel/HAA24/X2809
DESC: PR-NO:  YPI96344001653 NSN 3110-00-438-0205, 795 -EA Del
  to  Corpus Christi TX 78419 Del by 01 Apr 97.  See NOTES 9,
  22, RFQ due  date 96 Dec 24 specs:  Allied Signal aerospace
  equip systems incremental  bidding:  primary quantity 795 1ST
  alt quantity 1000 2ND alt quantity  1500 delivery schedule:
   120 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  solicitation and contract with only approved sources under
  the authority  of 10 U.S.C 2304(C) (1).  Approved sources are:
   MRC aerospace(38443)  NHBB (83086) industrial tectonics bearing
  (06144).  While price will be a  significant factor in the
  evaluation of offers, the final contract award  price will
  be based upon a combination of price and delivery as described
   in section M of this solicitation.  Other NOTES:  to obtain
  a copy of this  solicitation please send FAX request to (215)
  697-6333 or X1462 or X2978.   Specs/Dwgs are not required.
CITE: (I-359 SN015390)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 31--BEARING, BALL, ANNULAR ALLIED-SIGNAL INC (99193)
SOL SP0500-97-Q-J557
DUE 010997
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Darrell Moresi/HAB29/215-697-926 3
  buyer:  Matt  Cooley/HAB29/215-697-9263
DESC: PR-NO:  YPI96346000746 NSN 3110-00-180-7716, bearing, ball,
   annular; I/A/W allied-signal INC./ engines, CAGE 99193/source
  controlled  drawing.  Vendor substantiation required....  120
  -EA Del to Cherry  Point NC 28533-5001 Del by 04 Aug 97.  See
  NOTES 9, 22, RFQ due date:   97JAN09 specs:  Allied Signal
  P/N 358649 primary qty:  120 delivery  schedule:  90 days offers
  will be evaluated with a 10% preference for  small disadvantaged
  business concerns.  This contract action is for  supplies for
  which the government does not possess complete,  unrestrictive
  technical data; therefore the government intends to solicit
   and contract with only approved sources under the authority
  of 10 U.S.C.  2304 (C)(1).  Approved sources are:  Barden Corp
  MPB Corp; Ind'l  tectonics bearing; GM Corp; Fag bearings.
   This solicitation contains  an option for increased quantity.
   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-359 SN015392)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 31--BEARING, ROLLER, NEEDLE UNITED TECHNOLOGIES CORP
  (73030)
SOL SP0500-97-Q-K468
DUE 010697
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Shelia Jones/HAB22/215-697-3708 buyer:
   Shelia  Jones/HAB22/215-697-3708
DESC: PR-NO:  YPI96348000517 NSN 3110-00-974-8219, 255 -EA Del
  to  Robins AFB GA 31098-1887 Del by 25 Sep 97.  165 -EA Del
  to New  Cumberland PA 17070-5001 Del by 25 Sep 97.  RFQ due
  date:  97JAN06  United Technologies Corp P/N 576525 primary
  qty:  420 deliveries to CONUS  (excluding Alaska) delivery
  schedule:  120 days offers will be evaluated  with a 10% preference
  for small disadvantaged business concerns.   Drawings/specs
  are not required.  To obtain a copy of this solicitation  please
  send FAX request to 215-697-6333 or X1462 or X2978.
CITE: (I-359 SN015394)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 31--BEARING, TAPERED, ROLLER SOURCE CONTROL DATA
SOL SP0500-97-R-0005
DUE 021297
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Joseph McHenry J/HAB01/215-697-0 215
  buyer:  Bob  Hutkowski/HAA20/215-697-0215
DESC: PR-NO:  IDT96228005100 NSN 3110-01-196-9603, 1 -EA Del
  to (Call  contracting office) Del by 01 Jan 98.  See NOTES
  9, 22, RFP due date:   97FEB12 FSC:  3110 this solicitation
  contains 1 NSN. the first NSN is  3110011969603.  The total
  yearly estimitated is 165 EA.  Specs:  Boeing  P/N A02DS232-1
  offers will be evaluated with a 10% preference for small  disadvantaged
  business concerns.  This contract action is for supplies  for
  which the government does not possess complete, unrestrictive
   technical data; therefore the government intends to solicit
  and contract  with only approved sources under the authority
  of 10 U.S.C. 2304(C)(1).   Approved sources are:  the timken
  Co.  Delivery is 350 days indefinite  delivery type contract
  this solicitation contains a one year base with two  (2) year
  options.  Drawings/specs are not required.  This solicitation
   is being resynopsized due to various changes by buyer.
CITE: (I-359 SN015401)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 31--HOUSING, BEARING GEARBOX SIKORSKY AIRCRAFT CORP.
  (78286)
SOL SP0500-96-Q-NU09
DUE 122696
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Kay Nobel/HAA24/X2809 buyer:  Kay N
   obel/HAA24/X2809
DESC: PR-NO:  YPI96204001059 NSN 3120-00-171-2198, housing, bearing
   gearbox; I/A/W Sikorsky Aircraft Corp., CAGE 78286....  19
  -EA Del  to New Cumberland PA 17070-5001 Del by 28 Jan 97.
   RFQ due date 96 Dec 26  specs:  Sikorsky Aircraft Corp predominant
  mater:  housing, bearing  gearbox; I/A/W Sikorsky Aircraft.
   Primary quantity 19 delivery schedule:   120 offers will be
  evaluated with a 10% preference for small  disadvantaged business
  concerns.  Other NOTE:  to obtain a copy of this  solicitation
  please send FAX request to (215) 697-6333 or X1462 or X2978.
    Specs/Dwgs are not required.
CITE: (I-359 SN015402)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 31--BEARING, BALL, ANNULAR SOURCE CONTROLLED DATA
SOL SP0500-97-Q-5335
DUE 122696
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Kay Nobel/HAA24/215-697-2809 buy er:
   Kay  Nobel/HAA24/215-697-2809
DESC: PR-NO:  YPI96283004708 NSN 3110-00-140-5474, 400 -EA Del
  to  Corpus Christi TX 78419 Del by 01 Jul 97.  See NOTES 9,
  22, RFQ due  date:  96DEC26 specs:  Allied Signal Inc (99193)
  primary qty:  400  delivery schedule:  120 offers will be evaluated
  with a 10% preference  for small disadvantaged business concerns.
   Drawings/specs are not  required.  To obtain a copy of this
  solicitation please send FAX request  to 215-697-6333 or X1462
  or X2978.
CITE: (I-359 SN015403)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 31--BEARING, PLAIN SPHERICAL NWL CONTROL SYSTEMS (93835)
SOL SP0500-97-Q-J655
DUE 010997
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Darrell Moresi/HAB29/215-697-926 3
  buyer:  Matt  Cooley/HAB29/215-697-9263
DESC: PR-NO:  YPI96339000953 NSN 3120-01-115-6417, 600 -EA Del
  to New  Cumberland PA 17070-5001 Del by 01 Feb 97.  RFQ due
  date:  97JAN09 specs:   NWL control systems P/N 905452-2 primary
  qty:  600 delivery schedule:   90 days size standard:  500
  NOTE 1 applies this solicitation contains an  option for increased
  quantity.  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-359 SN015404)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 34--Metalworking Machinery
OFFADD: Naval Surface Warfare Center, Crane Division, Code 1165Z7,
  Bldg. 64, 300 Highway 361, Crane, IN 47522-5001
SUBJECT: 34--THIN LINE HANDLING EQUIPMENT, FINISHED FABRICATED
  WELDED/MACHINED PART ASSEMBLIES
SOL N00164-97-Q-0058
DUE 012497
POC Contact point, Ms. Kathy Noel, Code 1165Z7, 812/854-3692,
  Contracting Officier Mary Sheetz
DESC: This requirement is for the purchase of Thin Line Handling
  Equipment-Finished Fabricated Welded/Machined Part Assemblies
  in accordance with drawings and Statement of Work(SOW). Items
  are as follows: 1 ea, drive drum mount, drawing #53X-01-101;
  2 ea idler drum mtg hub, drawing #53X-01-102; 2 ea, manifold
  tube assy, drawing #53X02-112; 3 ea, lw mtg bracket, drawing
  #53X-02-197; 3 ea, drive ring, drawing #53X-02-152; 2 ea, sprocket
  flange, drawing #53Z-02-254; 2 ea, lw cable guide brg, drawing
  #53Z-02-202; and Contract Data Requirements List IAW DD Form
  1423, A001, A002, A003, which will be NSP. Government Furnished
  Property will be provided as stated in the SOW. This action
  is considered a 100% Small Business Set-Aside in accordance
  with FAR 19.502-2(a). See numbered note 1. The STandard Industrial
  Code is 3499. The Small Business size standard is 500 employees.
  Delivery is required by 31 March 1997. The shipping terms shall
  be FOB Destination to NSWC, Crane, IN with inspection and acceptance
  at destination. This is anticipated to be a Firm Fixed Price
  contract. The offeror's written quote must be received at this
  office on or before January 24, 1997 at 4:00PM Eastern Std
  Time. The individual to contact for information regarding this
  requirement is Kathy Noel 812/854-3692, FAX 812/854-3465. See
  Note(s): 1.
CITE: (I-358 SN015009)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 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--HEAT TREATING HEAT TREATING FURNACE, DROP BOTTOM
  TYPE
SOL SP0490-97-R-0190
DUE 021997
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:  96191051 soliciting for 1 EA, heat treating furnace,
  drop  bottom, with track mounted quench and rinse tanks and
  PC/plsc controller.   Deliver to Robins AFB GA. a preproposal
  conference will be held January  16, 1997, at Robins AFB GA.
   Clearance to enter the base must be  coordinated prior to
  the conference.  Names of all personnel attending  the conference
  must be provided to Virginia Wilcox, (804)279-3211, by  January
  12, 1997.  For copies of the RFP contact Martha Meadows at
   (804)279-6611 or send a FAX to (804)279-5948.  Buyer:  Virginia
   Wilcox/CKC03, (804)279-3211, or FAX:  (804)279-5948. contracting
  officer:   Cynthia Starr, (804)279-5928.
CITE: (I-359 SN015063)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 37--Agricultural Machinery and Equipment
OFFADD: Directorate Of Contracting/Oo-Alc Pko, 6038 Aspen Avenue
  Bldg  1289 Ne, Hill air Force Base, Ut 84056-5000
SUBJECT: 37--TUB GRINDER
SOL F42650-97-R-0035
DUE 012897
POC For copy, No solicitation will be issued., This is the  solicitation,,
  For additional information contact Debbie Sparks/Pkoc/ [801]777-4299
DESC: This is a combined synopsis/solicitation for commercial
  items  prepared in accordance with the format in Subpart 12.6,
  as supplemented with additional information included in this
  notice. This announcement constitutes the only solicitation;
  proposals are being requested and a written solicitation will
  not be issued. Solicitation number F42650-97-R-0035. This solicitation
  is issued as a request for proposal (RFP). The solicitation
  document and incorporated provisions and clauses are those
  in effect through Federal Acquisition Circular 90-36. The standard
  industrial classification code is 3559; and the small business
  size standard is 500. This solicitation is set aside for small
  business. Clin 0001; Item 3750PHD12 ; Qty 0001; U/I EA; Tub
  grinder for waste wood grinding. The composting grinder shall
  use a tub grinder design that uses a rotating tub to intake
  raw materials. The rotation of the tub shall be variable and
  shall include automatic and manual override controls to adjust
  tub rotation speed to accommodate different grinding conditions.
  The grinder shall be designed to process the following materials
  at a minimum,grass clippings, tree limbs up to 6 inches in
  diameter, wood pallets, lumber, paper, cardboard, food waste,
  manure. It shall be towable with adequate clearance, directional
  lights, and brakes to meet federal and state transportation
  requirements. It will be equipped with a 5th wheel kingpin
  type hitch. Tub opening shall be 12 ft in diameter at the top
  of the flare. Tub base shall be 10 ft in diameter. Depth of
  the tub shall be 55 inches. The side wall of the tub shall
  be constructed of 1/4" steel plate. The tub and floor must
  be able to be tilted hydraulically to provide access for maintenance.
  The tub floor shall be constructed of -" T-1 steel plate. The
  tub rotation to be driven by 2 hydraulic orbit motors. Main
  drive tub chain shall be 2100 H roller chain for positive tub
  rotation. The rotation and speed of the tub shall be variable
  with an electronic sensing governor with a manual override
  switch. The tub shall be supported by and run on 8 rollers
  6.25" diameter. 4 guide rollers 8.5: in diameter shall be used
  to stabilize the tub. The hammermill RPM shall be 1:1 with
  engine RPM. It shall be 56" long. The hammermill cylinder shaft
  will be 5 -" diameter 4140 steel milled to 4" on the ends.
  The hammermill will be supported by 4" pillow block bearings
  on each end. There shall be 1 1/4" thick cylinder plates 16"
  in diameter, 2 -" on center. The hammermill will use 8 hammer
  rods 1 1/4" in diameter. Fixed hammer shakes with bolt on replaceable
  tips are to be supplied in a 40 hammer pattern. Replacement
  tips require 2 bolts each and 2 minutes to replace. The screens
  shall be located under the hammermill. There will be 2 screens
  required to operate. Each screen shall be 58" long 27" wide
  -" thick and are available with various hole sizes. One 3"
  and one 2" screen shall be standard. Total screen area shall
  be 3132 square inches. The engine shall be a Caterpillar model
  3406 TA, 893 CI 460 HP or equivalent. It shall include tachometer,
  hour meter, oil pressure, water temperature, and amp gages.
  Engine ill have a safety shutdown system for low oil pressure
  or high water temperature. Fuel tank capacity shall be 280
  gal. Heavy duty radiator shall have 25 gal coolant capacity.
  Drive line will contain a 14" rockford clutch. The drive line
  shall be a spicer series 1710 rated at 525 HP. Drive line shall
  include a PT tech torque limiter to protect engine and hammermill
  fro shock loads. Hydraulic pump for tub drive shall be engine
  mounted with a 73 gal reservoir for the tub rotation only.
  Both discharge conveyor belt and elevator conveyor belt are
  direct driven with hydraulic motors. The conveyor system shall
  have a 73 gal hydraulic oil reservoir for conveyors only. Grinder
  shall use a 30" wide, 11' long, cleated multiply discharge
  belt directly under the hammermill. It will carry material
  to a 26' elevating conveyor. The elevating conveyor will use
  an 18" wide cleated belt, and will fold, raise, and lower hydraulically.
  Elevating conveyor shall be tope end driven. Main frame is
  constructed of 2 preformed steel channels and 4" X 12" X 3/8"
  tubing welded into a single frame. The mainframe will contain
  7 cross members. There shall be 2 2-speed jack stands with
  hand cranks for stabilizing. Weight of the unit to be approximately
  30,000 lbs. There shall be 2 axels rated at 20,000 lbs each.
  Axels shall use dual wheels with 215 X 75R X 17.5, 16 ply tires.
  All federal and state lighting requirements shall be met. The
  discharge conveyor to be equipped with a magnetic roller assembly
  to remove ferrous metal from the shredded material. The magnetic
  roller shall be 6" outside diameter, and 18" wide. The mounting
  shaft of the magnetic roller shall be no less than 1 1/4" shaft
  supported by pillow block bearings. The magnetic roller will
  discharge scrap metal into an aluminum deflector chute. The
  chute will be constructed of aluminum and will be 84" long,
  19 -" wide and 5" deep. Cab must raise hydraulically to operate
  position, and pivot with loader. Cab and loader are capable
  of rotating 540 degrees in a noncontinuous arc. The following
  functions will be remote controlled from the cab: hydraulic
  stabilizers, tub rotation (speed & reverse) and engine kill
  switch. Engine oil and water gauges will be in the cab. Maximum
  horizontal reach 22'. 2 stabilizers are of telescopic type.
  Each stabilizer is individually controlled for maximum stability
  on uneven terrain. Stabilizers are operated by controls in
  cab of loader. Spread of stabilizers 11'. Pad size 12" X 12".
  All cylinder barrels are heavy wall tubing. Pistons and glands
  are cast iron and feature replaceable wear rings. Cylinder
  rods are heavy chrome plated. Cylinder pins are 2" diameter
  heat treated material. Independent system from main grinder
  hydraulic system. Capacity 30 gal with baffles. Filters suction
  reusable 100 mesh. Return double length 10 micron filter mounted
  in reservoir with easy change throw away element. Bi-rotational
  gear type pumps have dual hydraulic circuitry and operate at
  1200 RPM. The dual circuit allows for more than one function
  to be operated simultaneously. Tandem 2" gears provide 20 and
  28 gal per minute flow. Joystick control levers feature integral
  main relief, port relief, and anti-cavitation valves for smooth
  operation. All hydraulic systems operate at 2000 PSI. Loader
  weight approximately 6000 lbs. To include setup, training,
  manuals, operating instructions, parts lists.Date of delivery
  NLT SEP 1997; Place of delivery 7274 WARDLEIGH RD, BLDG 5,
  HILL AFB UT 84056-5137; Acceptance Dest; FOB Dest Clause 52.212-1,
  Instructions to Offerors - Commercial applies to this acquisition.
  Clause 52.212-2, Evaluation - Commercial Items does not apply
  to this acquisition. Offerors must include completed copies
  of the clauses 52.212-3 and 252.212-7000, Offeror Representations
  and Certifications - Commercial Items with your offer. Clause
  52.212-4, Contract Terms and Conditions - Commercial Items
  applies to this acquisition. Clause 52.212-5, Contract Terms
  and Conditions Required To Implement Statutes Or Executive
  Orders - Commercial Items applies to this acquisition. The
  following additional FAR commodity clauses cited in the clause
  are applicable to the acquisition: 52.203-10; 52.219-08;52.219-14;
  52.222-26; 52.222-35;52.222-36; 52.222-37; 52.225-18. Clause
  252.212-7001, Contract Terms and Conditions Required To Implement
  Statutes Or Executive Orders Applicable to Defense Acquisitions
  of Commercial Items applies to this acquisition. The following
  additional DFAR clauses cited in the clause are applicable
  to the acquisition: The following additional contract requirement(s)
  or terms and conditions apply: 252.225-7012;252.233-7000. The
  Defense Priorities and Allocations System (DPAS) applies to
  this acquisition. The DO Rating is C9E. The date 97 JAN 28,
  time 2:00 PM MST, offers are due at the Directorate of Contracting/OO-
  ALC/PKOC Debbie Sparks, 6038 Aspen Ave Bldg 1289 NE Hill AFB
  UT 84056-5805. For information regarding this acquisition,
  please contact Debbie Sparks, PH: 801-777-4299, FAX: 801-777-4899.
  Please ensure solicitation number is on your mailing label.
  Automated statements in this synopsis regarding availability
  of written solicitations do not apply to this acquisition.
  The approximate issue/response date will be 30 Dec 96. No telephone
  requests. Only written or faxed requests received directly
  from the requestor are acceptable. All responsible sources
  solicited may submit a bid, proposal, or quotation which shall
  be considered. Request for copies of solicitations must reference
  the entire solicitation number, including purchasing office
  identification number. To expedite your request, limit the
  number of individual solicitation numbers requested per letter
  to not more than 10. Don't request information on this requirement
  until after the issue date. An Ombudsman has been appointed
  to hear concerns from offerors or potential offerors during
  the proposal development phase of this acquisition. The purpose
  of the Ombudsman is not to diminish the authority of the program
  director or contracting officer, but to communicate contractor,
  concerns, issues, disagreements, and recommendations to the
  appropriate government personnel. When requested, the Ombudsman
  will maintain strict confidentiality as to the source of the
  concern. The Ombudsman does not participate in the evaluation
  of proposals or in the source selection process. Interested
  parties are invited to call Jack S. Jones if your concerns
  are not satisfied by the contracting officer (801)777-6991.
CITE: (I-359 SN015144)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 39--Materials Handling Equipment
OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968
  Gilbert St., Suite 600, Norfolk, VA 23511-3392
SUBJECT: 39--RENTAL/MAINTENANCE OF 30-TON CRANE
SOL N00189-97-Q-1544
DUE 010197
POC Dawn Fisher, (804) 445-2384; Robert Evans, (804) 444-4069
DESC:  Rental of one (1) 30-ton crane with 99-ft telescopic section
  and 20-ft boom extension for use at SIMA Det. Portsmouth, VA.
  Solicitation will be issued on 1/7/97. The solicitation closing
  date will be 1/17/97. Request for solicitation must state that
  neither the requestor nor principal corporate officials and
  owners are currently suspended, debarred, or otherwise ineligible
  to receive contracts from any federal agency. Failure to so
  represent will be grounds for refusing the request. All requests
  for the solicitation must be in writing and may be mailed or
  faxed to the issuing address, fax #(757) 444-1728. Solicitations
  will be mailed out no earlier than 1/7/97. Numbered Note 1
  applies 
CITE: (W-359 SN015275)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 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 846
   , PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 42--SENSOR ASSY, C02
SOL N0010497QAC05
DUE 021197
POC Contact Point, Marilyn E Hollis, 846.2b, (717)790-1425, Fax,
  (717)790-2284, Twx, Not-avail, Contracting Officer, Andrea
  M Reisser, 846.2, (717)790-1429
DESC: NSN 1H-4240-LL-Q71-6511-D4, SPEC NR TDP VER 004, Qty 25
  EA, Deliver to Defense Distrbution Depot San Diego San Diego
  CA - --Only sources previously approved have been solicited,
  since the award cannot  be delayed to approve a new supplier.
   If you have not been solicited and can  furnish either proof
  of prior approval, favorable production/test data or any  pertinent
  data regarding this or similar items, please provide same to
  the PCO  with your offer.  Complete data is not available and
  cannot be furnished.  All responsible sources may submit an
  offer which will be considered., See Note 9
CITE: (I-359 SN015237)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 42--Fire Fighting, Rescue and Safety Equipment
OFFADD: Commander, Naval Sea Systems Command, SEA 02411N, 2531
  Jefferson Davis Highway, Arlington, VA  22242-5160
SUBJECT: 42--NON-DEVELOPMENTAL, PORTABLE, HIGH PRESSURE BREATHING
  AIR COMPRESSOR (4500 PSI) TO FILL BREATHING AIR CYLINDERS USED
  WITH OPEN-CIRCUIT SELF-CONTAINED BREATHING APPARATUS FOR FIRE
  FIGHTING EQUIPMENT
POC Thomas Bikowski, Contracting Officer, 703-602-8200; 02411N,
  Evelyn Lamendola, Contract Specialist, 703-602-8200
DESC: The Naval Sea Systems Command will be procuring a non-developmental,
  portable, high pressure breathing air compressor (4500 psi)
  to fill breathing air cylinders used with open-circuit self-contained
  breathing apparatus for fire fighting equipment using one or
  more Blanket Purchasing Agreement(s) (BPA) under existing General
  Services Administration (GSA) Federal Supply Schedule (FSS)
  Multiple Award Contracts.  The air compressor is in the Federal
  Supply Class (FSC) Group 42, Part I, Section B, of the GSA
  FSS.  The estimated order quantity for the first BPA is 8 units
  for which delivery will be required no later than November
  1997.  During the ordering period, the Government may conduct
  competitions for additional BPAs covering this air compressor.
   NAVSEA ultimately intends to outfit the fleet with approximately
  650 air compressors.  NAVSEA will hold an industry briefing
  for all interested parties at 1200 p.m. on Thursday, 6 February
  1997 at Naval Sea Systems Command, 2531 Jefferson Davis Highway,
  Arlington, VA  22242, Room 3S11.  You are requested to confirm
  your intent to attend by letter addressed to Evelyn Lamendola,
  SEA 02411N, at the same address and/or FAX (703) 602-6235
CITE: (I-359 SN015357)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 42--Fire Fighting, Rescue and Safety Equipment
OFFADD: Commander, Naval Sea Systems Command, SEA 02411N,  2531
  Jefferson n Davis Hwy,  Arlington, VA  22242-5160
SUBJECT: 42--NON-DEVELOPMENTAL, PORTABLE, HIGH PRESSURE BREATHING
  AIR COMPRESSOR (4500 PSI) TO FILL BREATHING AIR CYLINDERS USED
  WITH OPEN-CIRCUIT SELF-CONTAINED BREATHING APPARATUS FOR FIRE
  FIGHTING EQUIPMENT
POC Thomas Bikowski, Contracting Officer, 703-602-8200; 02411N,
  Evelyn Lamendola, Contract Specialist, 703-602-8200
DESC: The Naval Sea Systems Command will be procuring a non-developmental,
  portable, high pressure breathing air compressor (4500 psi)
  to fill breathing air cylinders used with open circuit self-contained
  breathing apparatus for fire fighting equipment using one or
  more Blanket Purchasing Agreement(s) (BPA) under existing General
  Services Administration (GSA) Federal Supply Schedule (FSS)
  Multiple Award Contracts.  The air compressor is in the Federal
  Supply Class (FSC) Group 42, Part I, Section B, of the GSA
  FSS.  The estimated order quantity for the first BPA is 8 units
  for which delivery will be required no later than November
  1997.  During the ordering period, the Government may conduct
  competitions for additional BPAs covering this air compressor.
   NAVSEA ultimately intends to outfit the fleet with approximately
  650 air compressors.  NAVSEA will hold an industry briefing
  for all interested parties at 1200 p.m. on Thursday, 6 February
  1997 at the Naval Sea Systems Command, 2531 Jefferson Davis
  Highway, Arlington, VA  22242, Room 3S11.  You are requested
  to confirm your intent to attend by letter addressed to Evelyn
  Lamendola, SEA 02411N, at the same address and/or FAX (703)
  602-6235
CITE: (I-359 SN015358)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 43--Pumps and Compressors
OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968
  Gilbert St., Suite 600, Norfolk, VA 23511-3392
SUBJECT: 43--HYDRALIC PUMP
SOL N00189-97-Q-1611
DUE 011897
POC Ms. Tina M. Gillespie, Contracting Officer (757) 444-1726;
  Fax Number 
DESC:  Provide parts for Macgregor Inc. Crane Model TAP 1626
  consisting of:  1 EA Hydraulic Pump PTV 250 P/N 287-3758-801,
  1 EA Swivel Rod P/N  487-4056-0001, 1 EA Lever "C" P/N 387-2138-801,
  1 EA Remote Control  Cylinder p/n 287-1643-804, 1 EA Swivel
  Rod P/N 387-1813-805.  Delivery is required 30 Days after
  receipt of order. The requiring  Activity is the NRCHTB, Cheatham
  Annex, 486 Mayfield St,  Williamsburg, VA. Interested parties
  may request a copy of the  Request for Quotation by writing
  to the issuing address or by  facismile at (757) 444-1724.
  Requests for the "RFQ" must state  that neither the requestor
  nor principal corporate officials and  owners are currently
  suspended, debarred or otherwise ineligible to  receive contracts
  from any Federal Agency. Failure to so represent  will be
  grounds for refusing the request. Reference the RFQ when 
  requesting copies of the quotation. ****THIS IS A SAP  REQUIREMENT

CITE: (W-359 SN015317)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 46--Water, Purification and Sewage Treatment Equipment
OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968
  Gilbert St., Suite 600, Norfolk, VA 23511-3392
SUBJECT: 46--WATER TREATMENT PLANT FACILITY, REPLACEMENT PARTS
  FOR
SOL N00189-97-Q-1237
DUE 123096
POC Contracting Officer: Patricia E. Munroe, Code 202.9PM; FAX
  (757) 
DESC:  Seeking sources capable of providing Anion Membranes and
  Top  Electrodes; Mfg Ionics Inc., Cambridge, MA; FOB Norfolk,
  VA.  Delivery 30 days ARO. This is a SAP requirement. Note
  22 applies.  Brand name only.Copies of request for quotation
  may be obtained  from the bid board located at FISC, Bldg
  W-143-6, Norfolk, VA. A  copy of the solicitation may be requested
  in writing to the issuing  address, or by facsimile at (757)
  444-4755. Interested parties  should provide their CAGE Code,
  TIN # and FAX number. Requests for  the solicitation must
  state that neither the requestor nor principal  corporate
  officals and owners are currently suspended, debarred, or 
   otherwise ineligible to receive contracts from any Federal
  Agency.  Failure to do so represent will be grounds for refusing
  the  request. Refer to the solicitation number when requesting
  copies of  the RFQ. The solicitation will be a 100% small
  business set-aside. 
CITE: (W-359 SN015348)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968
  Gilbert St., Suite 600, Norfolk, VA 23511-3392
SUBJECT: 48--REGULATOR
SOL N00189-97-Q-1434
DUE 011297
POC Contracting Officer:SHARON HUNDLEY, CODE 204.33A; (757) 445-2696
  FAX (757) 444-4181; PURCHASING AGENT: CAROLYN JOHNSON, CODE
  200.XCJ; (757) 445-2891 FAX (757) 444-4181
DESC:  128 Each - Pressure Reducing P/N 44-1829-34-040. Ship
  to Naval Ship  Systems Engineering Station, Philadelphia,
  PA. This is a SAP requirement. Copies of request for quotation
  may be obtained from bid board located at FISC, Bldg W-143-6,
  Norfolk, VA. A copy of solicitation may be requested in writing
  to the issuing address, or by facsimile at (757) 444-4181.
  Interested parties should provide their CAGE Code, TIN # and
  FAX number. Requests for the solicitation must state that neither
  the requestor nor principal corporate officals and owners are
  currently suspended, debarred, or otherwise ineligible to receive
  contracts from any Federal Agency. Failure to do so represent
  will be grounds for refusing the request. Refer to the solicitation
  number when requesting copies of the RFQ. The solicitation
  will be a 100% small business set-aside. 
CITE: (W-359 SN015340)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968
  Gilbert St., Suite 600, Norfolk, VA 23511-3392
SUBJECT: 48--VALVE
SOL N00189-97-Q-1432
DUE 011297
POC Contracting Officer:SHARON HUNDLEY, CODE 204.33A; (757) 445-2696
  FAX (757) 444-4181; PURCHASING AGENT: CAROLYN JOHNSON, CODE
  200.XCJ; (757) 445-2891 FAX (757) 444-4181
DESC:  11 Each - Lower (needle valve cartridge to be supplied
  with fixed hdl. in lieu of rem. hdl, P/N M3597/MPL2321. Ship
  to Naval Ship Systems Engineering Station, Philadelphia, PA.
  This is a SAP requirement. Copies of request for quotation
  may be obtained from bid board located at FISC, Bldg W-143-6,
  Norfolk, VA. A copy of solicitation may be requested in writing
  to the issuing address, or by facsimile at (757) 444-4181.
  Interested parties should provide their CAGE Code, TIN # and
  FAX number. Requests for the solicitation must state that neither
  the requestor nor principal corporate officals and owners are
  currently suspended, debarred, or otherwise ineligible to receive
  contracts from any Federal Agency. Failure to do so represent
  will be grounds for refusing the request. Refer to the solicitation
  number when requesting copies of the RFQ. The solicitation
  will be a 100% small business set-aside. 
CITE: (W-359 SN015341)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 49--Maintenance and Repair Shop Equipment
OFFADD: Directorate Of Contracting/Bldg 1233, Oo-Alc/ 6072 Fir
  Avenue,  Hill Air Force Base, Ut 84056-5820
SUBJECT: 49--STORES RELEASE TEST SET
SOL F42620-96-R-1015 01
POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional
   information contact Bette Alston/Lfks/[801]777-7168
DESC: Amended, This solicitation has been cancelled and re-issued
   under solicitation F42620-97-R-20204.
CITE: (I-359 SN015131)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 49--Maintenance and Repair Shop Equipment
OFFADD: Directorate Of Contracting/Bldg 1233, Oo-Alc/ 6072 Fir
  Avenue,  Hill Air Force Base, Ut 84056-5820
SUBJECT: 49--TEST SET
SOL F42620-97-R-20204
DUE 021297
POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional
   information contact Bette Alston/Lfks/[801]777-7168
DESC: Item 0001 NSN 4920-01-302-1169WF P/N: 16U75500-855, Dim:
  20"H X  20"W X 20"L. Delivery: 6 each Jun 98; 4 each per month
  Jul 98 - May 99 50ea. Applicable to: F-16. Destn: FMS Countries.
  Item 0002 NSN 4920-01-424-5684WF Stores Release Test Set P/N:
  16U75500-877, Dim: 20"H X 20"W X 20"L. Delivery: 3 each Jun
  98. 3ea. Applicable to: F-16. Destn: FMS Countries. Item 0003
  NSN 4920-01-302-1170WF Stores Management System (Sms) Test
  P/N: 16U75501-865, Dim: 20.5"L x 14.5"D x 18.7"H. Delivery:
  6 each Jun 98; 5 each Jul 98 - May 99 61ea. Applicable to:
  F-16. Destn: FMS Countries. Item 0004 NSN 6625-01-247-1978WF
  Calibration/Maintenance Test Set P/N: 16U75517-825, 15" W x
  29" L X 8" H Delivery: 3 each per month Jun 98 Apr 99. Basic
  with one option 33ea. Applicable to: F-16. Destn: FMS Countries.
  This solicitation was originally solicitated under F42620-96-R-1015
  which has been cancelled and replaced with F42620-97-R-20204.
  The approximate issue/response date will be 13 Jan 97. To:
  Lockheed Martin Corp, Fort Worth TX 76101-0748. To: Olin Aerospace
  Company, Redmond Wa 98073-9709. No telephone requests. Only
  written or faxed requests received directly from the requestor
  are acceptable. All responsible sources solicited may submit
  a bid, proposal, or quotation which shall be considered. Authority:
  10 U.S.C. 2304(C)(1), Justification: Supplies (or Services)
  required are available from only one or a limited number of
  responsible source(s) and no other type of supplies or services
  will satisfy agency requirements. The proposed contract action
  is for supplies and services for which the Government intends
  to solicit and negotiate with only one, or a limited number
  of sources under the authority of FAR 6.302. Interested persons
  may identify their interest and capability to respond to the
  requirement or submit proposals. This notice of intent is not
  a request for competitive proposals. However, all proposals
  received within forty-five days (thirty days if award is issued
  under an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. It is suggested that small business
  firms or others interested in subcontracting opportunities
  in connection with the described procurement make contact with
  the firm(s) listed. Specifications, plans, or drawings relating
  to the procurement described are incomplete or not available
  and cannot be furnished by the Government. Request for copies
  of solicitations must reference the entire solicitation number,
  including purchasing office identification number. To expedite
  your request, limit the number of individual solicitation numbers
  requested per letter to not more than 10. Don't request information
  on this requirement until after the issue date. An Ombudsman
  has been appointed to hear concerns from offerors or potential
  offerors during the proposal development phase of this acquisition.
  The purpose of the Ombudsman is not to diminish the authority
  of the program director or contracting officer, but to communicate
  contractor, concerns, issues, disagreements, and recommendations
  to the appropriate government personnel. When requested, the
  Ombudsman will maintain strict confidentiality as to the source
  of the concern. The Ombudsman does not participate in the evaluation
  of proposals or in the source selection process. Interested
  parties are invited to call Jack S. Jones if your concerns
  are not satisfied by the contracting officer (801)777-6991.
CITE: (I-359 SN015135)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 49--Maintenance and Repair Shop Equipment
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd St. Louis, MO
SUBJECT: 49--SECURING DEVICE, AIR
SOL DAAJ09-97-Q-0440
DUE 020797
POC Carolyn Gates, Contract Specialist, AMSAT-A-PLBB, 314-263-0768
  or Beverly H. Ratliff, Contracting Officer, AMSAT-A-PLBB, 314-263-0769
  or DATAFAX 314-263-9012.
DESC: NSN: 4920-01-128-6321, IAW ATCOM Spares Technical Data
  Package, 81996/145E5996, Rev D, Quantity 48 each. Applicable
  to the CH-47D aircraft. FOB Destination to New Cumberland,
  PA 17070-5001. Required delivery with First Article Testing
  is 24 each 300 DACA and 24 each per month thereafter, First
  Article Test Report due 228 DACA. Required delivery without
  First Article Test is 24 each 240 DACA and 24 each month thereafter
  until completion. All responsible sources may submit a bid
  or a proposal which shall be considered by the agency. This
  is 100 percent Small Business Set-Aside. Subject to the availability
  of funds. No telephone requests will be accepted. You may fax
  your request ATTN: AMSAT-A-PLBB, Carolyn Gates, Contract Specialist,
  on 314-263-9012. The principle medium which the Government
  will use for technical data transmittal during this procurement
  is the 4.75 inch diameter compact disk with embedded reader
  software. Windows 3.1, or Windows NT operating environment
  and a CD Reader are required. See Numbered Note(s): 1.
CITE: (I-359 SN015284)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 49--Maintenance and Repair Shop Equipment
OFFADD: Sa-Alc/Support Equipment Branch, 485 Quentin Roosevelt
  Rd. St 7,  Kelly Afb, texas 78241-6426
SUBJECT: 49--BALANCER, VEHICLE WHEEL
SOL F41608-97-R-13339
DUE 021397
POC For copy, Fax request to LDKS at (210)925-1073, For additional
   information contact Ruiz, H./ldksg/[210]925-4706
DESC: Item 0001 NSN 4910-01-309-1751 P/N: 6401, Used to Dynamically
   Balance Vehicle Wheels to ensure wheel rotation and prevent
  irregular tire wear. 7EA. Applicable to: Vehicle Maintenance.
  Destn: FE5621, FE6044, FE6151, fe5294, FE3089, FB2059. Delivery:
  31 Oct 97 7 ea No Government Drawings are available The approximate
  issue/response date will be 14 Jan 97. The anticipated award
  date will be 31 Mar 97. Oral procedure will be used for this
  solicitation. To: Hennessy Industries Inc, Lavergne Tn 37086-1982.
  All responsible sources solicited may submit a bid, proposal,
  or quotation which shall be considered. Authority: 10 U.S.C.
  2304(C)(1), Justification: Supplies (or Services) required
  are available from only one or a limited number of responsible
  source(s) and no other type of supplies or services will satisfy
  agency requirements.
CITE: (I-359 SN015373)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 51--Hand Tools
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 51--WRENCH, SPANNER ALLIEDSIGNAL INC
SOL SP0490-97-Q-V214
DUE 021497
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 Richard Rosan Elli/CKC04/(804)279-6635/FAX#
   (804)279-5643/KO-MAGNORA Jackson/(804)279-5924
DESC: PR-NO:  RPG96346000474 NSN 5120-01-356-6048, this solicitation
  is  canceled in its entirety.  All responsible sources may
  submit offer which DGSC  shall consider.
CITE: (I-359 SN015065)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--SEAL, RING METAL G E AIRCRAFT ENGINE BUSINESS GROUP
  (99207)
SOL SP0500-97-Q-K260
DUE 012997
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Jim Lewicki/LAC20/X2349 buyer:  eri
  KA  Vivar/LAC30/X0922
DESC: PR-NO:  YPI96344001674 NSN 5330-01-174-8128, 457 -EA Del
  to New  Cumberland PA 17070-5001 Del by 03 Apr 97.  RFQ due
  date 97 Jan 29 specs:   (99207) 4045T77P02 primary quantitty
  457 deliveries to CONUS (excluding  Alaska).  Delivery schedule:
   required 90 days.  NOTES 12 and 1 applies  sizestanard:  500
  while price will be a significant factor in the  evaluation
  of offers, the final contract award price will be based upon
  a  combination of price and delivery as described in section
  M of this  solicitation.  Other NOTES:  to obtain a copy of
  this solicitation  please send FAX reqest to (215) 697-6333
  or X1462 or X2978.  Specs/Dwgs are  not required.
CITE: (I-359 SN015391)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 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--NUT, EXTENDED WASHER, HEXAGON FAIRCHILD IND. INC
  (83324)
SOL SP0500-97-Q-K391
DUE 011097
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Gerald brennan/JCB29/X0524 buyer: 
  Jerry  brennan/JCB29/X0524
DESC: PR-NO:  YPI96346000824 NSN 5310-00-582-6785, 6,680 -EA
  Del to New  Cumberland PA 17070-5001 Del by 24 Apr 97.  RFQ
  due date 97 Jan 10 specs:   Fairchild Ind. Inc (83324) P/N
  0624CC-30 primary quantity 6680  deliveries to CONUS(excluding
  Alaska).  Delivery schedule:  60 days.   NOTE 1 applies sizestandard:
   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.  Other NOTES:
   to obtain a copy of this  solicitation please send FAX request
  to (215) 697-6333 or X1462 or X2978.   Specs/Dwgs are not required.
CITE: (I-359 SN015393)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 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 19200 U S ARMY ARMAMENT RESEARCH &
  DEVELOPMENT
SOL SP0500-97-Q-K789
DUE 011797
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Nancy Rice/MCB05/X5277 buyer:  maur
  een  Tyler/MCC11/X4017
DESC: PR-NO:  YPI96352000375 NSN 5340-01-354-3790, 13 -EA Del
  to (Call  contracting office) Del by 03 Dec 96.  RFQ due date
  97 Jan 17 specs:   DWG# 19200 12918366 Rev D primary quantity
  13 delivery schedule:  100  days NOTES 1 and 9 applies sizestandard:
   500 other NOTES:  to obtain a  copy of this solicitation please
  send FAX request to (215) 697-6333 or X1462  or X2978.
CITE: (I-359 SN015395)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--SEAL ALLIEDSIGNAL INC ALLIEDSIGNAL ENGINES (99193)
SOL SP0500-97-Q-K302
DUE 012997
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Jim Lewicki/LAC20/X2349 buyer:  eri
  KA  Vivar/LAC30/X0922
DESC: PR-NO:  YPI96339001069 NSN 5330-01-018-7954, 170 -EA Del
  to Tracy  CA 95376-5000 Del by 03 May 97.  230 -EA Del to New
  Cumberland PA  17070-5001 Del by 03 May 97.  RFQ due date 97
  Jan 29 specs:   5330010187954 primary quantity 230 deliveries
  to CONUS (excluding Alaska).   Delivery schedule:  required
  90 days.  NOTE 12 applies.  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.  Other NOTE:  to  obtain a copy of
  this solicitation please send FAX request to (215)  697-6333
  or X1462 or X2978.  Specs/Dwgs are not required.
CITE: (I-359 SN015405)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 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--STUD ASSEMBLY, TURNLOCK FASTENER FAIRCHILD CORP
  (71286)  TORRANCE CA
SOL SP0500-97-Q-H040
DUE 010797
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Iris Brotman/UAB02/X9328 buyer:  Iris
   Brotman/UAB02/X9328
DESC: PR-NO:  YPI96358001611 NSN 5325-00-189-9890, surface treatment
   Cadmium and chromate fastener diameter .486 in min - .510
  in max length  eyelet .410 inches nominal eyelet outside diameter
  .373 in nominal 3,000 - EA Del to New Cumberland PA 17070-5001
  Del by 20 Feb 97.  2,000 -EA Del  to San Diego CA 92136-0000
  Del by 20 Feb 97.  RFQ due date 97 Jan 07  specs:  Fairchild
  80S01-1-1AA incremental bidding:  primary quantity:   5000
  EA 1ST alt quantity:  7000 EA 2ND alt quantity:  9000 EA deliveries
   to CONUS(excluding Alaska) delivery schedule:  60 days this
  is a small  business set-aside, the size standard is 500 (NOTE
  1 applies) while price  will be a significant factor in the
  evaluation of offers, the final  contract award price will
  be based upon a combination of price and  delivery as described
  in section M of this solicitation specs/Dwgs are not  required
  to obtain a copy of this solicitation please FAX request to
  (215)  697-6333, X1462, X2978.
CITE: (I-359 SN015406)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 55--Lumber, Millwork, Plywood and Veneer
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 55--LUMBER, SOFTWOOD, DIMENSION; IN ACCORDANCE WITH
  FED. SPEC.  MM-L-751, "LUMBER, SOFTWOOD". ALL
SOL SP0500-97-Q-K899
DUE 011597
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Jeff Kochanowicz/WAA04/0955 buye R:
   Lisa  vivino/WAA26/X5590
DESC: PR-NO YPI 96354000211 NSN 5510-00-220-6194, lumber, softwood;
   I/A/W MM-L-751.  Grade:  STD/NO.2 - size:  2 "X 4" 49,086
  -BF Del  to Mechanicsburg PA 17055-0789 Del by 10 Feb 97. 
  RFQ due date 97 Jan 15  specs:  I/A/W spec NR MM-L-751H predominant
  material:  lumber, softwood  size/dimen:  2X4 - 16 feet only
  primary quantity:  8193 delivery  schedule:  14 days this is
  a small business set-aside, the size standard  is 500 specs/Dwgs
  are not required this solicitation also contains  YPI96354000216
  to obtain a copy of this solicitation please FAX request to
   (215) 697-6333, X1462, X2978.
CITE: (I-359 SN015396)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 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--LENS, INFRARED RECEI
SOL SP0970-97-Q-A127
DUE 011797
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:  YPE96313000917 NSN 5855-01-284-6373, CAGE 96214
  Part No  2769257-1 20 -EA Del to Mechanicsburg PA 17055-0789
  Del by 02 Dec 96.  5 - EA Del to Lathrop CA 95330 delivery
  schedule:  30 EA within 90 days;  remainder within 30 days
  thereafter.  Various increments solicited:   1--20, 21--40,
  41--60.  Threshold PR quantity:  30 EA.  Standard size:   750.
   Unrestricted (sole source/single source) (no preference).
   Other  than full and open competition:  part numbered item.
  products offered  clause applies.  Issue date:  10 Jan 97;
  closing date:  17 Jan 97.   All responsible sources may submit
  offer which DESC shall consider.
CITE: (I-359 SN015046)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 58--CONTROL INDICATOR
SOL N0038397G005F
DUE 021297
POC Contact Point, Stanley L Shumas, 0234.02, (215)697-3774,
  Fax, (215)697-3340, Twx, Not-avail, Contracting Officer, Rita
  Kenney, 0234, (215)697-6527
DESC: The subject item requires Government source approval prior
  to contract award, as the item is flight critical and /or the
  technical data available has not been determined adequate to
  support acquisition via full and open competition. Only the
  source(s) previously approved by the government for this item
  have been solicited. The time required for approval of a new
  source is normally such that award cannot be delayed pending
  approval of a new source. If you are not an approved source
  you must submit, together with your proposal,  the information
  detailed in the U.S. Navy Aviation Supply Office Source Approval
  Information Brochure. This brochure identifies technical data
  required to be submitted based on your company's experience
  in production of the same or similar item, or if this is an
  item you have never made. This brochure can be obtained by
  calling NAVICP-P at (215) 697-4243. If your request for source
  approval is currently being evaluated at NAVICP-P, submit with
  your offer a copy of the cover letter which forwarded your
  request for source approval. Offers received which fail to
  provide all data required by the  Source Approval Brochure
   or document previous submission of all data required by the
  Source Approval Brochure will not be considered for award under
  this solicitation. Please note, if evaluation of a source approval
  request submitted hereunder cannot be processed in time and/or
  approval requirements preclude the ability to obtain subject
  items in time to meet government requirements, award of the
  subject requirement may continue based on Fleet support needs.
  NSN 7R-5895-01-109-0865-PF, Ref Nr 1214AS100, Qty 4 EA, Delivery
  FOB Origin-----This is a requirement for establishment of a
  BOA (Basic Ordering Agreement)  for repair of various repairable
  assemblies installed in A-6/EA-6B, AV-8, C-2,  E-2, F-14, F-18,
  H-1/H-46, H-3/H-53, P-3, S-3, GSE, and Common Avionics. Due
   to limited data, only Hughes Technical Services Company, Indianapolis
  Indiana,  is the only commercial source able to accomplish
  the requisite repairs. The  BOA will be in place for a two
  year period., See Note 22
CITE: (I-359 SN015225)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 58--IMAGE INTENSIFIER,N
SOL N0038397RP459
DUE 020397
POC Contact Point, Elizabeth A Dimperio, 0222.02, (215)697-6530,
  Fax, (215)697-3161, Twx, Not-avail
DESC: NSN 1R-5855-99-496-1664-LX, IAW Ref Nr 7914-00351, Qty
  69 EA, Deliver to Naval Surface Warfare Center Crane IN, See
  Note 22
CITE: (I-359 SN015226)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 58--AMPLIFIER-DETECTOR
SOL N0010497QGB03
DUE 021197
POC Contact Point, Kay Y Larue, 02152.2, (717)790-2498, Fax,
  (717)790-2284, Twx, Not-avail
DESC: NSN 7H-5895-01-262-4058, SPEC NR TDP VER 002, Qty 16 EA,
  Deliver to Martin Marietta Moorestown NJ, See Note 9
CITE: (I-359 SN015238)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: U.S. Department of Commerce, Room 4327, Washington, DC
  20230
SUBJECT: 58--NATO TENDER: U.S. NAVAL FACILITIES ENGINEERING COMMAND-CONSTRUCTION
  CONTRACT TO EXTEND HYDRANT FUEL SYSTEM AT U.S. NAVAL AIR STATION
  IN SIGONELLA, ITALY
SOL N33191-95-B-4290
DUE 011397
POC Alexis Kemper, (202) 482-1512.
DESC: The United States Naval Facilities Command invites bids
  for a construction contract to extend hydrant fuel system at
  the U.S. Naval Air Station, Sigonella, Italy. The work include
  the construction of two 6,000 barrel fuel tanks, alterations
  to filter/manifold operations area, new pumping and control
  facilities, a new truck fill stand, three aircraft fueling
  hydrants and necessary modifications to the existing apron
  for same, ready service and return piping, utilities and related
  site preparation, and incidental related work. All applicants
  must be certified to compete in NATO ICB by the U.S. Department
  of Commerce, Office of Telecommunications. Submit all nomination
  requests to Alexis Kemper (FAX: (202) 482-5834) by COB 13 January
  1997.
CITE: (M-359 SN015254)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: US Army CECOM, C4IEW Acquisition Center, Fort Monmouth,
  New Jersey 07703-5008
SUBJECT: 58--VARIOUS SPARE PARTS IN SUPPORT OF THE AN/TSC-122
SOL DAAB07-97-R-D012
DUE 020797
POC Rosetta Wisdom, AMSEL-ACCA-D-AW (908) 532-1417, Andrew A.
  Dellomo, Contracting Officer.
DESC: This is an announcement that the U.S.A CECOM will be issuing
  a firm fixed price, sole source solicitation to Rockwell International,
  3200 E. Renner Road, TX 75081 for various spare parts in support
  of AN/TSC-122/120 communications system. The spare parts to
  procure as follows: Panel Monitor, NSN: 5895-01-334-8290, 9
  each; Modem Communication, NSN: 5895-01-399-2507, 22 each;
  Chassis, Electrical, NSN: 5875-01-399-3079, 6 each. This requirement
  contains a 100% option for Increased Quantities. Drawings are
  not available. The U.S. Army Communications Electronics Command
  (CECOM) has established an Electronic Bulletin Board (EBB)
  to provide electronic transmittal of request for proposals
  (RFPs) and Invitations for Bids (IFBs) expected to exceed 25
  thousand dollars from Government to industry. All interested
  parties wishing to do business with CECOM are invited to access,
  operate, send and receive data from CECOM EBB system. To become
  a user of the EBB you will need an identification code and
  password in addition to a computer terminal equipped with the
  necessary hardware and software to interface with the EBB system.
  Detailed information regarding system requirements is contained
  in the U.S. Army CECOM EBB user's manual. A user's manual,
  identification code and password in addition to a computer
  terminal equipped with the necessary hardware and software
  to interface with the EBB system. Detailed information regarding
  system requirements is contained in the US Army CECOM EBB User's
  Manual. A user's manual, identification code and password will
  be issued upon request. All requests must include 1) Company
  Name, 2) Point of Contact Name(s), and Title(s), 3) return
  address(s), and 4) Telephone Number(s). Please send your request
  in writing to either Mr. Thomas Newman or Mrs. Anita McGhee,
  US Army CECOM, AMSEL-ACSP-BC, ATTN: EBB, Ft. Monmouth, NJ 07703-5000.
  Fax (908) 532-6020, Commercial (908) 532-3820.
CITE: (I-359 SN015303)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968
  Gilbert St., Suite 600, Norfolk, VA 23511-3392
SUBJECT: 58--THEATER PROJECTIONS/STEREO SOUND SYSTEMS
SOL N00189-97-Q-1510
DUE 011397
POC Terri Harmon, Contracting Officer, Code 2021.01; David C.
  Zareczny, 
DESC:  Name Brand Only: 2 Each, Strong International Projectors,
  Highlight  II Console, 2000 Watt with high reactance power
  supply, 208 VAC,  three phase, 60 HZ; 2 Each, Simplex All-In-One,
  35mm, Projector  with two lens, automatic turret and aperture
  changer. Complete  Request for Quotation (RFQ) package available
  upon request, either  by fax or in writing.
CITE: (W-359 SN015339)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968
  Gilbert St., Suite 600, Norfolk, VA 23511-3392
SUBJECT: 58--THEATER PROJECTION/STEREO SOUND SYSTEM
SOL N00189-97-Q-1350
DUE 122996
POC David C. Zareczny, Purchasing Agent, Code 2021.02; Terri
  Harmon, 
DESC:  Name brand only, for theater projection system and stereo
  sound  system. 2 each, Strong International projectors; 2
  each, Simplex all-in one system. Complete Request For Quotation
  ( RFQ ) package available upon request, either by fax or in
  writing  
CITE: (W-359 SN015347)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968
  Gilbert St., Suite 600, Norfolk, VA 23511-3392
SUBJECT: 58--THEATER PROJECTION SYSTEM AND STEREO SOUND SYSTEM
SOL N00189-97-Q-1279
DUE 123096
POC David Zareczny, Purchasing Agent, Code 2021.02; Terri Harmon,

DESC:  Name Brand Only, Strong International Projector with Highlight
  II  Console, 4000 WATT with High Reactance Power Supply, 220
  vac, Three  Phase, 60 HZ, QTY: 2 each. This item and the items
  listed on  Request for Quotation (RFQ) will be used for 35MM
  Projection System  Design for ROTA,SPAIN NS Drive-in. Interested
  parties may fax or  mail in request for quote (RFQ) Package.

CITE: (W-359 SN015349)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Space and Naval Warfare Systems Command, 2451 Crystal
  Drive, Arlington, VA 22245-
SUBJECT: 58--INSPECT AND REPAIR AS NECCESSARY (IRAN) FOR MINI-DAMA
  COMMUNICATION SETS
SOL N00039-97-R-0066(S)
POC David Bodner, 02-32, 703-602-0694.
DESC: Synopsis No. 15. The ACO at DCMAO San Diego will incorporate
  an Inspect and Repair As Neccessary (IRAN) item for AN/USC-42(V)
  Communication sets into SPAWAR contract N00039-89-C-0281. -
  --Quantity: 1 year. SPAWAR plans to award a sole sources contracts
  to : Titan Corp., 3033 Science Park Road, San Diego, CA 92121.
  See Numbered Note(s): 22.
CITE: (I-359 SN015412)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment--Potential Sources Sought
OFFADD: Afftc/pkad Directorate Of Contracting, 5 S Wolfe Ave,
  Edwards Afb Ca 93524-1185
SUBJECT: 58--PURCHASE OF DATA RECORDING SYSTEM
SOL F04700-97-T-1024
DUE 010897
POC Mike Keeling, Contract Specialist (805) 277-3900 ext 2249,
  John Lemacks, Contracting Officer (805) 277-3900 ext 2253 
DESC: Edwards AFB CA is seeking potential sources for the following
  items: 1 each Data to Video Encoder, Merlin Engineering Works
  P/N ME-981; 1 each 2 Channel MIL-STD 1553 Interface for ME-981,
  Merlin Engineering Works P/N 981-1553RAB; 1 each Video to Data
  Decoder, Merlin Engineering Works P/N ME-991; 1 each 2 Channel
  MIL-STD 1553 Interface for ME-991, Merlin Engineering Works
  P/N 991-1553RAB. The systems must meet the following criteria;
  Data Input - 2 redundant Mil-Std-1553 buses, separate primary
  and secondary channels; Video Output - Frequency Response:
  0.1 db to 3 Mhz; Group Delay Ripple: less than 25 nsec to 2.7
  Mhz; 75 Ohm line; Composite 525 line NTSC monochrome or composite
  625 line PAL monochrome video; Power - 28 VDC per Mil-Std-704D
  at less than 20 watts; Physical -Size: 4.6 x 6 x 6 inches;
  Weight: 6 pounds; Mounting: Hard mount, any axis; Environmental
  - Operating Humidity: 95% per Mil-Std-810E, Method 507.3, Procedure
  III; Operating Temperature: -30 C to +65 C per Mil-Std-810E,
  Method 501.3, Procedure II and Method 502.3, Procedure II;
  Explosive Atmosphere: Per Mil-Std-810E, Method 511.3, Procedure
  I; Operating Altitude: 60,000 feet in accordance with Mil-Std-810D,
  Method 500.2, Procedure II; Acceleration: 10g's per Mil-Std-810E,
  Method 513.4, Procedure II; Random Vibration: 10.5g's rms per
  Mil-Std-810E, Method 514.4, Procedure I; Operating Shock: 40g's
  per Mil-Std-810E, Method 516.4, Procedure I; Salt Fog: Per
  Mil-Std-810E, Method 509.3, Procedure I; the encoder must also
  be able to accept any other Merlin ME-981 Interface Modules
  (which are proprietary) which may currently exist and be used
  by aircraft at Edwards Air Force Flight Test Center, so the
  laboratory can duplicate the actual system configuration for
  system checkout/diagnostic purposes; Video to Data Decoder
  - Video Input - 75 Ohm terminating from playback tapedeck;
  Composite 525 line NTSC monochrome or composite 625 line PAL
  monochrome video; Video Output (for test only)- Composite 525
  line NTSC monochrome or composite 625 line PAL monochrome video;
  Data Output - 2 redundant Mil-Std-1553 buses, separate primary
  and secondary channels; Power - 110/220 VAC 50/60 Hz, less
  than 80 watts; Physical Size - Standard EIA rack mounting,
  3.42" H x 19.40" D x 19.00" W (with rack ears installed); Weight:
  14 pounds; the decoder must also be able to decode video which
  was recorded using a Merlin ME 981 Data Encoder (as is currently
  done by aircraft at the AFFTC). Note: The decoder must also
  be capable of outputting other data formats if required (depending
  on what interface the encoder used). The 2 redundant Mil-Std-1553
  is the only one specified here. All interested sources that
  can provide equivalent items to those identified above must
  send in descriptive literature of your proposed items in sufficient
  detail to describe your technical capability. Offerors must
  provide this information by close of business on 8 Jan 97.
  The information can be faxed to (805) 258-9656, attn Mike Keeling.
  Anticipated date for issuance of a RFQ is 15 Jan 97.  
LINKURL: http://cpf.edwards.af.mil/contract/rfp.html
LINKDESC: 
EMAILADD: keelingm%pk@mhs.elan.af.mil
EMAILDESC: 
CITE: (W-358 SN015023)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment--Potential Sources Sought
OFFADD: NIPPON TELEGRAPH AND TELEPHONE CORPORATION International
  Procurement Office; Tokyo Opera City Tower 26F 20-2 Nishi-Shinjuku
  3-chome Shinjuku-ku, Tokyo 163-14 Japan
SUBJECT: 58--I)INTEGRATED CIRCUIT CARD (IC CARD)(II)INTEGRATED
  CIRCUIT CARD PUBLIC TELEPHONE
SOL IPO.08-414
DUE 012797
POC Point of Contact - NTT America, Inc., Head Office, 101 Park
  Avenue, 41st Floor, New York, NY 10178, 212/661-0810 also NTT
  America, Inc., Pacific and Western Division 700 E. El Camino
  Real, Suite #200, Mountain View, CA 94040, 415/940-6565
DESC:   This public notice is to request suppliers to provide
  N TT with general referential information on similar products
  or technology prior to procurement of the intended product
  (mentioned below) by NTT.  This public notice is also to request
  that any suppliers wishing to participate as a subcontractor
  in the procurement program of this product should declare their
  intentions to that effect.  This public notice is not intended
  to guarantee public notification of procurement of the product.
   (1) Name: (i)Integrated circuit card (IC card) (ii)Integrated
  circuit card public telephone (2) Overview:(i)Integrated circuit
  card:Integrated circuit cards for public telephones.(ii)Integrated
  circuit card public telephone:Public telephones operated by
  IC cards and connected to ISDN network to transmit voice and
  non-voice information(3) Contents of RFI: NTT is inviting the
  following types of information on a product or technology similar
  to the above-mentioned system.  This is not, however, a request
  for suppliers to provide proprietary and/or confidential information,
   [1] Technical information (i)Integrated circuit card  $B!&
  (BElectrical Characteristics  $B!& (BPhysical Characteristics
           appearance,dimensions  $B!& (BEnvironment conditions
          operatingtemperature,operating humidity  $B!& (BDurability
   $B!& (BReliability  $B!& (BData input-output interface  $B!&
  (BFunctions of chip  $B!& (BSize of chip (ii)Integrated circuit
  card public telephone  $B!& (BElectrical Characteristics  
  $B!& (BPhysical Characteristics          appearance,dimensions
   $B!& (BEnvironment conditions         operatingtemperature,operating
  humidity  $B!& (BInstallation conditions  $B!& (BFunctions
   $B!& (BSupervision control functions  $B!& (BDurability  $B!&
  (BCard input-output interface  $B!& (BNetwork interface  $B!&
  (BSystem configuration [2]Prices [3]Standard time of delivery
  after ordering [4]Sales records [5]Other (4) Request for Declaration
  of the Intention of Participating as a Subcontractor: Any suppliers
  wishing to participate as a subcontractor in the product procurement
  program of NTT, are requested to supply NTT with the information
  listed below.  After preparing a list of supplied information,
  NTT will provide the list to suppliers who wish to be provided
  with it, to those who have responded to the request for supply
  of the information listed and to those who have purchased the
  PROCUREMENT DOCUMENTATION relating to procurement of the product.
   NTT, however, will undertake no responsibilies for any outcomes
  arising from supply of the list, (i)Name of supplier, (ii)Place
  of contact (Address, name of the person in charge, telephone
  number, and fascimile number).  (5) Deadline of submission
  of materials and comments: 3:00 PM, January 27, 1997 (Mail
  must arrive no later than the above date).  (6) Language: Japanese
  or English*****
LINKURL: http://wwwipo.nttinfo.ntt.co.jp
LINKDESC: 
CITE: (D-359 SN015130)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: 750 CONF/LGC, Onizuka Air Station, 1080 Lockheed Way,
  Box 039, Sunnyvale, CA 94089-1234
SUBJECT: 59--TAPE RECORDING, SYSTEM, MAGNETIC DIGITAL
SOL F04689-97-T0287
DUE 011597
POC Larena Sellers, Purchasing Agent (408)752-3858/Contracting
  Officer, Ivy Abafo, (408)752-3859
DESC:  The government intends to procure the following requirement:
  One tape recording system, magnetic digital. Includes four
  channel PCM MUX/DEMUX. Data is recorded on a 3.8 mm wide magnetic
  tape using the helical/scan recoring system. Max record time
  is two hours. Manufactured by Joseph Heim, in Germany. Manufacturers
  code and part number: C4510DATAREC-D3. This item is being solicited
  on an "or equal" basis. All reponsible sources may submit an
  offer which will be considered. Delivery of item(s) are required
  60 days after contract award. See numbered notes 1 and 23.
  Facsimile requests should be sent to (408)752-3862. Telephone
  requests will not be honored. 
CITE: (W-358 SN015025)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 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 ASSEMBLY
SOL SP0970-96-Q-0454
DUE 010697
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE95247001075 NSN 5985-00-873-6662, CAGE S4956
  Part No  6010643 CAGE 13499 Part No 522-0700-003 @COMPONENT
  quantity 1 other than  full and open competition:  part numbered
  item.  Products offered clause  applies.  Various increments
  solicited from:  25-49 EA; 50-74 EA;  75-99 EA; 100-149 EA;
  150-199 EA; 200-249 EA.  PR quantity:  61 EA.   Deliver to:
   61 EA - SW3100 - Mechanicsburg PA.  Delivery schedule:   all
  quantities IN 90 days.  Set aside type:  unrestricted (sole
   source/single source) (no preference) all responsible sources
  may submit  offer which DESC shall consider.
CITE: (I-359 SN015076)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 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-A117
DUE 011797
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:  YPE96310001692 NSN 5985-01-317-1895, CAGE 13691
  Part No  S65-8282-26LB CAGE 63563 Part No 12-237BRF no releaseable
  data for  manufacturing purposes.  Other than full and open
  competition.  Part  numbered item.  Products offered clause
  applies.  Various increments  solicited from:  10-14 EA; 15-19
  EA; 20-24 EA 25-49 EA; 50-74 EA;  75-99 EA.  PR quantity: 
  7 EA.  Deliver to:  7 EA SW3100 Mechanicsburg  PA; 11 EAW62G2T
  Lathrop, CA; 5 EA - SW3100 Mechanicsburg PA.   Delivery schedule:
   all quantities IN 90 days.  Set-aside type:  total  small
  business set-aside.  Size standard:  750 small business percent:
    100.  All responsible sources may submit offer which DESC
  shall consider.
CITE: (I-359 SN015079)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 59--CIRCUIT CARD ASSEMB
SOL N0038397QB040
DUE 020397
POC Contact Point, Thomas   Rohan, 0231.16, (215)697-2326, Fax,
  (215)697-3161, Twx, Not-avail, Contracting Officer, Kathryn
  M Andrews, 0231.01, (215)697-5980
DESC: The subject item requires Government source approval prior
  to contract award, as the item is flight critical and /or the
  technical data available has not been determined adequate to
  support acquisition via full and open competition. Only the
  source(s) previously approved by the government for this item
  have been solicited. The time required for approval of a new
  source is normally such that award cannot be delayed pending
  approval of a new source. If you are not an approved source
  you must submit, together with your proposal,  the information
  detailed in the U.S. Navy Aviation Supply Office Source Approval
  Information Brochure. This brochure identifies technical data
  required to be submitted based on your company's experience
  in production of the same or similar item, or if this is an
  item you have never made. This brochure can be obtained by
  calling NAVICP-P at (215) 697-4243. If your request for source
  approval is currently being evaluated at NAVICP-P, submit with
  your offer a copy of the cover letter which forwarded your
  request for source approval. Offers received which fail to
  provide all data required by the  Source Approval Brochure
   or document previous submission of all data required by the
  Source Approval Brochure will not be considered for award under
  this solicitation. Please note, if evaluation of a source approval
  request submitted hereunder cannot be processed in time and/or
  approval requirements preclude the ability to obtain subject
  items in time to meet government requirements, award of the
  subject requirement may continue based on Fleet support needs.
  NSN 7R-5998-01-295-8991-AC, Ref Nr 32-085707-01, Qty 43 EA,
  Delivery FOB Origin-----,DRWGS/SPECS NOT AVAILABLE, See Note
  22
CITE: (I-359 SN015227)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 59--ANTENNA
SOL N0038397QB041
DUE 020397
POC Contact Point, Toni   Collins, 0231.04, (215)697-2571, Fax,
  (215)697-3161, Twx, Not-avail
DESC: The subject item requires Government source approval prior
  to contract award, as the item is flight critical and /or the
  technical data available has not been determined adequate to
  support acquisition via full and open competition. Only the
  source(s) previously approved by the government for this item
  have been solicited. The time required for approval of a new
  source is normally such that award cannot be delayed pending
  approval of a new source. If you are not an approved source
  you must submit, together with your proposal,  the information
  detailed in the U.S. Navy Aviation Supply Office Source Approval
  Information Brochure. This brochure identifies technical data
  required to be submitted based on your company's experience
  in production of the same or similar item, or if this is an
  item you have never made. This brochure can be obtained by
  calling NAVICP-P at (215) 697-4243. If your request for source
  approval is currently being evaluated at NAVICP-P, submit with
  your offer a copy of the cover letter which forwarded your
  request for source approval. Offers received which fail to
  provide all data required by the  Source Approval Brochure
   or document previous submission of all data required by the
  Source Approval Brochure will not be considered for award under
  this solicitation. Please note, if evaluation of a source approval
  request submitted hereunder cannot be processed in time and/or
  approval requirements preclude the ability to obtain subject
  items in time to meet government requirements, award of the
  subject requirement may continue based on Fleet support needs.
  NSN 7R-5985-01-009-2285-FE, IAW Ref Nr 444506-2, Qty 9 EA,
  Delivery FOB Origin----- DRAWINGS ARE NOT AVAILABLE.  DUE TO
  THE UNAVAILABILITY OF DRAWINGS OR  OTHER DATA THIS REQUIREMENT
  WILL BE RESTRICTED TO RAYTHEON COMPANY., See Note 22
CITE: (I-359 SN015228)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 59--ELECTRON TUBE
SOL N0038397RN087
DUE 020397
POC Contact Point, Leah Y Lester, 0233.11, (215)697-3719, Fax,
  (215)697-3161, Twx, Not-avail, Contracting Officer, Linda T
  Rein, 0233.03, (215)697-2811
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-5960-01-221-2880-XH, SPEC NR TDP VER 001, Qty 6 EA,
  Delivery FOB Origin----- Drawings are not available., See Note
  22
CITE: (I-359 SN015229)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 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 N0010497QNB58
DUE 021197
POC Contact Point, Lisa A Gilbert, 02151.15, (717)790-2621, Fax,
  (717)790-2284, Twx, Not-avail, Contracting Officer, Kathleen
  B Acox, 02151.2, (717)790-4050
DESC: NSN 7H-5998-00-487-3362, SPEC NR TDP VER 002, Ref Nr 61711143-301B,
  Qty 3 EA, Delivery FOB Origin, See Note 22
CITE: (I-359 SN015239)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: COASTSYSTA Dahlgren Division, NSWC, 6703 West Highway
  98, Panama City, FL 32407-7001
SUBJECT: 59--FLAT PANEL DISPLAYS
SOL N61331-97-R-0018
DUE 021397
POC Jesse L. Johnson, Contract Specialist, (904)234-4539 Carol
  A. Dreger, Contracting Officer, (904)234-4863.
DESC: The Coastal Systems Station, Dahlgren Division, Naval Surface
  Warfare Center, intends to award a sole-source contract to
  Photonic Systems, Inc. Northwood, OH for 17 each Flat Panel
  Displays with an option for an additional 16 units. This item
  is a component being utilized in the production of the Swimmer
  Delivery Vehicle (SDV) Service Life Extension Program (SLEP).
  This item is the subject of the Naval Sea Systems Command (NAVSEA)
  Source Control Drawing Number 53711-7110082 which states that
  Photonic Systems, Inc. is the sole approved source for these
  parts. The drawing does not contain the infomration on the
  construction or performance of this item necessary for competition.
  DSY Systems is the only source that can meet this requirement.
  See note 22.
CITE: (I-359 SN015438)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: COASTSYSTA Dahlgren Division, NSWC, 6703 West Highway
  98, Panama City, FL 32407-7001
SUBJECT: 59--VME 6U GRAPHICS PRINTED WIRING BOARD ASSEMBLIES
SOL N61331-97-R-0020
DUE 021397
POC Jesse L. Johnson, Contract Specialist, (904)234-4539 Carol
  A. Dreger, Contracting Officer, (904)234-4863.
DESC: The Coastal Systems Station Dahlgren Division, Naval Surface
  Warfare Center, intends to award a sole-source contract to
  D4Y Systems of Warrenton, VA for 12 each VME 6U Graphics Printed
  Wiring Board (PWB) Assemblies with an option for an additional
  10 units. This item is a component being utilized in the production
  of the Swimmer Delivery Vehicle (SDV) Service Life Extension
  Program (SLEP). This item is the subject of the Naval Sea Systems
  Command (NAVSEA) Source Control Drawing Number 53711-7110091
  which states that D4Y Systems is the sole approved source for
  these parts. The drawing does not contain the information on
  the construction or performance of this item necessary for
  commpetition. D4Y Systems is the only source that can meet
  this requirement. See Note 22.
CITE: (I-359 SN015439)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: COASTSYSTA Dahlgren Division, NSWC, 6703 West Highway
  98, Panama City, FL 32407-7001
SUBJECT: 59--VME 6U INTERFACE PRINTED WIRING BOARD ASSEMBLIES
SOL N61331-97-R-0019
DUE 021397
POC Jesse L. Johnson, Contract Specialist, (904)234-4539 Carol
  A. Dreger, Contracting Officer, (904)234-4863.
DESC: The Coastal Systems Station, Dahlgren Division, Naval Surface
  Warfare Center, intends to award a sole-source contract to
  SBS Technologies, Inc. for 12 each VME 6U 1553 Interface Printed
  Wiring Board (PWB) Assemblies with an option for an additional
  11 units. This item is a component being utilized in the production
  of the Swimmer Delivery Vehicle (SDV) Service Life Extension
  Program (SLEP). This item is the subject of the Naval Sea Systems
  Command (NAVSEA) Source Control Drawing Number 53711-7110195
  which states that SBS Technologies, Inc. is the sole approved
  source for these parts. The drawing does not contain the information
  on the construction or performance of this item necessary for
  competition. SBS Technologies, Inc. is the only source that
  can meet this requirement. See Note 22.
CITE: (I-359 SN015440)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: COASTSYSTA Dahlgren Division, NSWC, 6703 West Highway
  98, Panama City, FL 32407-7001
SUBJECT: 59--VME 3U DSP PRINTED WIRING BOARD ASSEMBLIES
SOL N61331-97-Q-1814
DUE 012497
POC Jesse L. Johnson, Contract Specialist, (904)234-4539 Carol
  A. Dreger, Contracting Officer, (904)234-4863.
DESC: The Coastal Systems Station, Dahlgren Division, Naval Surface
  Warfare Center, intends to award a sole-source Purchase Order
  to Innovative Integration, Westlake Village, CA for 25 each
  VME 3U DSP Printed Wiring Board Assemblies with an option for
  an additional 24 units. This item is a component being utilized
  in the production of the Swimmer Delivery Vehicle (SDV) Service
  Life Extension Program (SLEP). This item is the subject of
  the Naval Sea Systems Command (NAVSEA) Source Control Drawing
  Number 53711-7005625 which states that Innovative Integration
  is the sole approved source for these parts. The drawing does
  not contain the information on the construction or performance
  of this item necessary for competition. Innovative Integration
  is the only source that can meet this requirement. See note
  22.
CITE: (I-359 SN015441)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: COASTSYSTA Dahlgren Division, NSWC, 6703 West Highway
  98, Panama City, FL 32407-7001
SUBJECT: 59--COMPUTER PRINTED WIRING BOARD ASSEMBLIES
SOL N61331-97-Q-1815
DUE 012496
POC Jesse L. Johnson, Contract Specialist, (904)234-4539 Carol
  A. Dreger, Contracting Officer, (904)234-4863.
DESC: The Coastal Systems Station, Dahlgren Division, Naval Surface
  Warfare Center, intends to award a sole-source Purchase Order
  to Dynatem, Mission Veiho, CA for 12 each Computer Printed
  Wiring Board Assemblies with an option for an additional 12
  units. This item is a component being utilized in the production
  of the Swimmer Delivery Vehicle (SDV) Service Life Extension
  Program (SLEP). This item is the subject of the Naval Sea Systems
  Command (NAVSEA) Source Control Drawing Number 53711-7110090
  which states that Dynatem is the sole approved source for these
  parts. The drawing does not contain the information on the
  construction or performance of this item necessary for competition.
  Dynatem is the only source that can meet this requirement.
  See Note 22.
CITE: (I-359 SN015443)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components--Potential
  Sources Sought
OFFADD: Commandant (G-ACS-3B), U.S. Coast Guard Headquarters,
  2100 Second Street, S.W., Washington, D.C. 20593-0001
SUBJECT: 59--MARKET SURVEY FOR PROGRAMMABLE 12VDC SOLID STATE
   FLASHERS FOR MARINE AID TO NAVIGATION
SOL N/A
DUE 022897
POC Contact:  Bonita R. DeWitt, Ph:  (202) 267-2526/Contracting
   Officer:  Darren L. Brown, ph: (202) 267-2506
DESC: THIS IS A MARKET SURVEY.  The U.S. Coast Guard is conducting
  a  market survey to determine whether there are any companies
  that can provide  commercially available programmable 12VDC
  solid state flashers for marine aids  to navigation.  This
  flasher may eventually replace all the non-programmable  12VDC
  type CG-181 flashers. The flasher must conform to the physical
  fit and  electrical function of the type CG-181, and interface
  with Coast Guard standard 6- place lampchangers (CG-6P) and
  lanterns.  Companies that have flashers that they  believe
  can meet or exceed the above-mentioned performance capabilities
  are  invited to send information about their product to the
  above-stated address.   Interested firms should submit a statement
  of interest and capabilities, including  brochures and descriptive
  literature.  The Government will review all submitted  statements
  of capabilities to determine market availability of the flashers.
  Copies  of our current flasher specification are available
  from the Specification Preparing  Activity (SPA), Commandant
  (G-SEC-2A), U.S. Coast Guard Headquarters, 2100  Second Street,
  S.W., Washington, D.C. 20593-0001.  Submit your information
  no  later than February 28, 1997.  THIS IS NOT A SOLICITATION
  FOR  PROPOSALS OR AN INVITATION FOR BIDS.  THIS IS ONLY A MARKET
   SURVEY.
CITE: (I-358 SN015029)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 60--Fiber Optics Materials and Components, Assemblies,
  and Accessories
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 60--CABLE, FIBER OPTIC (SPI) 01-01 APPLIES
SOL SPO970-97-Q-A129
DUE 011797
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:  YPE96250000452 NSN 6015-01-229-7388, CAGE 64959
  Part No  105910244 CAGE 64959 Part No 4DAX-0120BXD-B2 general
  characteristics:   single mode fiber; stranded core; crossply
  sheath(600 lb); 0 to 12  fibers other than full and open competition.
  part numbered item.   Products offered clause applies.  PR
  quantity:  18,644 Mr.  Deliver to:   18644 Mr - WT4G36 Pyongtaek,
  Korea.  Delivery schedule:  all  quantities IN 30 days.  Set
  aside type:  total small business set-aside.   Size standard
  500.  All responsible sources may submit offer which DESC 
  shall consider.
CITE: (I-359 SN015078)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 60--Fiber Optics Materials and Components, Assemblies,
  and Accessories
OFFADD: Commander, Naval Air Warfare Center Weapons Division,
  Code 230000D, 1 Administration Circle, China Lake, CA 93555-6100
SUBJECT: 60--FIBER OPTICS MATERIALS AND COMPONENTS, ASSEMBLIES
  AND ACCESSORIES
SOL N68936-97-Q-0657
DUE 012897
POC Phyllis Jenkins, Purchase Agent, at 619-939-4277 or Susan
  Rizzardini, Contracting Officer, at 619-939-9653.
DESC: The Naval Air Warfare Center Weapons Division, China Lake,
  CA intends to procure on an Other Than Full and Open Competition
  Basis from Math Associates Inc., 5500 New Horizons Blvd., Amityville,
  NY 11701-1156, 20 Each - Fiber Optic Video Transmitters, 20
  Each - Fiber Optic Video Receivers, 5 Each - Fiber Optic 4
  Channel Video Mux Transmitters, 5 Each - Fiber Optic 4 Channel
  Video Mux Receivers, 5 Each - Fiber Optic Video/Audio Transmitters,
  5 Each - Fiber Optic Video/Audio Receivers, 15 Each - Fiber
  Optic Video/Duplex Data Transmitters, 15 Each - Fiber Optic
  Video/Duplex Data Receivers, 15 Each - Fiber Optic TTL Transmitters,
  15 Each - Fiber Optic TTL Receivers, 30 Each - Fiber Optic
  10MHz Analog Transmitters, 30 Each - Fiber Optics 10MHz Analog
  Receivers, 84 Each Rack Mount Adapter, Model AP-1000, 26 Each
  - Rack Mount Adapters, Model AP-2000, 18 Each - Rack Mount
  Card Cage with Built-in Power Supply. The Sole Source is based
  on compatibility with existing Math Associates, Inc. fiber
  optic equipment. Fiber optic equipment manufactured by another
  company would not physically fit into the Math Associates housing
  currently running the fiber optic communication system at the
  Naval Air Warfare Center, China Lake. Any firms believing they
  can provide this equipment shall submit a written response
  to be received at the Contracting Office no later than 5 DAYS
  after the date of publication of this notice, clearly showing
  its ability to provide the required equipment. Request for
  Quote will be available on or about 13 Jan 97. Award is expected
  to be made 31 Jan 97. Note 22.
CITE: (I-359 SN015415)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: US Postal Service, Purchasing & Material Service Center,
  150 South Wacker Drive, Suite 200, Chicago, IL 60606-4100
SUBJECT: 61--LAN CABLING INSTALLATIONS
SOL 162745-97-A-0117
DUE 020797
POC Contact Yolanda K. Richmond, (Purchasing Specialist), (312)
  424-2462 - Shirley A. Washington, Purchasing Specialist, (312)
  424-2466
DESC: Solicitation No. 162745-97-A-0117, Due 02/07/97. The U.S.
  Postal Service is seeking to prequalify firms for the installation
  of Category Five (5) LAN cabling requirements in the USPS
  Great Lakes Area. The Great Lakes Area consist of seven (7)
  postal service districts within the states of Illinois, Indiana,
  and Michigan. The Postal Service Prequalification Review Board
  will determine which firms are the "Most Highly" qualified
  to receive Requests for Proposals (RFPs) for LAN cabling requirements
   in the Great Lakes Area. Interested offerors shall be required
   to complete a prequalification package and give an oral presentation
  to the Prequalification Review Board in Chicago, IL. Request
  for prequalification packages must be in writing or by fax
  ((312) 424-3170) and received within 10 days after the date
   of this notice or until supply is exhausted.  
CITE: (W-359 SN015331)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: C17 Aircraft Contracting Division, 485 Quentin Roosevelt
  Rd.,  Kelly Afb, Texas 78241-6425
SUBJECT: 61--CONVERTER, FREQUENCY
SOL F41608-97-R-74259
DUE 021497
POC For copy, Torres, F. R./lck2586/[210]925-6837, For additional
   information contact Torres, F. R./lck2586/[210]925-6837
DESC: Item 0001 NSN 6130-01-389-0608LD P/N: 1-002-0102-0438,
   Size/Diminsions: 18" X 8", 43 lb Form, Fit, and Function:
  Used for Aero-medical life support equipment, inside the lower
  avionics rack. Predominant material: Steel 6EA. Applicable
  to: C-17a Acft. Destn: FB2065, ACCT 09. Delivery: 30 Sep 97
  6 ea Item 0002 NSN 6130-01-389-0608LD Converter, Frequency
  P/N: 1-002-0102-0438, Size/Diminsions: 18" X 8", 43 lb Form,
  Fit, and Function: Used for Aero-medical life support equipment,
  inside the lower avionics rack. Predominant material: Steel
  3EA. Applicable to: C-17a Acft. Destn: FB2065, ACCT 09. Delivery:
  30 Sep 97 3 ea Government drawings and/or specifications are
  NOT available. The approximate issue/response date will be
  15 Jan 97. To: Avionic Instrument Inc., Avenel, NJ 07001. No
  telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Authority: 10 U.S.C. 2304(C)(1),
  Justification: Supplies (or Services) required are available
  from only one or a limited number of responsible source(s)
  and no other type of supplies or services will satisfy agency
  requirements. See Note (s) 22, 26.
CITE: (I-359 SN015378)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste
  1ag81,  Tinker Air Force Base Ok 73145-3032
SUBJECT: 61--W 7 CABLE
SOL F34601-97-Q-49501
DUE 021097
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Jackie Seaman/Lpdpb/[405]739-4440
DESC: Item 0001 NSN 6150-01-308-8500PR P/N: 7156M47G02, The W
  7 cable  is color coded blue. It has 3 extending branches and
  5 connecting points. Basic material- 17 stranded cond, wire
  20 gauge a wg electrical wiring. Dimensions. Main cable length
  measures approx. 5 ft to 8 ft with 3 extending branches measuring
  approx 2 ft. to 5 ft. Function is to supply power to certain
  accessory components, supply electricity governing functions
  or feedback signals. 5EA. Applicable to: F110. Destn: DTK002.
  Delivery: 30 Sep 98 5 ea The approximate issue/response date
  will be 09 Jan 97. The anticipated award date will be 27 Mar
  97. Written procedure will be used for this solicitation. To:
  General Electric Co Aircraft Engine, Cincinnati Oh 45215-6301.
  No telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Authority: 10 U.S.C. 2304(C)(1),
  Justification: Supplies (or Services) required are available
  from only one or a limited number of responsible source(s)
  and no other type of supplies or services will satisfy agency
  requirements. The proposed contract action is for supplies
  and services for which the Government intends to solicit and
  negotiate with only one, or a limited number of sources under
  the authority of FAR 6.302. Interested persons may identify
  their interest and capability to respond to the requirement
  or submit proposals. This notice of intent is not a request
  for competitive proposals. However, all proposals received
  within forty five-days (thirty days if award is issued under
  an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. Specifications, plans, or drawings
  relating to the procurement described are incomplete or not
  available and cannot be furnished by the Government. Note:
  While price will be a significant factor in the evaluation
  of offers, the final contract award decision may be based upon
  a combination of price and past performance factors as detailed
  in the solicitation. Note: An Ombudsman has been appointed
  to hear concerns from offerors or potential Offerors during
  the proposal development phase of this acquisition. The purpose
  of the Ombudsman is not to diminish the authority of the program
  director or contracting officer, but to communicate contractor
  concerns, issues, disagreements, and recommendations to the
  appropriate government personnel. When requested, the Ombudsman
  will maintain strict confidentiality as to source of the concern.
  The Ombudsman does not participate in the evaluation of proposals
  or in the source selection process. Interested parties are
  invited to call the Ombudsman at (405) 736-3273. DO NOT CALL
  THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation
  requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015,
  FAX NUMBER (405)739-5411. Request for Written Quotation will
  be issued. The anticipated award date will be 60 days after
  the issuance of this notice. See Note (s) 26.
CITE: (I-359 SN015385)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: Fleet and Industrial Supply Center, Contracting Dept.,
  110 Yorktown Ave., Box 97, Naval Air Station Jacksonville,
  FL 32212-0097
SUBJECT: 65--REAGENTS (TEST KITS) FOR THE NAVAL HOSPITAL, JACKSONVILLE,
  FLORIDA
SOL N68836-97-R-0005
DUE 012897
POC Contact Point, Victoria West, Code 210.86, (904) 779-3041,
  Fax (904) 779-3061
DESC: The Fleet and Industrial Supply Center, Jacksonville, Florida
  intends to negotiate with only Abbott Laboratories, Abbott
  Park, Illinois, under the authority of FAR 6.302, for a six-month
  supply of various reagents in various quantities to be used
  with the Abbott Immuno Assay System currently in place at the
  Naval Hospital, Jacksonville, Florida. Proposed contract will
  include an option quantity for a one-year supply. This notice
  of intent is not a request for competitive proposals.  However,
  all proposals that clearly demonstrate the ability to meet
  the needs of the Government and which are received within thirty
  days after date of publication of this synopsis will be considered
  by the Government.  A determination by the Government not to
  compete this proposed contract based on responses to this notice
  is solely within the discretion of the Government.  Numbered
  Note 22 applies.
CITE: (I-358 SN015022)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 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--TUBING, NONMETTALIC
SOL SPO200-97-R-8109
DUE 020797
POC Contact:  receptionist 215-737-3100
DESC: See NOTE:  #9 annual EST. qty 3100 1338 annual min. 19,156
  Ann.  max., with an addt'l opt of 2 successive years, Del.
  to various destns,  CID A-A-52047, 1 Apr 92, 30 day rfpissued
  O/A 1/07/97, POC:  Proc.  Agnt, Donna Spadaccini, on (215)
  737-7197, or KO, Barbara Lessner, on  the same.  Solicitaton
  requests may be transmitted via; (215) 737-9300/1/2,  Attn:
  dpscmqbb Spadaccini, approx.  Bid opening dte. is 020797. 
  This  is only an EST. dte.  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-359 SN015101)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 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--SUPPORT, LITTER, FOLDING, LIGHTWEIGHT, ALUMINUM
SOL SPO200-97-R-8016
DUE 020797
POC Contact:  receptionist 215-737-3100
DESC: PR-NO:  YPM96342000008 NSN 6530-00-660-0034, 1,976 -PR
  Del to  Mechanicsburg PA 17055-0789 Del by 31 Jul 97.  3,576
  -PR Del to Tracy CA  95376-5000 Del by 31 Jul 97.  See NOTES
  3, 9, 16, this solicitation is  being resynopsized to date
  due to a revision in the quantity, from 1185 to  5552, in the
  qty an in the addt'l opt qty, U/I PR, Del.  To DD Mech, PA
   and DD Tracy, Tracy, CA., MIL-S-36545A, DTD 3/29/97, POC:
   Proc.  Agnt, Gloria Zuccarello, on (215) 737-2895, or KO,
  Viola Redd, on (215)  737-2822, sched Del per bng Oct 97 and
  ending the same, 30 day  rfp-issued O/A 010797, all materials
  used in fabrication are to be  furnished by the successful
  bidder(S).  Approx. bid opening dte is  020797.  This is only
  an EST. dte. all responsible sources may submit a  proposal
  which shall be considered by the agency.  Solicitation requests
   may be transmitted via:  facsimile # 215-737-9300, Attn: dpsc-mgp.
   All  responsible sources may submit offer which DPSC shall
  consider.
CITE: (I-359 SN015128)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968
  Gilbert St., Suite 600, Norfolk, VA 23511-3392
SUBJECT: 65--MISCELLANEOUS MEDICAL TEST KITS & CHEMICALS
SOL N00189-97-Q-1236
DUE 010297
POC Dawn Fisher, (804) 445-2384; Robert Evans, (804) 444-4069
DESC:  The government intends to award a sole source purchase
  order for  various medical test kits and medicinal chemicals
  for use in a medical department onboard the USS Theodore Roosevelt.
  Items are sole source to Dade Chemical Systems, Inc., Duluth,
  GA. Delivery to be to Norfolk, VA. Solicitation will be issued
  on 1/2/97. The solicitation closing date will be 1/10/96. Request
  for solicitation must state that neither the requestor nor
  principal corporate officials and owners are currently suspended,
  debarred, or otherwise ineligible to receive contracts from
  any federal agency. Failure to so represent will be grounds
  for refusing the request. All requests for the solicitation
  must be in writing and may be mailed or faxed to the issuing
  address, fax #(757) 444-1728. Solicitations will be mailed
  out no earlier than 1/2/97. Numbered Note 22 applies
CITE: (W-359 SN015276)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: MEDICAL CENTER, 2002 HOLCOMBE BLVD., HOUSTON, TX 77030-4298
SUBJECT: 65--RADIOPHARMACEUTICALS
SOL IFB 580-32-97
DUE 022497
POC Contracting Officer, Bette McDole (713) 794-7403; 794-7090
DESC: Furnish Radiopharmaceuticals under a consolidated contract
  for VA Medical Centers in VISN 16. Each VAMC's requirements,
  delivery dates and times will be different. Solicitation will
  be published under the FAR, Part 12, "Acquisition of Commercial
  Items." Solicitation will be available o/a 1/24/97. Only written,
  or faxed, requests will be accepted. Fax No.: (713) 794-7968.
  All responsible sources may submit an offer.
CITE: (I-359 SN015280)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies--Potential
  Sources Sought
OFFADD: Defense Personnel Support Center, 2800 S. 20th Street,
  Philadelphia, PA 19101-8419
SUBJECT: 65--MARKET NOTICE
POC Frank Tallent, DPSC, (215) 737-5746.
DESC: The Department of Defense Pharmacoeconomic Center (PEC)
  is reviewing information to develop analytic methodologies
  to evaluate serum glucose monitors and test strips for used
  in the Military Health Services System. Manufacturers of products
  used for serum blood glucose monitoring are invited to present
  pharmacoeconomic information to the PEC. This information will
  assist in developing a model for evaluation of potential product
  selection for the Tri-Service Formulary (TSF). Any product
  selected for the TSF must be available at all military medical
  treatment facilities (MTFs) for use by both prescribers and
  patients. Further, TSF agents must become part of the MTF drug
   formulary. Presentations on serum blood glucose monitors and
  test strips will be scheduled for January 6 through 31, 1997.
  Please call Ms. Scott at (210) 221-4311, if you would like
  to schedule a presentation. Types of information being reviewed
  include head to head studies with competing products, patient
  compliance data, patient outcome studies, and any unpublished
  data relevant to the value of your product. The PEC requests
  that summary information tables be compiled from all relevant
  studies of your product and submitted to the PEC at least one
  week prior to formal presentations. These summary tables should
  include at a minimum the study citation, study design, number
  of subjects, and  efficacy and compliance versus other products.
  UP to one hour is the preferred length of a presentation; not
  more than one hour will be allotted for a presentation. Each
  manufacturer will be limited to one presentation on serum blood
  glucose monitors and test strips. For further information,
  contact MAJ Greg Russie, R.Ph., MS, (210) 221-4311, DoD Pharamacoeconomic
  Center, 2107 17th Street, Bldg f4197, Ft. Sam Houston, TX 78234-5036.
  If a solicitation is issued as a result of this review, a separate
  notice prior to issuance will be published in the Commerce
  Business Daily. For further information, contact Mr. Frank
  Talent, DPSC, at (215) 737-5746.
CITE: (M-359 SN015246)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 66--TEST SET, TELEPHONE
SOL SP0920-97-Q-A103
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:  YPE96187000192 NSN 6625-01-332-2307, test set,
  telephone  northern Telecom Canada LTD (01794) P/N QSE5E northern
  Telecom Canada LTD  (10794) P/N X9950655 Harris Corp (82430)
  P/N 21800-081 part numbered item.   Products offered clause
  applies.  PR quantity:  220 EA various  increments solicited
  from 100 to 500 each.  95 EA Del to Mechanicsburg PA  17055-0789
  125 EA Del to Stockton CA 95296-0130 delivery schedule:  220
   IN 90 days and 200 every 30 days thereafter.  Set-aside type:
   G  unrestricted (sole source/single source)(no preference)
  size standard:   500 all responsible sources may submit offer
  which DESC shall consider.
CITE: (I-359 SN015077)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--TRANSMITTER, LIQUID
SOL SP0440-97-Q-T589
DUE 013197
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-4458. 
  For copies of RFQ solicitations,  contact:  D. Lena Mile S/804-279-4458.
  contracting officer:  Kreylon  V. Crewe/ 804-279-4105.
DESC: PR-NO:  YPG96332000907 NSN 6680-00-318-9488, part number:
    Simmonds Precision Products Inc., P/N 391003-066.  McDonnell
  Douglas  Corp., McDonnell Douglas Aerospace, P/N 68-580104-211.
   Specifications,  plans ordrawings relating to the procurement
  described are not available  and cannot be furnished by the
  government.  26 -EA Del to Mechanicsburg  PA 17055-0789 Del
  by 180 DARO.  Firm fixed price unrestricted Automated  Best
  Value Model:  the final contract award decision may be based
  upon a  combination of price, past performance and other evaluation
  factors as  described in the solicitation.  See NOTE 22 more
  than one source.   Intended source:  Simmonds precision and
  McDonnell Douglas Aerospace.   Solicitations between $25,000-$50,
  000 solicitation will be made:  in  writing or orally anticipated
  award date is:  03 Feb 97 all responsible  sources may submit
  offer which DGSC shall consider.
CITE: (I-359 SN015095)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--GAGE, DIFFERENTIAL
SOL SP0440-97-Q-T584
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)279-4458. 
  For copies of RFQ solicitations,  contact:  D. Lena Mile S/AX504/804-279-4458.
  contracting officer:   Kreylon V.  Crewe/804-279-4105.
DESC: PR-NO:  YPG96348000593 NSN 6685-01-308-6927, part number:
   ITT  Barton instruments, P/N 19BMXXX0X96A4CXAXX02.  Specifications,
  plans or  drawings relating to the procurement described are
  not availablel and  cannot be furnished by the government.
   Tech data package availability:   10 -EA Del to Norfolk VA
  23511-3392 Del by 120 DARO.  Duration of  contract perood:
   firm fixed price unrestricted Automated Best Value  Model:
   the final contract award decision may be based upon a combination
  of  price, past performance and other evaluation factors as
  described in the  solicitation.  Other than full and open comp
  (10 U.S.C. 2304(C)(1)) (FAR  6.302-1) see NOTE 22 intended
  source(S):  ITT Barton solicitations  between $25,000-$50,
  000 solicitation will be made:  in writing or orally  anticipated
  award date is:  01/28/97 all responsible sources may submit
   offer which DGSC shall consider.
CITE: (I-359 SN015097)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Directorate Of Contracting/Bldg 1233, Oo-Alc/ 6072 Fir
  Avenue,  Hill Air Force Base, Ut 84056-5820
SUBJECT: 66--WAVEFORM MONITOR
SOL F42620-97-R-24706
DUE 021297
POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional
   information contact Aircraft Spares/Lfke/[801]777-5777
DESC: Item 0001 NSN 6625-01-399-6871WF P/N: RD06J5X276B, Approx
  6.14"  h x 6.14" w x 15" l. Provides visual readout from improved
  avionics intermediate shop. 7ea. Applicable to: F-16. Destn:
  FMS Countries. Delivery: 28 Nov 97 2 ea 31 Dec 97 5 ea Qualification
  requirements: Sources must be qualified prior to being considered
  for award. The solicitation will contain instructions for obtaining
  further information on this requirement. The requirements of
  FAR 9.202(A) have been completed and copies of the qualification
  requirements and standards may be obtained as described in
  the solicitation. These qualification requirements apply to
  line item(s) all The approximate issue/response date will be
  13 Jan 97. To: Infodex Inc, Wolcott Ct 06716-2608. No telephone
  requests. Only written or faxed requests received directly
  from the requestor are acceptable. All responsible sources
  solicited may submit a bid, proposal, or quotation which shall
  be considered. Authority: 10 U.S.C. 2304(C)(1), Justification:
  Supplies (or Services) required are available from only one
  or a limited number of responsible source(s) and no other type
  of supplies or services will satisfy agency requirements. The
  proposed contract action is for supplies and services for which
  the Government intends to solicit and negotiate with only one,
  or a limited number of sources under the authority of FAR 6.302.
  Interested persons may identify their interest and capability
  to respond to the requirement or submit proposals. This notice
  of intent is not a request for competitive proposals. However,
  all proposals received within forty-five days (thirty days
  if award is issued under an existing basic ordering agreement)
  after date of publication of this synopsis will be considered
  by the Government. A Determination by the Government not to
  compete this proposed contract based upon responses to this
  notice is solely within the discretion of the Government. Information
  received will normally be considered solely for the purpose
  of determining whether to conduct a competitive procurement.
  Award will be made only if the offeror, the product/service,
  or the manufacturer meets qualification requirements at the
  time of award in accordance with FAR clause 52.209-1. The solicitation
  identifies the office where additional information can be obtained
  concerning qualification requirements is cited in each individual
  solicitation. It is suggested that small business firms or
  others interested in subcontracting opportunities in connection
  with the described procurement make contact with the firm(s)
  listed. Request for copies of solicitations must reference
  the entire solicitation number, including purchasing office
  identification number. To expedite your request, limit the
  number of individual solicitation numbers requested per letter
  to not more than 10. Don't request information on this requirement
  until after the issue date. An Ombudsman has been appointed
  to hear concerns from offerors or potential offerors during
  the proposal development phase of this acquisition. The purpose
  of the Ombudsman is not to diminish the authority of the program
  director or contracting officer, but to communicate contractor,
  concerns, issues, disagreements, and recommendations to the
  appropriate government personnel. When requested, the Ombudsman
  will maintain strict confidentiality as to the source of the
  concern. The Ombudsman does not participate in the evaluation
  of proposals or in the source selection process. Interested
  parties are invited to call Jack S. Jones if your concerns
  are not satisfied by the contracting officer (801)777-6991.
  See Note (s) 26.
CITE: (I-359 SN015136)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 66--SENSING UNIT,OPTICA
SOL N0038397RP444
DUE 020397
POC Contact Point, Elizabeth A Dimperio, 0222.02, (215)697-6530,
  Fax, (215)697-3161, Twx, Not-avail
DESC: NSN 7R-6650-01-381-3542-SX, Ref Nr 1576AS220-1, Qty 38
  EA, Delivery FOB Origin, See Note 22
CITE: (I-359 SN015230)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd., St.Louis, MO 63120-1798
SUBJECT: 66--LENS, OPTICAL INSTRUMENT
SOL DAAJ09-97-Q-0366
DUE 020497
POC Linda Hocker, Contract Specialist, AMSAT-A-PLBE, 314-263-0793,
  FAX 314-263-9012, Evelyn Kelley, Contracting Officer, (314_
  263-0792.
DESC: NSN: 6650-01-186-0975, P/N: 13079255, Quantity 254 each.
  This procurement is restricted to the following approved sources:
  Inrad, Incorporated, 181 LeGrand Ave, Northvale NJ 07647-2404
  and Litton Systems Inc. Laser Systems Div, 2787 S. Orange Blossom
  Trail, Apopka, FL 32703. The required delivery is to the U.S.
  Army AH-64 Support Center, 1700 Tradeport Drive, Orlando, Florida
  32824-7007. A First Article Test (FAT) is required. The First
  Article Test Report is due 138 days after contract award(DACA).
  The required delivery when FAT is applicable is 127 each, 318
  (DACA) with the balance of 127 each due 348 (DACA). The required
  delivery when FAT is not applicable is 127 each, 150 DACA with
  the balance of 127 each due 180 DACA. Offers must meet a prequalification
  requirement in order to be eligible for award. The Government
  does not own specifications and drawings to permit full and
  open competition. This proposed contractual action is for supplies
  which cannot be procured through full and open competition
  because the authority cited states only a limited number of
  responsible sources an no other supplies or services will satisfy
  the Agency requirements. FAR 6.203.1 Authority and Justification
  is 10 U.S.C. 2304(c)(1). Firms that recognized and can produce
  the required items described above are encouraged to identify
  themselves to the Contracting Officer who can provide additional
  information regarding the qualification requirement. Please
  FAX your request on 314-263-9012. No telephone requests will
  be accepted. All responsible sources may submit an offer which
  shall be considered by the agency. See Numbered Note(s): 22.
CITE: (I-359 SN015291)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Operational Contracting Division, 1940 Allbrook Dr, Ste
  3 Bldg 1, WPAFB OH 45433-5309
SUBJECT: 66--ELECTRON GUN
SOL F33601-96-T-A312
DUE 012897
POC For Copy, ASC/PKWO, Attn: Bldg 260, 1940 Allbrook Dr, Ste
  3, WPAFB OH 45433-5309 POC: P Smith, 937-257-5851, Fax No 937-257-3926.
DESC: Wright-Patterson AFB has a requirement for an Electron
  Gun. This is a combined synopsis/solicitation for commercial
  items prepared in accordance with the format in FAR Subpart
  12.6, as supplemented with additional information included
  in this notice. This announcement constitutes the only solicitation;
  proposals are being requested and a written solicitation will
  not be issued. Solicitation F33601-96-T-A312 is a request for
  quotation (RFQ). This solicitation document and incorporated
  provisions and clauses are those in effect through Federal
  Acquisition Circular 90-40. This is a small business set-aside
  procurement. The associated Standard Industrial code (SIC)
  for this procurement is 3671, and the small business size standard
  is 750 employees. There is one line item for an Electron Gun.
  Description: Electron Gun, Mfr: Kimball Physics Inc., Model
  EMG 12 or equal, 100 electron volts to 20 kilo electron volts,
  electron beam generator with power supply, Model EGPS-12 including
  the following options: Firing unit assembly Model #FRA-EMG-12,
  with barium oxide cathode (BAOO), Beam Blanking option, pneumatically
  actuated faraday cup, mode #FC-12/PA-300, special low light
  barium oxide (BAO) cathode included installation and testing,
  high current option #HC-EMG-12, current up to 1 milliamp, UHV
  spool piece with support (for decreasing insertion distance
  of gun), deflection taster generator Model #RGDU-EMG-12, remote
  control unit, electrometer/high-resistance system, recirculating
  chiloler Model #CFT-750, quick disconnect water lines, UHV
  phosphor screens, Model #PHOS-UP-22GL-B7x7 R750, UHV phosphor
  screens, Model #PHOS-RP-22ss-BEXE R750. Model numbers are mfr.
  Kimball Physics Inc. or equal. Contractor shall supply one
  (1) set of commercial off the shelf operation and maintenance
  manuals to be delivered with the equipment. Standard commercial
  warranty is requested. All offerors shall submit literature
  demonstrating that their electron gun meets the requirement
  as stated above. Date of delivery is 90 days after receipt
  of order; place of delivery and acceptance is Wright-Patterson
  AFB OH 45433. FOB Destination. Instruction to Offerors--Commercial
  Items (Oct 1995) is hereby incorporated by reference. FAR 52.212-2,
  Evaluation--Commercial Items. Evaluation criteria to be included
  in paragraph (a) of provisions 52.212-2 are as follows: (1)
  technical capability of the equipment offered to meet the Governments
  requirements; (2) past performance; (3) price, in descending
  order of importance. Technical and past performance, when combined,
  are more important than price. All offers are to include with
  their offers a completed copy of FAR 52.212-3, Offeror Representations
  and Certifications--Commericial Items (available upon request).
  FAR 52.212-4, Contract Terms and Conditions--Commercial Items
  (Oct 1995) is hereby incorporated by reference. The following
  additional FAR clauses which are cited in clause 52.212-5,
  Contract Terms and Conditions Required to Implement Statutes
  of Executive Order--Commercial Items are applicable to this
  acquisition: 52.222-26, Equal Opportunity; 52.222-35, Affirmative
  Action for Special Disabled and Vietnam Era Veterans; 52.22-36,
  Affirmative Action for Handicapped Workers; 52.222-37, Employment
  Reports on Special Disabled Veterans and Veterans of the Vietnam
  Era; 52.225-3, Buy American Act-Supplies. Contractor shall
  provide a standard commercial warranty. All offers are due
  4:00 PM EST on 28 Jan 97 and must be submitted to ASC/PKWOCA,
  Attn: Pat Z. Smith, 1940 Allbrook Drive, Ste 3, Wright-Patterson
  AFB OH 45433-5309, (937)257-5851 ext. 4301. Faxed offers will
  not be accepted. An Ombudsman has been established for this
  acquisition. The only purpose of the Ombudsman is to receive
  and communicate serious concerns from potential offerors when
  an offeror prefers not to use established channels to communicate
  his/her concern during the proposal development phase of this
  acquisition. Potential offerors should use established channels
  to request information, pose questions, and voice concerns
  before resorting to use of the Ombudsman. Potential offerors
  are invited to contact ASC's Ombudsman, Mr Daniel L. Kugel,
  ASC/SY, Bldg 52, 2475 K Street, Suite 1, Wright-Patterson AFB
  OH 45433-7642, at (937) 255-3855, E-Mail kugeldl@sy.wpafb.af.mil,
  with serious concerns only. See Numbered Note(s): 1.
CITE: (I-359 SN015295)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 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--ADAPTER, SPEEDOMETER
SOL DAAE0797QT194
DUE 022497
POC For a solicitation copy, Call 810/574-6802 OR 6807.  For
   information on this procurement, Call Mary Lou McCullough
  (810) 574-7320
DESC: NSN:  6680010743792, qty:  409, FOB:  destination, opt:
   100%  item:  adapter, speedometer.  Mfg PN:  086-111-0092
  (Philips Tech) and  7 see NOTE:  22.  The offer due date is
  on or about 022497 (see  soliciation for actual offer due date).
CITE: (I-359 SN015336)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste
  2ah77a,  Tinker Air Force Base Ok 73145-3028
SUBJECT: 66--THERMOSTAT, OIL TEMP
SOL F34601-97-08187
DUE 021497
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact David Hensley/Lidic/[405]739-4100
DESC: Item 0001 NSN 6620-01-119-6546 P/N: 5-10052, P/N 695539-5
  P/N:  77000580-000, Approx. 3.3"W X 7.35"H X 21/2"L; made of
  aluminum case, stainless steel probe measures oil temperature
  and displays information on remote cockpit indicator; NHA A/C
  C-130. 465EA. Applicable to: C130. Destn: Tinker Air Force
  Base Ok 73145-3028. Delivery: 30 Sep 97 465 ea Qualification
  requirements: Sources must be qualified prior to being considered
  for award. The solicitation will contain instructions for obtaining
  further information on this requirement. The qualification
  requirements for this item were established prior to 19 Oct
  1984 and the requirements of FAR 9.202(A) do not apply. These
  qualification requirements apply to line item(s) 0001 The approximate
  issue/response date will be 15 Jan 97. To: Psg Industries Inc,
  Perkasie Pa 18944-2131. To: Dne Technologies Inc, Wallingford
  Ct 06492-0030. To: Lockheed Aeronautical Systems Co, Marietta
  Ga 30063-0290. No telephone requests. Only written or faxed
  requests received directly from the requestor are acceptable.
  All responsible sources solicited may submit a bid, proposal,
  or quotation which shall be considered. The proposed contract
  action is for supplies and services for which the Government
  intends to solicit and negotiate with only one, or a limited
  number of sources under the authority of FAR 6.302. Interested
  persons may identify their interest and capability to respond
  to the requirement or submit proposals. This notice of intent
  is not a request for competitive proposals. However, all proposals
  received within forty five-days (thirty days if award is issued
  under an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. Award will be made only if the offeror,
  the product/service, or the manufacturer meets qualification
  requirements at the time of award in accordance with FAR clause
  52.209-1. The solicitation identifies the office where additional
  information can be obtained concerning qualification requirements
  as cited in each individual solicitation. It is suggested that
  small business firms or others interested in subcontracting
  opportunities in connection with the described procurement
  make contact with the firm(s) listed. Specifications, plans,
  or drawings relating to the procurement described are incomplete
  or not available and cannot be furnished by the Government.
  See Note (s) 26.
CITE: (I-359 SN015381)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 68--Chemicals and Chemical Products
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 68--CLEANING COMPOUND, AIRCRAFT SURFACE
SOL SP0450-97-Q-N324
DUE 020597
POC Contact:  for copies of RFP/IFB solicitations, phone or writ
  E  DSCR Attn: DSCR-JDPC Richmond VA 23297-5312/sue crol L/AC421/buyer/
   (804)279-4352/fax:  (804)279-6008.
DESC: PR-NO:  YPG96243000585 NSN 6850-01-045-7929, cleaning compound,
   aircraft surface; QPL applies (NOTE 23); specification (NOTE
  9); unit  can contains 5 gal net; delivery schedule:  45 days
  ARO; unrestricted;  ABVM applies - the final contract award
  decision may be based upon a  combination of price, past performance
  and other evaluation factors as  described in the solicitation;
  solicitation will be made in writing;  anticipated award date
  is March 1997.  All responsible sources may submit  offer which
  DGSC shall consider.
CITE: (I-359 SN015068)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: NIH, National Heart, Lung, and Blood Institute, COB,
  Procurement Section, 6701 Rockledge Dr, RKL2 Rm 6150, Bethesda,
  Md 20892-7902
SUBJECT: 70--WORKSTATION & CD ROM DRIVE
SOL NHLBI-PS-SP-97-366
DUE 011097
POC Deborah Coulter, Purchasing Agent, (301) 435-0368 FAX NUMBER
  (301) 480-3345.
DESC: The National Heart, Lung, and Blood Institute intends to
  purchase (3) three each, AXIL Workstations, part # AXL/1-A-256AB-M
  and (1) one each CD-ROM Drive, part #X266T51-JX2S1X, manufactured
  by ANDATACO Company or their equivalent. The AXIL Workstations
  specifications are as follows: Model AXILULTIMA 1 (Sun Ultra
  Sparc compatible workstation), 200MHz UltraSparc CPU, 1MB External
  cache, field upgradable to Ultima 2 (UltraSparc 2), UPA BUS,
  4 SBUS EXPANSION SLOTS, 100Mb Ethernet. Includes US keyboard,
  mechanical mouse, ENG Solaris 2.5.1 High end Desktop, 2.1 GB
  Hard Disk Drive, and Floppy Drive. The CD ROM specifications
  are as follows: 6.7. Speed CD-ROM Drive subsystem for SPARC
  compatible and SGI Workstations and Servers. Features Fast-Narrow
  Single-Ended SCSI-2 Interface, 1000 KB/second sustained transfer
  rate, 120ms average random seek time and 256KB Buffer. Compatible
  with SPARC and SGI Workstations and Servers <BR>, 1000 KB/second
  sustained (Mode 1) data transfer rate <BR>, 5.0 MB/second
  burst (synchronous) data transfer rate <BR>, 4.0 MB/second
  burst (asynchronous) data transfer rate <BR>, 120ms average
  random seek time <BR>, 135,s average random, access to,e
  <BR>, 290ms fullstroke 6.7x<BR>, fst- narrow single-ended
  SCSI-2 host interface <BR>, applicable disk formats: red
  book, yellow book, CD-ROM XA, photo CD, CD-I, video- CD, and
  plus <BR>, line and headphone audio outputs <BR>, one-year
  return-to factory warranty <BR>, includes: ADT/2620-002
  cable 68 pin to mini SCSI2 50, and terminator. The Standard
  Industrial Classification (SIC) Code 3571, Size Standard 1000
  employees will be used for this requirement. Vendors capable
  of furnishing the government with the equipment specified in
  this synopsis should submit a quotation to the below address.
  The quotation shall include the itemized price, the period
  of delivery, prompt payment discount terms, taxpayer identification
  number (TNN), Dun & Bradstreet Number (DUNs), and descriptive
  literature of the equivalent product quoted identifying all
  of the specifications. The quotation must reference "Request
  for Quotation" #NHLBI-PS-SP-96-366. Quotations will be due
  fifteen (15) calendar days from the publication date of this
  synopsis. All responsible sources may submit a quotation, which
  if timely received, shall be considered by the agency. Quotations
  must be submitted in writing to the National Heart, Lung, and
  Blood, Institute, Contracts Operation Branch, Procurement Section,
  Rockledge Building 2, Room 6143, 6701 Rockledge Drive, Bethesda,
  MD 20817-7902, Attention: Ms. Deborah Coulter. Fax quotations
  will only be accepted if dated and signed by an authorized
  representative.
CITE: (I-358 SN015016)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Naval Surface Warfare Center, Crane Division, Code 1165ZG,
  Bldg. 64, 300 Highway 361, Crane, IN 47522-5001
SUBJECT: 70--MICROPROCESSOR CARDS
SOL N00164-97-R-0033
DUE 011597
POC Contact point, Mr. Todd Steinsberger (812) 854-3706, (Ms.
  Mary Sheetz, Contracting Officer)
DESC: This is a combination synopsis/solicitation for commercial
  items prepared in accordance with the format in Subpart 12.6,
  as supplemented with additional information included in this
  notice. This announcement constitutes the only solicitation;
  proposals are being requested and a written solicitation will
  not be issued. This solicitation is Request For Proposals number
  N00164-97-R-0033. The solicitation document and incorporated
  provisions and clauses are those in effect through Federal
  Acquisition Circular FAC 90-42. This solicitation contains
  evaluation preference for Small Disadvantaged Business. The
  applicable Standard Industrial Code is 3577 with a small business
  size standard of 1000 employees. Contract Line Item Number
  (CLIN) 0001 is for 30,000 each 2KByte Chip Smartcard 0002 is
  for 50,000 each 8KByte Chip Smartcard 0003 is an option for
  10,000 each 8KByte Chip Smartcard 0004 is an option for 10,000
  each 8KByte Chip Smartcard 0005 is an option for 10,000 each
  8KByte Chip Smartcard Options may be exercised within 180 days
  from contact award. Smartcard Specification: 1. Smartcard must
  comply with ISO 7816. 2. 2 or 8 Kilobyte Microprocessor Card
  with Card Operating System (COS) installed. (Release of COS
  technical documentation and user instructions will be required
  in order to incorporate the COS into the Government Smartcard
  User Interface (SCUI) if not already incorporated. 3. PVC material
  for compatible with thermal printing. 4. Three track, ISO 7810,
  bottom mounted magnetic stripe (with left centered Chip on
  the Face). Magnetic stripe is to be high coercivity (4000 Oersted).
  5. Signature Panel on the magnetic stripe side of the card.
  Smartcards to be delivered F.O.B. Destination to; Receiving
  Officer, NAVSURFWARCENDIV, 300 Highway 361, Crane, IN 47522-5001,
  Attn: Kevin Steward (Code 7091) based on the following delivery
  schedule: 14 days from contract award - 10,000 each 2KByte
  Chip Smartcards - 5,000 each 8KByte Chip Smartcards 30 days
  from Contract award - 20,000 each 2KByte Chip Smartcards -
  20,000 each 8KByte Chip Smartcards 60 days from Contract award
  - 25,000 each 8KByte Chip Smartcards Options are due 30 days
  after date of exercise of option. Accelerated deliveries are
  acceptable to the Government. Evaluation for award shall be
  based upon the low priced responsive offer from a responsible
  offeror. The provision at 52.212-1, Instructions to Offerors--Commercial
  Items, is incorporated into this solicitation. Offerors must
  include a completed copy of the provision at 52.212-3, Offeror
  Representations and Certifications--Commercial Items, with
  their offer. The clause at 52.212-4, Contract Terms and Conditions--Commercial
  Items, is incorporated into this solicitation. The Clause at
  52.212-5, Contract Terms and Conditions Required To Implement
  Statutes Or Executive Orders--Commercial Items, is incorporated
  into this solicitation with the following applicable clauses:
  52.203-6, Restrictions on Subcontractor Sales to the Government,
  With Alternate I; 52.203-10, Price or Fee Adjustment for Illegal
  or Improper Activity; 52.219-8, Utilization of Small Business
  Concerns and Small Disadvantaged Business Concerns; 52.219-9,
  Small, Small Disadvantaged and Woman-Owned Small Business Subcontracting
  Plan; 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; 52.225-18, European Union Sanctions for End Products.
  The Clause at 252.212-7001 Contract Terms and Conditions Required
  To Implement Statutes Or Executive Orders Applicable to Defense
  Acquisitions of Commercial Items, is incorporated into this
  solicitation with the following applicable clauses: 252.205-7000,
  Provision of Information to Cooperative Agreement holders;
  252.219-7003, Small, Small Disadvantaged and Woman-Owned Small
  Business Subcontracting Plan; 252.219-7005, Incentive for Subcontracting
  with Small Businesses, Small Disadvantaged Businesses, Historically
  Black Colleges and Universities and Minority Institutions;
  252.219-7006, Notice of Evaluation Preference for Small Disadvantaged
  Business Concerns; 252.225-7001, Buy American Act and Balance
  of Payment Program; 252.225-7012, Preference for Certain Domestic
  Commodities; 252.225-7014, Preference for Domestic Specialty
  Metals. Contractors standard commercial warranty is required.
  The subject DPAS rating is DO-A70. Offers are to be submitted
  to NAVSURFWARCENDIV, Code 1165ZG, BLDG 64, 300 Highway 361,
  Crane, In 47522-5001 or faxed to 812-854-3465, Attn: Todd Steinsberger,
  no later than 2:00pm EST, 15 January 1997.
CITE: (I-359 SN015297)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421
  Jefferson Davis Hwy, Arlington, Va 22243-5120
SUBJECT: 70--SPARES AUGMENTED SUPPORT FOR CASS EO+ LRIP STATIONS
SOL N/A
POC Contact, Mark Diehl, Phone (703)604-2119
DESC: On a sole source basis to Lockheed Martin Corporation,
  Lockheed Martin Information Systems, 12506 Lake Underhill Road,
  Orlando, FL 32825, the Naval Air Systems Command (NAVAIR) intends
  to issue an order under provisoned line item 0031 of Contract
  N00019-96-C-0063 for spares augmented support. The purpose
  of the provisoned item order is to procure spares augmented
  support for the nine (9) Consolidated Automated Support System
  (CASS) Electro-optics+ (EO+) Low Rate Initial Production (LRIP)
  stations to be delivered under Contract N00019-96-C-0063. Lockheed
  Martin as the designer, developer, and integrator of CASS is
  the only firm with the knowledge and expertise necessary to
  fulfill this requirement. See note No. 22 - NAVAIR Synopsis
  No. 50075-96.
CITE: (I-359 SN015301)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: GSA/ITS/6KE, 1500 E. Bannister Road, Kansas City, MO
  64131-3088
SUBJECT: 70--GENERAL-PURPOSE AUTOMATED DATA PROCESSING EQUIPMENT
  (INCLUDING FIRMWARE), SOFTWARE, SUPPLIES, AND SUPPORT EQUIPMENT
SOL 6TSA-97-DJH-0068
DUE 010997
POC CONTACT DELTA HELM BY FAX (816)823-3322
DESC: This is a combined synopsis/solicitation for commercial
  items prepared in accordance with the format in Federal Acquisition
  Regulations document (FAR) subpart 12.6, as supplemented with
  additional information included in this notice.  This announcement
  constitutes the only solicitation: proposals are being requested
  and A WRITTEN SOLICITATION WILL NOT BE ISSUED.  Solicitation
  number 6TSA-97-DJH-0068 is being issued as a request for quotations
  (RFQ).  This procurement is set aside for small businesses
  only through the simplified acquisition procedures as referenced
  by FAR Part 13.105(a).  The solicitation document and incorporated
  provisions and clauses are those in effect through Federal
  Acquisition Circular (FAC) 90-38. CLIN 1. Cisco Smartnet 12-month
  Maintenance, part number CON-SNT-2501, Qty. 9; CLIN 2. Cisco
  Smartnet 12-month Maintenance, part number CON-SNT-2502, Qty.
  4;  CLIN 3. Cisco Smartnet 12-month Maintenance, part number
  CON-SNT-2503, Qty. 4; CLIN 4. Cisco Smartnet 12-month Maintenance,
  part number CON-SNT-4500, Qty. 4; CLIN 5. Cisco Smartnet 12-month
  Maintenance, part number CON-SNT-3101, Qty. 5; CLIN 6. Cisco
  Smartnet 12-month Maintenance, part number CON-SNT-7010, Qty.
  1; CLIN 7. 7000, Qty. 2; CLIN 8. Ciscoworks HP Openview/HP
  Smartnet Maintenance, part number CON-SNT-NMS-OVH, Qty. 1.
   Maintenance requirements include: Telephone callback by Cisco
  Technical Assistance Center (TAC) for all calls within one
  hour, for hardware, configuration, and software problems from
  6:00 a.m. to 6:00 p.m. Pacific time, Monday through Friday;
  242-hour, 7-day Priority 1 and 2 telephone support; Critical
  problem escalation; electronic mail inquiries and responses;
  software updates via Cisco Information Online or media upon
  request; One set of new manuals with each software update,
  or CD documentation for each unit under contract; Access to
  Cisco Information Online; and Guaranteed next-business-day
  delivery of replacement hardware on calls received prior to
  3:00 p.m. Pacific time. The provision at FAR 52.212-1, instructions
  to offerors, applies to this acquisition.   Evaluation is based
  on best value, cost and ability to meet service requirements.
   Offerors shall include a completed copy of the provision at
  FAR 52.212-3, offeror representation and certification - commercial
  items with its offer.  The clause at FAR 52.212-4, contract
  terms and conditions - commercial items applies to this acquisition.
   In addition to the guidance contained in FAR 52.212-4, contractors
  shall submit proof of delivery with their invoices.  Proof
  of delivery may be in the form of a bill of lading or other
  shipping document signed by the receiving office.  Invoices
  received without proof of delivery will not be accepted.  The
  clause at FAR 52.212-5, contract terms and conditions required
  to implement statutes or executive orders - commercial items
  applies to this acquisition. Offers are due by close of business
  January 9, 1997, and can be submitted to the address shown
  above Attn: Delta Helm or sent by FAX to the number shown above.
  Inquiries regarding the solicitation will only be accepted
  via FAX.
CITE: (I-359 SN015330)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968
  Gilbert St., Suite 600, Norfolk, VA 23511-3392
SUBJECT: 70--ADP EQUIPMENT RENTAL AND SUPPORT
SOL N00189-97-Q-1360
DUE 122796
POC David C. Zareczny, Purchasing Agent, Code 2021.02; Terri
  Harmon, 
DESC:  ADP Equipment Rental and Support for the 38th NAVY Occupational
   Health and Preventive Medicine Workshop. Location: The Virginia
   Beach Oceanfront. Period of Performance: 05 Feb 1997 thru
  14 FEB  1997. Request for Quotation (RFQ) package is available
  upon request  either by fax or in writing 
CITE: (W-359 SN015346)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: VA Medical Center (614/90C), 1030 Jefferson Av., Memphis,
  TN 38104-2193
SUBJECT: 70--ADP PARTS AND ACCESSORIES
SOL RFQ 614-57-97
DUE 010397
POC Florence Winfield, Chief Phone No. 901-577-7227 Fax No. 901-577-7242
DESC: Supply the Department of Veterans Affairs Medical Center,
  Memphis, TN with the following computer parts and accessories:AXP
  System, 500 MHZ, 1 MB Cache, 3 each; A two (2) year on-site
  eight (8) hour, five (5) day a week warranty 1 ea; 300 watt
  ATX Power Supply 6 ea; Chassis Rack Mount, 19", (comparable
  to DURANGO) 3 ea; Cable Kit to Chassis Rack Mount, 3 ea; SCSI
  adapter (ADAPTEC) Fast PCI NCR all os, 9 ea; 3COM 10/100 Ethernet
  Adapter, MBIT/SEC, 3 ea; IBM 4GB HHD W/F Ultrastar XP SCSI,
  12 ea; Sony SCSI-2 CD-ROM Drive 4X, 3 ea; Vision FX #9 330
  2MB Dram PCI Trio Allo, 3 ea; Floppy Drive 1.44 MB, 3.5", 3
  ea; 101 Keyboard at or PS/2, 3 ea; Microsoft Mouse PS2, 2 Button,
  3 ea; Windows NT V4.0 Server, CD-ROM, 5 Client, 3 ea; Standard
  Memory Chip SIMM 8 x 36 60NS 72PIN (30MBEA), 12 ea. Requests
  for quotes are available immediatlely. RFQ's are due by close
  of business January 3, 1997. Faxed requests are acceptable.
  Delivery date of all items requested on or about January 10,
  1997.
CITE: (I-359 SN015411)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Commander, Naval Air Warfare Center Weapons Division,
  Code 230000D, 1 Administration Circle, China Lake, CA 93555-6100
SUBJECT: 70--PENTEK 4285 C40 SIGNAL PROCESSING VME BOARD WITH
  RACEWAY
SOL N68936-97-Q-0654
DUE 011397
POC Esther A. Cook, Purchasing Agent, tel. 619-939-9658 or Sue
  Rizzardini, Contracting Officer tel. 619-939-9653.
DESC: The Naval Air Warfare Center Weapons Division China Lake,
  CA intends to procure on an other than full and open competition
  basis the following items.: 1.)Pentek Quad C40 VME Board #4285
  qty. of 2, Includes: Optical C40 Carrier Board (4285C) qty
  of 2, 5MB of Spooler SRAM (STD) qty of 2, 2MB Flash EEprom
  (011) qty of 2, 1MB Main SRAM (STD) qty of 2, C40 Proc + mem
  for 4285C (4285P) qty of 8, 5MB Global SRAM (STD) qty of 2,
  5MB local SRAM (STD) qty of 2, and Raceway interface (034)
  qty of 2. This requirement is Sole Sourced to Pentech Inc.
  for compatability. Requests may be faxed to 619-927-3488 or
  sent by mail to NAVAIRWARCENWPNSDIV., code 230000d ATT.: Esther
  A. Cook, China Lake, CA 93555-6100. Requests shall include
  your firm's Tax Identification Number (TIN) including your
  Corporation Status and Comercial and Government Entity (CAGE)
  code, if one has been assigned. Request for quote will be available
  on or about January 13th. Award is expected to be made 15 of
  January. See Numbered Note(s): 22.
CITE: (I-359 SN015414)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Naval Surface Warfare Center, Crane Division, Code 116??,
  Bldg. 64, 300 Highway 361, Crane, IN 47522-5001
SUBJECT: 70--MODULES, SINGLE BOARD COMPUTER, CPU-46 HIGH PERFORMANCE
SOL N00164-97-Q-0062
DUE 020797
POC Contact point, Ms. Hilda Quillen, Procurement Technician,
  Code 1164EJ, 812/854-2422, Fax 812-854-3465
DESC: The Navy requires five each CPU-46, high performance, single
  board computer modules, Radstone P/N CPU46-901E/MXVSB1-901E.
  These modules will be utilized in the fabrication of the New
  Electronic Equipment Cabinet for the SP-24 Navigation System.
  Delivery is required FOB Crane within 60 days of award. This
  procurement is being processed under Simplified Acquisition
  Procedures on a sole-source basis to Radstone Technology, 50
  Craig Road, Montvale, NJ. This requirement must be satisfied
  on a sole-source basis due to proprietary data possessed by
  Radstone and the requirement for the module to reside within
  and be an integral part of the SP-24 Navigation System. It
  is anticipated that an oral Request for Quotations will be
  utilized. FAR Part 12 does not apply; see note 26. All responsible
  sources may submit a quote which will be considered by the
  agency
CITE: (I-359 SN015433)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Naval Surface Warfare Center, Crane Division, Code 116??,
  Bldg. 64, 300 Highway 361, Crane, IN 47522-5001
SUBJECT: 70--MODULES, DIGITAL SIGNAL PROCESSING
SOL N00164-97-Q-0063
DUE 020797
POC Contact point, Ms. Hilda Quillen, Procurement Technician,
  Code 1164EJ, 812/854-2422, Fax 812-854-3465
DESC: The Navy requires five each Quad C40 Digital Signal Processing
  Computer Modules, MIZAR P/N 7772-00550-01. These modules will
  be utilized in the fabrication of the New Electronic Equipment
  Cabinet for the SP-24 Navigation System. Delivery is required
  FOB Crane within 60 days of award. This procurement is being
  processed under Simplified Acquisition Procedures on a sole-source
  basis to MIZAR, Inc., 2410 Luna Road, Carrolltown, TX 75006.
  This requirement must be satisfied on a sole-source basis due
  to proprietary data possessed by MIZAR and the requirement
  for the module to reside within and be an integral part of
  the SP-24 Navigation System. It is anticipated that an oral
  Request for Quotations will be utilized. FAR Part 12 does not
  apply; see note 26. All responsible sources may submit a quote
  which will be considered by the agency.
CITE: (I-359 SN015434)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 71--Furniture
OFFADD: Wr-Alc/Pkoc, 215 Byron St, Robins Air Force Base Ga 31098-1611
SUBJECT: 71--UMBRELLA STAND
SOL F09650-97-T-0315 02
POC For copy, WR-ALC/PKOC, For additional information contact
  Sharon  Broughton/Pkoca/[912]926-5151
DESC: This solicitation F09650-97-T-0315 is amended to be changed
  from  Sole Source to Leslies Swimming Pool Supplies, Chatsworth,
  CA 91311 to Full and Open Competition, but quotes must be IAW
  Brand Name or Equal Salient/Physical Characteristics referenced
  in Solicitation. See Note (s) 22 is also deleted.
CITE: (I-359 SN015368)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 80--Brushes, Paints, Sealers and Adhesives
OFFADD: Genereral services administration - Proc. Div. (FTP)
  400 15TH  Street SW - RM 1408 Auburn, WA 98001-6599
SUBJECT: 80--COATING, WATERBORNE, POLYURETHANE CAMOUFLAGE
SOL TFTP-97-DS-8032
DUE 020597
POC Donna Snyder (206) 931-7899
DESC: Coating, waterborne, polyurethane camouflage IAW mil-spec
   MIL-C-29475 (mc), DTD 7/7/94, and associated QPL-29475-01,
  DTD 11/27/95.   An indefinite quantity, fixed price with economic
  price adjustment type  contract.  FOB destination to various
  locations within the contiguous u.s.   Acq will be for a two
  year period with 3 one year options to renew.  The  Gov't does
  not intend to use FAR part 12 for the acq.  All responsible
   sources may request a copy of the solicitation.  Request must
  be submitted  in writing to the address above.  In an effort
  to reduce paper costs, the  Gov't will be distributing this
  solicitation on a 3-1/2 disk in word for  windows version 6.0.
   If a paper copy of this solicitation is required,  please
  indicate in request.  NOTE codes 9, 12, and 23 apply.
CITE: (I-358 SN015032)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 81--Containers, Packaging and Packing Supplies
OFFADD: Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg
  1215, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 81--CNU-371/E CONTAINER
SOL F42630-97-Q-20773
DUE 020497
POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional
   information contact Genee Ringel/Likm/[801]775-2093
DESC: Item 0001 NSN 8140-01-176-1147 P/N: 817352-10, This item
  is a  container CNU371/E used to house the guidance control
  unit of the laser guided bomb. 59ea. Applicable to: Cnu-371/E.
  Destn: Texas Instruments Sherman TX 75090. Delivery: 31 Dec
  97 59 ea Item 0002 NSN 8140-01-381-1505 Cnu 439a/E Shipping
  And Storage P/N: 8644260-30, This item is a shipping and storage
  container used in conjuction with the ADG-769/B and ADG770/B.
  15ea. Applicable to: Adg 769/B & 770/B. Destn: Texas instruments
  Sherman TX 75090. Delivery: 31 Dec 97 15 ea Qualification requirements:
  Sources must be qualified prior to being considered for award.
  The solicitation will contain instructions for obtaining further
  information on this requirement. The requirements of FAR 9.202(A)
  have been completed and copies of the qualification requirements
  and standards may be obtained as described in the solicitation.
  These qualification requirements apply to line item(s) all
  The approximate issue/response date will be 13 Jan 97. The
  anticipated award date will be 04 Feb 97. Written procedure
  will be used for this solicitation. To: Dayton Manufacturing,
  . To: Williamson Metal Works, . To: General Engineering Service
  Inc, Forest Park Ga 30051-1303. No telephone requests. Only
  written or faxed requests received directly from the requestor
  are acceptable. All responsible sources solicited may submit
  a bid, proposal, or quotation which shall be considered. Award
  will be made only if the offeror, the product/service, or the
  manufacturer meets qualification requirements at the time of
  award in accordance with FAR clause 52.209-1. The solicitation
  identifies the office where additional information can be obtained
  concerning qualification requirements is cited in each individual
  solicitation. It is suggested that small business firms or
  others interested in subcontracting opportunities in connection
  with the described procurement make contact with the firm(s)
  listed. Request for copies of solicitations must reference
  the entire solicitation number, including purchasing office
  identification number. To expedite your request, limit the
  number of individual solicitation numbers requested per letter
  to not more than 10. Don't request information on this requirement
  until after the issue date. An Ombudsman has been appointed
  to hear concerns from offerors or potential offerors during
  the proposal development phase of this acquisition. The purpose
  of the Ombudsman is not to diminish the authority of the program
  director or contracting officer, but to communicate contractor,
  concerns, issues, disagreements, and recommendations to the
  appropriate government personnel. When requested, the Ombudsman
  will maintain strict confidentiality as to the source of the
  concern. The Ombudsman does not participate in the evaluation
  of proposals or in the source selection process. Interested
  parties are invited to call Jack S. Jones if your concerns
  are not satisfied by the contracting officer (801)777-6991.
  This part required engineering source approval by the design
  control activity in order to maintain the quality of the part.
  Existing unique design capability, engineering skills, and
  manufacturing knowledge by the qualified source(s) require
  acquisition of the part from the approved source(s). The approved
  source(s) retain data rights, manufacturing knowledge, or technical
  data that are not economically available to the Government,
  and the data or knowledge is essential to maintaining the quality
  of the part. An alternate source must qualify in accordance
  with the design control activity's procedures, as approved
  by the cognizant Government engineering activity. The qualification
  procedures must be approved by the Government engineering activity
  having jurisdiction over the part in the intended application.
  See Note (s) 26.
CITE: (I-359 SN015139)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 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 N0038397RM138
DUE 020397
POC Contact Point, Mary Ellen A Eisele, 0232.28, (215)697-1181,
  Fax, (215)697-3161, Twx, Not-avail
DESC: NSN 6K-8145-01-435-1598-UN, SPEC NR TDP VER 001, Ref Nr
  15771, Qty 5 EA, Delivery FOB Origin, See Note 22
CITE: (I-359 SN015231)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 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 N0038397RM157
DUE 020397
POC Contact Point, Mary Ellen A Eisele, 0232.28, (215)697-1181,
  Fax, (215)697-3161, Twx, Not-avail
DESC: NSN 6K-8145-99-562-4237-UN, SPEC NR TDP VER 001, Ref Nr
  15772, Qty 3 EA, Delivery FOB Origin, See Note 22
CITE: (I-359 SN015232)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 81--Containers, Packaging and Packing Supplies
OFFADD: Naval Surface Warfare Center, Crane Division, Code 116??,
  Bldg. 64, 300 Highway 361, Crane, IN 47522-5001
SUBJECT: 81--CONTAINER, SHIPPING AND STORAGE, SIGNAL KIT, CNU-574/E
SOL N00164-97-Q-0061
DUE 020797
POC Contact point, Ms. Hilda Quillen, Procurement Technician,
  Code 1164EJ, 812/854-2422, Fax 812-854-3465
DESC: The Navy requires 2,200 each CNU-574/E Signal Kit Shipping
  and Storage Containers manufactured in accordance with NAVSEA
  Drawing No. 53711-7058002. Predominant material of manufacture
  is aluminum alloy. Approximate outer dimensions are 8.3" long
  x 4.4" wide x 6.4" tall; interior is approximately .138 cubic
  feet. Weight is approximately 1.8 pounds. Various military
  specifications apply. Delivery is required FOB Crane within
  70 days after award. This procurement is being processed under
  Simplified Acquisition Procedures and is 100% set-aside for
  Small Business concerns; the applicable size standard is 500
  employees or less. It is anticipated that a formal Request
  for Quotations will be issued. FAR Part 12 does not apply.
  See numbered notes 1 and 26. All responsible sources may submit
  a quote which will be considered by the agency.
CITE: (I-359 SN015435)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings,
  Tents and Flags
OFFADD: Defense Personnel Support Center 2800 So. 20TH St.  Philadelphia,
   PA. 19145-5099
SUBJECT: 83--FASTENER TAPES, HOOK AND LOOP, SYNTHETIC
SOL SP0100-96-Q-4383
DUE 012097
POC Contact:  DPSC-FOEC-2 buyer-yvonne Golaszewski 215/737-5354
DESC: This is a correction:  this request for quotation was originally
   synopsized in the CBD on 10/15/96 as a total small business
  set aside.  The  setaside requirements are hereby dissolved.
   This request for quotation  is now an unrestricted procurement.
   For further information contact  buyer at phone:  215-737-5354;
  FAX:  215-737-8222.
CITE: (I-359 SN015100)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 84--Clothing, Individual Equipment and Insignia
OFFADD: General Service Administration, General Products Center,
  stock  CON2RACTING Div., (7FXIS-G6) 819 Taylor St., RM 6A24,
  Fort Worth, TX  761026114
SUBJECT: 84--CHAP, CHAINSAW
SOL RFQS-W-DP531-1
DUE 020697
POC Gay Kirkpatrick, contracting OFFIER6 817/9783672
DESC: Solicitation scheduled to issue on or about 1/23/97.  1.
  1 NSN 2.  NOTE:  this will be procured using simplified acquisition
  procedures and  will be distributed via standard form 18-REQUEST
  for quotation. response  forthis RFQ should be written. this
  procurement is for chainsaw CHAP.  shall be manufactured in
  accordance with Forest service specification  6170-4D dated
  January 1989, admendment 1 dated May 1996, drawing MTDC  823
  dated January 1989 and MTDC drawing 824 revision B dated August
  31,  1995. the size shall be 36 inch lengh. first article samples
  are  required.  6. 870 (quantity) 7. PR (unit of issue) 8.
  (destination)  Stockton, CA 10. (contract period) simplified
  acquisition procedures 11.  see not 1 (total set-aside for
  small business) 13. all responsible  sources may submit a quotation
  which, if timely received, shall be  considered.  *NOTE** the
  government will be distributing this requirement  using the
  standard form 18-REQUIRED for quotation using simplified  acquisition
  procedures.
CITE: (I-358 SN015031)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 85--Toiletries
OFFADD: Gen. serv. ADM., bus. serv. Ctr., Reg. 2 26 fed.plz RM.
   18-130, New York, NY 10278-0090
SUBJECT: 85--40 PAPER TOWEL, PAPER TOWEL (NAVY PACK) PAPER TOILET
SOL 2FYP-DR-970001S
DUE 032597
POC MS. S. A. Montague TEL # (212) 264-6123
DESC: Six months term contract, for FSC 8540 - paper towel, paper
  towel  (Navy pack) paper toilet for the contract period 6/1/97
  thru 11/30/97.   Issue dateis 2/20/97.  Six months requirement
  term contract, for FSC  8540 paper towel, paper towel Navy
  pack) paper toilet.  Issue date is  2/20/96 contract period
  6/1/97 thru 11/30/97.
CITE: (I-358 SN015030)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: U.S. Immigration and Naturalization Service, Administrative
  Center, ATTN: ACLCAP-Contracts, P.O. Box 30080, Laguna Niguel,
  CA 92607-0080
SUBJECT: 99--PORTABLE CHANGEABLE MESSAGE BOARDS
SOL ACL-7-Q-0006
DUE 013097
POC Linda Grimm, (714) 360-3180, Contracting Officer, H. John
   Wolfslau IV, (714) 360-3180.
DESC: The Immigration and Naturalization Service (INS) is soliciting
  quotes for portable, changeable message  boards, consisting
  of a diesel engine driven alternator power supply, computer
  operator interface mounted on  a trailer. This procurement
  is 100% small business set-aside. The SIC code is 3669 and
  the applicable size standard is 750 employees. The quote, ACL-7-Q-0006,
  issue  date is o/a 01-06-97 with closing date for the quotes
  o/a 01-30-97. All responsible sources may submit a quote which
  shall be considered by the agency. Telephone requests for quotes
  will not be honored. Written or fax requests should reference
  quote ACL-7-Q-0006. Fax requests can be made to (714) 360-3013,
  ATTN: Linda Grimm.
CITE: (M-359 SN015277)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968
  Gilbert St., Suite 600, Norfolk, VA 23511-3392
SUBJECT: 99--REHAB VAR SPACES USS WASP
SOL N00189-97-R-0014
DUE 121996
POC J. Pendelton, Contracting Officer, 757-445-1444; M. Sanderson,
  Contract Specialist, 757-444-7997
DESC:  HABITABILITY RENOVATION, VARIOUS COMPARTMENTS, including
  staterooms and offices, in accordance with the specifications
  set forth in the  subject solicitation. Refer to solicitation
  number when requesting package. Anticipate site visit late
  January. This is a 100% Set-Aside for Small Businesses. Facsimile
  requests to 804-445-1761, Attn: Code 200C3 Bid Clerk, or submit
  written request  to Fleet and Industrial Supply Center, Norfolk
  Acquisiton Group, Hampton Roads Detachment, Procurement Division,
  1968 Gilbert St., Ste 600, Norfolk Va 23511-3392, Attn Code
  200C3 Bid Clerk. 
CITE: (W-359 SN015310)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968
  Gilbert St., Suite 600, Norfolk, VA 23511-3392
SUBJECT: 99--REHAB VAR SPACES USS WASP
SOL N00189-97-R-0014
POC  J Pendelton Contracting Officer, 757-445-1444; M SANDERSON
  CONTRACT SPECIALIST, 757-444-7997
DESC:  This serves as correction to original synopsis of solicitation
   N00189-97-R-0014, scheduled to appear on or before 09 Decenber
   1996. Procurement will be conducted under full and open competition
CITE: (W-359 SN015318)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: NAVFAC CONTRACTS OFFICE, ATTN: CORRINE PEARSON CODE 2712,
  901 M ST SE BLDG 218 3RD FLOOR (WNY), WASHINGTON, DC 20374-5018
SUBJECT: 99--99--PROCUREMENT AND OUTFITTING OF U.S. NAVY STANDARD
  DOUBLE-LOCK RECOMPRESSION CHAMBERS
SOL N47408-97-R-1802
DUE 021297
POC Contract Specialist, ANITA M. NORRIS, 202-433-5310
DESC: This project will be UNRESTRICTED. The work includes the
  design, labor and materials for the procurement, fabrication,
  assembly, shop testing, packaging and shipment of U.S. Navy
  Standard Double Lock Recompression Chambers (RCF), Pressure
  Vessels forHuman Occupancy (PVHO). The initial award will require
  delivery of two (2) chambers. Options may be exercised within
  36 months of award to provide for delivery of up to an additional
  four (4) chambers. The contractor must submit the design, fabrication
  andtest documents and hyperbaric system manuals. The Recompression
  Chamber Facilities, PVHO, shall be double lock, skid mounted,
  and steel construction. Outfitting includes: (1) supply and
  exhaust piping components, (2) depth gauges, (3) primary and
  emergency communications, (4) lighting, (5) BIBS system, (6)
  Gas analysis, (7) atmospheric conditioning system, (8) relief
  valve, (9) medical lock, and (10) RCF control pnel. This contract
  shall call for the fabrication and modification of life sensitive
  systems. Failure to adhere to the highest standards of metallurgy,
  welding, and workmanship will create severe hazards to the
  personnel working on or near these systems whn they are pressurized.
  Failure to meet these requirements will be cause for termination
  for default and, in any event, will be cause for Government
  rejection of components. Offerors will be required to submit
  a technical proposal, a cost proposal, and past performance
  information. Award shall be made to the responsible offeror
  whose proposals, conforming to the solicitation, represent
  the best value to the Govenment in terms of price, past performance
  and technical factors. Response to the Request for Proposal
  will be evaluated using the following three principle factors:
  (a) Cost/Price, (b) Technical Factors, and (c) Past Performance.
  The Technical Factors inclde Technical Approach, Personnel
  Capabilities, Corporate Qualifications (Management), and Quality
  Assurance Program/Plan. The Technical Factor and the Cost/Price
  Factor are approximately equal in importance and are more important
  than the Past Performance Factor. The degree of risk to the
  Government, as related to deficiencies, weaknesses, or strengths
  noted in the source selection evaluation proess will be considered
  when determining the best value to the Government. Requests
  for the solicitation may be mailed to Naval Facilities Engineering
  Command Contracts Office, WNY, Bldg 218, 901 M Street, SE,
  Washington, DC 20374- 5063 or sent via facsimil by using (202)433-5244.
  Contractors within the local area are encouraged to pick up
  a copy of the solicitation at Bldg 218 (third floor) of the
  WNY between the hours of 0730 and 1500, Monday-Friday. There
  will be no charge for these documents, however, there will
  only be one set issued per contractor. The solicitation will
  be available approximately fifteen days after this notice appears
  in the Commerce Businss Daily. A pre-proposal conference will
  be held at 1000 on January 22, 1997 at Bldg. 218 on the WNY.
  Please RSVP to Anita Norris on (202)433-5310 if you plan to
  attend NLT January 17, 1997. The proposal due date shall be
  thirty days after the solicitationis made available to the
  public. The projected award date is May 1997. Proposals should
  be submitted to the Naval Facilities Engineering Command Contracts
  Office (NAVFACCO), Bldg 218, 901 M Street, SE, WNY, Washington,
  DC 20374-5063.
CITE: (I-359 SN015363)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: Centralized Contracting Division (402D3), National Cemetery
  System Operations Support Center, 5101 Russell Rd., Quantico,
  VA 22134
SUBJECT: 99--BLANK MARBLE NICHE COVERS
SOL RFQ 786-29-97
DUE 012997
POC Contact Person, Evelyn Tucker, (703) 441-3086 (Voice) (703)
  441-3070 (Fax)
DESC: Provide marble niche covers, F.O.B. Destination to Arlington
  National Cemetery, Arlington, Virginia. Delivery of covers
  shall be made 60 days after acceptance of purchase order. Request
  RFQs (Request for Quotations) in writing by mail or fax. RFQs
  to be issued on or about January 14, 1997. See Note(s): 1.
CITE: (I-359 SN015423)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: NCCOSC RDTE Division, Code D214B, 53570 Silvergate Avenue,
  Bldg. A33, San Diego, CA 92152-5113
SUBJECT: A--L BAND RF TRANSLATOR MMIC WITH ELECTRONICALLY TUNED
  FILTER
POC POC Mr. Jack Faulkner, Code D213, Contract Specialist, (619)553-4503.
CNT N66001-97-C-0022
AMT $642,672
LINE 0001,0002,0003
DTD 120496
TO Hittite Microwave Corporation, 21 Cabot Road, Woburn, MA 01801
CITE: (I-359 SN015430)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: COASTSYSTA Dahlgren Division, NSWC, 6703 West Highway
  98, Panama City, FL 32407-7001
SUBJECT: A--SURF ZONE TECHNOLOGY MINE AND OBSTACLE CLEARANCE
POC Mary Kitchen, Contract Specialist, (904)235-5389 Carol A.
  Dreger, Contracting Officer, (904)234-4863.
CNT N61331-97-C-0006
AMT $99,413.00
LINE 0001
DTD 121996
TO Lockheed Martin Federal Systems, 1801 State Route 17c, Owego
  NY 13827-3998
CITE: (I-359 SN015437)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: National Park Service, Denver Service Center, 12795 West
  Alameda Parkway, P.O. Box 25287, Denver, Colorado 80225
SUBJECT: C--INDEFINITE QUANTITY CONTRACT FOR ENVIRONMENTAL ENGINEERING
  PLANNING AND DESIGN SERVICES FOR NPS PROJECTS IN THE WESTERN
  US
POC Edward L. Tafoya, (303) 969-2116.
CNT 1443-CX-2000-97-010
AMT $0
DTD 121396
TO Ecology and Environment, Inc., 350 Sansome St., Suite 300,
  San Francisco, CA 94104
CITE: (M-359 SN015262)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: Commanding Officer, Engineering Field Activity West,
  900 Commodore Dr. San Bruno, CA 94066-5006
SUBJECT: C--FY 97 DLA MILCON PROJECT, REPLACE HYDRANT FUEL SYSTEM,
  TRAVIS AIR FORCE BASE, FAIRFIELD, CA
POC E. Young, Contract Specialist, FAX (415) 244-2699.
CNT N62474-95-C-2549
AMT $12,128,000.00
LINE 0001
DTD 122396
TO Nova Group, Inc., 7411 Napa-Vallejo Highway, P. O. Box 4050,
  Napa, CA 94558, (707) 257-3200
CITE: (I-359 SN015302)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: Operational Contracts Division, Services Branch, AFDTC/PKOV,
  205 West D Avenue, Suite 541, Eglin AFB FL 32542-6862
SUBJECT: F--1997 PULPWOOD SALES 1 AND 2, EGLIN AFB, FL
POC Contact Megan Monaghan, Contract Specialist, 904-882-3519
CNT F08651-97-S-0002
AMT $790,168.00
LINE N/A
DTD 122396
TO Whitfield Timber Company, Inc., P.O. Box 674, Wewahitchka,
  FL 32465
LINKURL: N/A
LINKDESC: 
EMAILADD: N/A
EMAILDESC: 
CITE: (W-359 SN015242)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: BLM, BC-670B, Bldg 50, Denver Federal Center, P.O. Box
  25047, Denver, CO, 80225-0047
SUBJECT: F--BOISE AERIAL SEEDING
POC Sharon Krenek, (303) 236-9433.
CNT 1422-N670-C97-0009
AMT $36,344.50
LINE N/A
DTD 122396
TO Reeder Flying Service, Inc., 644 Airport Loop, Twin Falls,
  Idaho 83301.
CITE: (I-359 SN015306)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: BLM, BC-670B, Bldg 50, Denver Federal Center, P.O. Box
  25047, Denver, CO, 80225-0047
SUBJECT: F--BOISE AERIAL SEEDING
POC Sharon Krenek, (303) 236-9433.
CNT 1422-N670-C97-0010
AMT $65,031.90
LINE N/A
DTD 122396
TO Thomas Helicopters, Inc., 1553 South 1800 East, Gooding, Idaho
  83330.
CITE: (I-359 SN015307)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: J--REPAIR OF F110-GE-400 DE-ICING VALVES
CNT F34601-97-M-0349, F34601-97-Q-54565
AMT $81,312
DTD 122396
TO Whittaker Corp, Whittaker Controls Div, Po Box 3951, North
   Hollywood Ca 91605-3505
CITE: (I-359 SN015384)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: L--Technical Representation Services
OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968
  Gilbert St., Suite 600, Norfolk, VA 23511-3392
SUBJECT: L--LEASE OF ULTRASOUND SYSTEM
POC Emanuel Clemons, Contract Specialist, (757)444-7248 or; Tami
  Hardison, 
CNT N00189-96-R-0109/N00189-97-C-0009
AMT $58856
LINE 0001
DTD 100196
TO Bankers Leasing Association, Inc., 4201 Lake Cook Drive, Northbrook,

CITE: (W-359 SN015274)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: Health and Human Services, Indian Health Service, 1825
  Bell Street, Ste 200, Sacramento CA 95825-1097
SUBJECT: Q--HEALTH SERVICES FOR OAKLAND/SAN FRANCISCO CA
POC Roger Simpson (916) 566-7001
CNT 235-97-0006
AMT $551,987
LINE 0001
DTD 122496
TO Urban Indian Health Board, Inc 3124 E. 14th St Oakland CA

CITE: (W-359 SN015365)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: EPA, ADP Placement Section (3803F), 401 M St. SW, Washington,
  DC 20460-0001
SUBJECT: R--PROPERTY MANAGEMENT SERVICES
POC Stephanie Rainey, APS Placement Contracting Officer 260-8508
CNT 68-W7-0019 RFP #W600189A2
AMT $1,558,620
DTD 122396
TO MACI, Inc. 2800 Shirlington Road, Suite 102, Arlington, VA
  22206
LINKURL: http://www.epa.gov/oam/hpod
LINKDESC: 
EMAILADD: rainey.stephanie@epamail.epa.gov
EMAILDESC: 
CITE: (W-359 SN015272)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: EPA, ADP Placement Section (3803F), 401 M St. SW, Washington,
  DC 20460-0001
SUBJECT: R--PROPERTY MANAGEMENT SERVICES
POC Stephanie Rainey, APS Placement Contracting Officer 260-8508
CNT 68-W7-0019 RFP #W600189A2
AMT $1,558,620
DTD 122396
TO MACI, Inc. 2800 Shirlington Road, Suite 102, Arlington, VA
  22206
LINKURL: http://www.epa.gov/oam/hpod
LINKDESC: 
EMAILADD: rainey.stephanie@epamail.epa.gov
EMAILDESC: 
CITE: (W-359 SN015273)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: U.S. Department of Housing & Urban Development, 6AACO1,
  P. O. Box 2905, 1600 Throckmorton, Fort Worth, Texas 76113-2905
SUBJECT: R--APPRIASAL SERVICES FOR HUD-OWNED PROPERTY DISPOSITION
  SINGLE FAMILY.
POC Barbara Meyer, Contract Specialist, or Thomas D. Moore, Contracting
  Officer, (817) 978-9301.
CNT H06C97000300000 (Area 1), H06C97000400000 (Area 5), and H06C97000500000
  (Area 6).
AMT $190,400.00
LINE N/A
DTD 122396
TO Wieties & Beck, 3055 Earnett Street, Memphis, TN 38128
CITE: (I-359 SN015281)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: U.S. Department of Justice, Immigration & Naturalization
  Service, 7701 N. Stemmons Freeway (ACDCAP), Dallas, Texas 75247
SUBJECT: S--LONG TERM TEMPORARY RESIDENTIAL CARE AND SECURED
  DETENTION FACILITY
POC Maurice Shook, Contract Specialist, 214/767-7170
CNT ACD-7-C-0001
AMT $2,949,336.00
LINE N/A
DTD 102596
TO Wackenhut Corrections Corporation, 4200 Wackenhut Dr. #100,
  Palm Beach Gardens, FL 33410
CITE: (W-359 SN015407)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968
  Gilbert St., Suite 600, Norfolk, VA 23511-3392
SUBJECT: U--SAFETY TRAINING COURCES
POC G. Hayman, Code 02H3J
CNT N00189-97-D-0032/N00189-96-R-0048
AMT $91120
LINE 1001 - 1003
DTD 122796
TO A-TEQ, Inc., 1682 Shelby Oaks Drive, #8, Memphis, TN 38134
CITE: (W-359 SN015338)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: Federal Bureau of Prisons, Regional Contracting, 3600
  Spurr Rd., Qtrs. #14, Lexington, KY 40511
SUBJECT: U--ADVANCED OCCUPATIONAL EDUCATION PROGRAM
POC Curtis A. Courtney, Contracting Officer, (606) 253-8885.
CNT J128c-165
AMT $73,430.00
LINE N/A
DTD 122396
TO State Technical Institute at Memphis, Office of Job Training,
  5983 Macon Cove, Memphis, TN 38134
CITE: (I-359 SN015436)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: Fleet and Industrial Supply Center, Norfolk Washington
  Detachment 901 M.Street, S.E. Bldg. 200 4th Flr., Washington
  Navy Yard, Washington, DC 203
SUBJECT: V--PACKING AND CRATING SERVICES
POC For information contact Rodney Gartrell, Code 201.2G at (202)
  433-5282 or Barbara Morden, Code 201.2 at 433-2895.
CNT N00600-96-R-2564/N00600-97-D-0321 and N00600-97-D-
AMT $346,348.55 and $422,925.00
LINE 0001-0028 and 0031-0
DTD 122496
TO Aarid Enterprises Corp., 1340 Chesapeake Ave., Baltimore,
  MD 21226 and America Security Storage, 11 Hudson Street, Annapolis,
  MD 21401.
CITE: (W-359 SN015258)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: W--Lease or Rental of Equipment
OFFADD: General Services Administration, Property Acquisition
  and Realty Services, 36th Floor, 230 South Dearborn Street,
  Chicago, IL 60604
SUBJECT: W--LEASE OF REAL PROPERTY
POC Angela Sanders, (312) 353-1039, Contracting Officer, Chicago,
  IL.
CNT GS-05B-16171
AMT $8,726,400.00
DTD 102896
TO Frances Stasukinas, 44 Melody Lane, Springfield, Illinois
  62702
CITE: (M-359 SN015316)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: X--Lease or Rental of Facilities
OFFADD: Contracting Squadron (CONS/LGC), 4380B Alabama Road,
  Moody AFB, GA 31699-1794
SUBJECT: X--LEASE OF 19 MODULAR BUILDINGS
CNT F09607-97-C7006
AMT $202,595.00
DTD 110196
TO Modular Solutions Inc., 8740 Torrington Drive, Roswell, GA
  30076
CITE: (M-359 SN015253)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: X--Lease or Rental of Facilities
OFFADD: Facilities Service Office, U.S. Postal Service, 4000
  DeKalb Technology Pkwy., Suite 300, Atlanta, GA 30340-2799
SUBJECT: X--BAXLEY, GA 31513-2454, AWARD OF NEW LEASED CONSTRUCTION
  NEW USPS LEASED POST OFFICE
POC Gloria Byers-Harris, Real Estate Specialist, (770) 454-0609,
  Ted Tarantino, Contracting Officer, (770) 454-0618.
AMT $103,200.00
DTD 120696
TO Roy E. & Elaine D. Bass, 300 Graham St., Baxley, GA 31513-2454
CITE: (M-359 SN015269)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: DA, Tulsa District, Corps of Engineers, P.O. Box 61,
  Tulsa, OK 74121-0061
SUBJECT: Y--DESIGN/BUILD CONSOLIDATED VEHICLE MAINTENANCE FACILITY,
  TINKER AIR FORCE BASE, OKLAHOMA
POC Susan Killgore, Contract Specialist, 918/669-7272
CNT DACA56-97-C-0006 (DACA56-96-R-0033)
AMT $8,959,800
LINE N/A
DTD 122396
TO Wynn Construction Company, Inc., Post Office Box 26565, Oklahoma
  City, OK 73126
CITE: (I-359 SN015296)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Commanding Officer, Engineering Field Activity West,
  900 Commodore Dr. San Bruno, CA 94066-5006
SUBJECT: Y--2.5 MILLION GALLON WATER TANK, TRAVIS AIR FORCE BASE,
  FAIRFIELD, CALIFORNIA, FY 1997 O&M/BRACON PROJECT P-6114
POC Earlee Young, Contracting Officer, (415) 244-2674.
CNT N62474-96-C-6054
AMT $874,000.00
LINE 0001
DTD 122396
TO Sergent's Mechanical Systems, Inc., 1617 Pacific Avenue, Suite
  116, Oxnard, California 93033, (805) 486-4562
CITE: (I-359 SN015429)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 82d Contracting Squadron, 136 K Avenue Ste 1, Sheppard
  AFB TX 76311-2739
SUBJECT: Z--REPAIR STUDENT DORMS, BLDG 526 & 596
POC LGCC/John P Eberhart, Contract Specialist, 817/676-2012;
  Contracting Officer - Colleen S Phipps, 817/676-5180.
CNT F41612-97-C0004
AMT $6,920,823.00
LINE 0001
DTD 122396
TO Norman R Bratcher Construction Co, 1313 31st St, Wichita Falls
  TX 76302
CITE: (W-359 SN015250)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Officer in Charge of Construction, South Texas Area,
  Building 19, NAS, 8851 Ocean Drive, Suite 101, Corpus Christi,
  TX 78419-5525
SUBJECT: Z--REPLACE WINDOWS BUILDING 10N NAS, CORPUS CHRISTI,
  TX
POC Irma Watts (512) 939-2154 or Contracting Officer Charlotte
  Cummins (512) 939-2154.
CNT N62467-94-C-9354
AMT $181,400.00
LINE Bid Items 1 and 2 inc
DTD 121096
TO WST Building Specialties, Inc., 5550 Lockhill Road, San Antonio,
  TX 78240
CITE: (M-359 SN015263)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Officer in Charge of Construction, South Texas Area,
  Building 19, NAS, 8851 Ocean Drive, Suite 101, Corpus Christi,
  TX 78419-5525
SUBJECT: Z--REPLACE HVAC SYSTEMS EQUIPMENT, BLDG 90, NAS CORPUS
  CHRISTI, TX
POC Irma Watts (512) 939-2154 or Contracting Officer Charlotte
  Cummins (512) 939-2154.
CNT N2467-95-C0-J352
AMT $129,000.00
LINE Lump Sum
DTD 121096
TO H&S Constructors Inc., P.O. Box 9014, Corpus Christi, TX 78469
CITE: (M-359 SN015268)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 9000 Rockville Pike, Bldg. 13, Rm G-800, Bethesda, MD
  20892
SUBJECT: Z--RENOVATION AND MODERNIZATION OF BOILER NOS. 1, 2,
  3 AND 4, BLDG. 11, BETHESDA, MARYLAND
POC Sandra Jackson, Contracting Officer, (301) 435-4327.
CNT 263-97-C-0231
AMT $14,947,000.00
LINE BASE BID
DTD 121996
TO W.M. Schlosser Co., Inc., 2400 51st Place Hyattsville, MD
  20781
CITE: (I-359 SN015299)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Contracting Officer, Civil Engineering Unit, 300 Ala
  Moana Blvd., Room 8122, Honolulu, HI 96850
SUBJECT: Z--BERTH E & POWERHOUSE #1 UPGRADE - USCG INTEGRATED
  SUPPORT COMMAND, HONOLULU, HAWAII
POC Point of Contact - Bonnie L. Hoe, Contracting Officer, (808)
  541-2158, Fax (808) 541-2203
CNT DTCG86-97-C-633027
AMT $86,860.00
LINE 0001
DTD 122396
TO Southern California Engineering Co., Inc., P. O. Box 719,
  Rancho Mirage, CA  92270
EMAILADD: B.Hoe/CeuHon@internet.uscg.mil
EMAILDESC: 
CITE: (D-359 SN015360)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Commanding Officer, Engineering Field Activity West,
  900 Commodore Dr. San Bruno, CA 94066-5006
SUBJECT: Z--REPAIR C5 SQUADRON OPERATIONS BUILDING 380, TRAVIS
  AIR FORCE BASE FAIRFIELD, CALIFORNIA, FY 1996 DBOF-T PROJECT
  P-1021
POC Joyce Howell-Payne, Contract Specialist, (415) 244-2672,
  Carl W. Brinkley, Contracting Officer.
CNT N62474-95-C-2534
AMT $1,857,562.00
LINE 0001, 0001AA, 0001AB, 0001AC
DTD 121696
TO Orbas & Associates, 3037 Golf Course Drive, #5, Ventura, CA
  93003, (805) 339-9416
CITE: (I-359 SN015420)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Commanding Officer, Engineering Field Activity West,
  900 Commodore Dr. San Bruno, CA 94066-5006
SUBJECT: Z--RENOVATION OF 60TH AIRLIFT WING BUILDINGS, 50, 51
  AND 52 AT TRAVIS AIR FORCE BASE, FAIRFIELD, CALIFORNIA, FY
  1996 O&M PROJECTS P-4123, P-4124 AND P-4125
POC Joyce Howell-Payne, Contract Specialist, (415) 244-2672,
  Carl W. Brinkley, Contracting Officer.
CNT N62474-95-C-2533
AMT $3,286,389.00
LINE 0001
DTD 121996
TO Valenzuela Engineering, Inc., 3130 Skyway Drive, Santa Maria,
  California 93455, (805) 349-2811
CITE: (I-359 SN015421)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 10--Weapons
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 10--BRUSH
SOL SP0440-96-Q-JR02
CNT SP0440-97-M-Z485
AMT $32,496.75
LINE 0001
DTD 122396
TO Western sky Industries Inc electromech/Welco Div 2600 S custer
   Wichita KS 67217
CITE: (I-359 SN015061)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 13--LUG,SUSPENSION,AIRC
POC Contact Point, Kathleen     Johnson, 0221.09, (215)697-4069,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038393GB4179013, NIIN 013297995
AMT $26,729
DTD 122096
TO Mcdonnell Douglas Corp , St Louis ,MO 63166-0516
CITE: (I-359 SN015155)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 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--REMOVER, DUST
CNT SP0920-97-M-1629
AMT $91,539.00
LINE 0001
DTD 122396
TO Micro connecting devices 4685-3Q industrial St Simi Valley
  CA  93063
CITE: (I-359 SN015045)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 14--Guided Missiles
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 14--SERVO ELECTRONICS,G
POC Contact Point, Kent         Hall, 0223.03, (215)697-6548,
  Fax, (215)697-3727, Twx, Not-avail, Contracting Officer, Lisa
  A Lax, 0223, (215)697-2587
CNT N0038394GB5015123, NIIN 014207367
AMT $54,831
DTD 122096
TO Hughes Aircraft Co , Los Angeles ,CA 90009-2426
CITE: (I-359 SN015156)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 14--Guided Missiles
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 14--CONVERTER
POC Contact Point, Donald     F Mcgettigan, 0223.02, (215)697-6549,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038396G007A5009, NIIN 997984769
AMT $78,490
DTD 121696
TO Gec-marconi Sensors Ltd , Essex Ss14 3el Uk
CITE: (I-359 SN015157)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 14--Guided Missiles
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 14--CIRCUIT CARD ASSEMB
POC Contact Point, Donald     F Mcgettigan, 0223.02, (215)697-6549,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038396G007A5014, NIIN 997984783
AMT $39,558
DTD 121796
TO Gec-marconi Sensors Ltd , Essex Ss14 3el Uk
CITE: (I-359 SN015158)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421
  Jefferson Davis Hwy, Arlington, Va 22243-5120
SUBJECT: 15--FY 1997 AV-8B OPTION EXERCISE
POC Contact, Jim Connors, Phone (703)604-1920
CNT N00019-96-C-0025 / P00001 (Synopsis no. 30195-96)
AMT $188,513,074
LINE N/A
DTD 121996
TO McDonnell Douglas Aerospace, P.O. Box 516, St. Louis, MO 63166

CITE: (I-358 SN015011)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 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--MANIFOLD, FLUID, AIRCRAFT
SOL SP0460-97-Q-D289
CNT DAAJ09-93-G-0017-TYJ4
AMT $68,565.00
LINE 0001
DTD 122396
TO Sikorsky Aircraft Corp MS S420A 6900 Main St P.O.Box 9729
   Stratford CT 06497-9129
CITE: (I-359 SN015053)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--PANEL, WING
SOL SP0460-96-R-3180
CNT SP0460-97-C-5103
AMT $152,412.00
LINE 0001
DTD 122396
TO CPI aerostructures Inc 200A Executive Dr brentwood NY 11717
CITE: (I-359 SN015057)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 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--FAIRING ASSEMBLY
SOL SP0460-95-Q-XX97
CNT SP0460-97-M-4659
AMT $37,210.00
LINE 0001 THROUGH 0003
DTD 122396
TO Maney Aircraft Inc 1305 Wanamaker Ave Ontario CA 91761
CITE: (I-359 SN015089)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--WINDOW PANEL, AIRCRAFT
CNT SP0460-97-M-6454
AMT $99,900.00
LINE 0001
DTD 122396
TO United Equipment Inc 5110 Glen Alden Dr Richmond VA 23231-4319
CITE: (I-359 SN015090)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Directorate Of Contracting/Bldg 1233, Oo-Alc 6072 Fir
  Avenue,  Hill Air Force Base, Ut 84056-5820
SUBJECT: 15--TOOL KITS TO SUPPORT TCTO 1F-162059, --1560K0181634CWF
CNT F42620-97-C-0021, F42620-96-R-66437
AMT $233,215
DTD 122096
TO Lockheed Martin Corporation, Lockheed Martin Tactical Acft
  Sys,  P O Box 748/Lockheed Way, Fort Worth Tx 76101-0748
CITE: (I-359 SN015133)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 15--TIP,AIRCRAFT
POC Contact Point, Joseph     W Williams, 0233.09, (215)697-4385,
  Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Joseph
        Foley, 0233, (215)697-2592
CNT N0038392GK3119994, NIIN 013399308
AMT $2,519,657
DTD 122096
TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129
CITE: (I-359 SN015159)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 15--TRANSPARENCY-CANOPY
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038393D008D0027, NIIN 012711112
AMT $689,558
DTD 110496
TO Pilkington Aerospace Inc , Garden Grove ,CA 92641-2990
CITE: (I-359 SN015160)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 15--RUDDER,AIRCRAFT
POC Contact Point, Alan       M Rodgers, 0223.07, (215)697-2563,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038394GB5005146, NIIN 994385708
AMT $107,539
DTD 121796
TO British Aerospace Defence/m A D , Lancashire Uk Bb2 7lf Uk
CITE: (I-359 SN015161)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 15--RUDDER,AIRCRAFT
POC Contact Point, Alan       M Rodgers, 0223.07, (215)697-2563,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038394GB5005147, NIIN 994000928
AMT $392,094
DTD 121796
TO British Aerospace Defence/m A D , Lancashire Uk Bb2 7lf Uk
CITE: (I-359 SN015162)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 15--RUDDER,AIRCRAFT
POC Contact Point, Alan       M Rodgers, 0223.07, (215)697-2563,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038394GB5005148, NIIN 994000928
AMT $56,013
DTD 121796
TO British Aerospace Defence/m A D , Lancashire Uk Bb2 7lf Uk
CITE: (I-359 SN015163)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 15--TANK,FUEL,AIRCRAFT
POC Contact Point, Kathleen   M Logan, 0233.05, (215)697-2124,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038397CN024, NIIN 012567937
AMT $284,648
DTD 122096
TO American Fuel Cell/coated Fabrics , Magnolia ,AR 71753-000
CITE: (I-359 SN015164)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421
  Jefferson Davis Hwy, Arlington, Va 22243-5120
SUBJECT: 16--FLIR COMPONENTS FOR CH-53E HELICOPTER
POC Contact, Pamela M. Jackson, Phone (703)604-1920
CNT N00019-94-C-0054 (Synopsis no. 30185-96)
AMT $8,229,771
LINE N/A
DTD 121996
TO Hughes Aircraft Co., 2000 East El Segundo, CA 90425 
CITE: (I-358 SN015008)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421
  Jefferson Davis Hwy, Arlington, Va 22243-5120
SUBJECT: 16--UPDATE GFE LIST UNDER ABNCP MODIFICATION
POC Contact, Sherry Bonaiuto, Phone (703)604-2000
CNT N00019-94-C-0224 / P00012 (Synopsis no. 30194-96)
AMT $654,918
LINE N/A
DTD 110196
TO Chrysler Technologies Airborne Systems, Inc., 7500 Maehr Rd.,
  Waco, TX 76715 
CITE: (I-358 SN015010)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 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--PARACHUTE ASSEMBLY, DROGUE
SOL SP0460-96-R-2570
CNT SP0460-97-C-5081
AMT $343,097.16
LINE 0001AA THROUGH 0003AB
DTD 122396
TO Pioneer aerospace Corp Mfg Div 45 S satellite Rd South Windsor
  CT  06074
CITE: (I-359 SN015054)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 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--CABLE ASSEMBLY, RESE
SOL SP0920-97-Q-0257
CNT SP0920-97-M-1597
AMT $56,297.70
LINE 0001
DTD 122396
TO Parker-Hannifin Corp Aerospace Group United Aircraft Products
  Div  200 Railroad St P O Box 37## Forest OH 45843-0037
CITE: (I-359 SN015073)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 16--COVER, HEADREST
SOL SP0460-96-Q-X435
CNT SP0460-97-M-4690
AMT $35,980.00
LINE 0001 THROUGH 0002
DTD 122396
TO Ami Industries Inc 1275 N Newport Rd Colorado Springs Co 
  80916-2779
CITE: (I-359 SN015085)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 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--RAIL ASSEMBLY, RESTR
SOL SP0460-97-Q-D518
CNT SP0460-97-M-6364
AMT $37,680.00
LINE 0001
DTD 122396
TO Aar Mfg Inc Aar Advanced Structures Div 12633 Inkster Rd Livonia
   MI 48150-2272
CITE: (I-359 SN015087)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 16--ADAPTER ASSEMBLY, ACTUATOR MLG
SOL 96TX72-12-P-0700
CNT N00383-93-G-B417-UBBG
AMT $44,086.68
LINE 0001 THROUGH 0002
DTD 122396
TO McDonnell Douglas Corp McDonnell Douglas Aerospace Lambert
  St  Louis Intl Airport P.O.Box 516 Saint Louis Mo 63166-0516
CITE: (I-359 SN015102)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 16--TRANSDUCER, LINEAR.
SOL 96TAK4-52-P-0700
CNT SP0740-97-M-2681
AMT $29,268.00
LINE 0001 THROUGH 0003
DTD 122396
TO Kavlico Corp 14501 Los Angeles Ave Moorpark CA 93021
CITE: (I-359 SN015111)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 16--HEAD, FLUID FILTER.
SOL SP0770-96-Q-RQ88
CNT SP0770-97-M-EA75
AMT $38,897.10
LINE 0001 THROUGH 0002
DTD 122396
TO PTI Technologies Inc sub of ESCO Electronics Corp 950 Rancho
   Conejo Blvd P.O.Box 2000 Newbury Park CA 91320-1715
CITE: (I-359 SN015116)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 16--FILTER, HYDRAULIC.
SOL 97T508-92-P-0700
CNT SP0740-97-M-3993
AMT $29,624.00
LINE 0001
DTD 122396
TO Pall Aeropower Corp Sub of Pall Corp 6301 49TH St N Pinellas
  Park  FL 34665-5798
CITE: (I-359 SN015125)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 16--SCISSOR-SLEEVE ASSY
POC Contact Point, Maria      C Allen, 0233.01, (215)697-3770,
  Fax, (215)697-3161, Twx, Not-avail
CNT DAAJ0995G0014GC7H, NIIN 014178146
AMT $607,907
DTD 121696
TO Bell Helicopter Textron , Ft Worth ,TX 76101-0000
CITE: (I-359 SN015165)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 16--HUB,ROTOR,HELICOPTE
POC Contact Point, Maria      C Allen, 0233.01, (215)697-3770,
  Fax, (215)697-3161, Twx, Not-avail
CNT DAAJ0995G0014GC7J, NIIN 014086574
AMT $913,295
DTD 121696
TO Bell Helicopter Textron , Ft Worth ,TX 76101-0000
CITE: (I-359 SN015166)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 16--PARTS KIT,BRAKE CHA
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038394D007E0004, NIIN 994340780
AMT $856,800
DTD 112796
TO Dunlop Ltd , Coventry Cv6 4aa Uk
CITE: (I-359 SN015167)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 16--STRAP ASSEMBLY,MAIN
POC Contact Point, Donald     F Mcgettigan, 0223.02, (215)697-6549,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038395GM1215009, NIIN 012568198
AMT $343,458
DTD 122096
TO Allied Signal Inc , South Bend ,IN 46624-0000
CITE: (I-359 SN015168)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 16--CONTROL PANEL ASSEM
POC Contact Point, Leah       Y Lester, 0233.11, (215)697-3719,
  Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Linda
  T Rein, 0233.03, (215)697-2811
CNT N0038395G004A5126, NIIN 011644125
AMT $62,825
DTD 121896
TO Hamilton Standard Div Of , Windsor Locks ,CT 06096-0000
CITE: (I-359 SN015169)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 16--CONTROLLER,ELECTRIC
POC Contact Point, Donna      M Sibel, 0224.04, (215)697-5970,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038395G004H7002, NIIN 011428831
AMT $177,576
DTD 121996
TO Aerospace Avionics Inc , Bohemia ,NY 11716-0000
CITE: (I-359 SN015170)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 16--REGULATOR,OXYGEN DI
POC Contact Point, Joyce      L Curry, 0223.05, (215)697-6510,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038397CA019, Sol Nr N00383-96-R-0100, NIIN 013873657
AMT $30,591
DTD 122096
TO Litton Systems Inc , Davenport ,IA 52808-4508
CITE: (I-359 SN015171)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 16--PAD ASSEMBLY,EJECTI
POC Contact Point, Elizabeth  A Dimperio, 0222.02, (215)697-6530,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038397PP168, NIIN 010712402
AMT $28,816
DTD 121696
TO Conrad Co The , Memphis ,TN 38122-0000
CITE: (I-359 SN015172)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421
  Jefferson Davis Hwy, Arlington, Va 22243-5120
SUBJECT: 16--BUYJOUT OF CETIA CARDS IN SUPPORT OF THE MCS
POC Contact, Sherry Bonaiuto, Phone (703)604-2000
CNT N00019-94-C-0224 / P00017 (Synopsis no. 30196-96)
AMT $439,410
LINE N/A
DTD 121996
TO Chrysler Technologies Airborne Systems, Inc., 7500 Maehr Rd.,
  Waco, TX 76715 
CITE: (I-359 SN015304)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: 16--KIT-STABILATOR; P/N 3831473; 106 EA --1650013971756HS
CNT F09603-95-G-0015SD76, FD2030-97-0-8143
AMT $48,303
DTD 122096
TO Nwl Control Systems, Div Of Pneumo/Abex Corp, 2220 Palmer
  Ave,  Kalamazoo Mi 49001-4165
CITE: (I-359 SN015379)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: 16--PRESSURE ITENSIFIER APPL TO F15C,D,F; P/N MC16770-3--
   1650012320561
CNT F34601-97-M-0325, FD2030-97-0-7015
AMT $29,747
DTD 122396
TO M C Aerospace Corporation, P O Box 126, Lake Orion Mi  48362-0126
CITE: (I-359 SN015383)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: 16--SLINGER; P/N 571556-1; 101 EA --1660002862657
CNT F42600-95-G-7501SD2B, FD2030-97-0-8021
AMT $80,194
DTD 122396
TO Allied Signal-Allied Signal Aero, Fluid Systems, P O Box 22200,
   Tempe Az 85285-2200
CITE: (I-359 SN015389)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd., St. Louis, MO 63120-17
SUBJECT: 16--WHEEL, LANDING GEAR
POC Sharon McDonald, Contract Specialist, AMSAT-A-PLBB, (314)263-0777,
  Carol Woerheide, Contracting Officer, (314)263-0779.
CNT DAAJ09-97-C-0049
AMT $ 310,240.00
LINE N/A
DTD 121896
TO Parker-Hannifin Corp., Aircraft Wheel and Brake Div., 1160
  Center Rd., P.O. Box 158, Avon, OH 44011
CITE: (I-359 SN015418)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 20--Ships and Marine Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 20--PAD ASSEMBLY, MIST ELIMINATOR. STAINLESS STEEL
SOL 96TEL5-62-P-0700
CNT SP0760-97-M-4007
AMT $26,880.00
LINE 0001 THROUGH 0002
DTD 122396
TO York Otto H Co Inc 42 intervale Dr P O Box 3100 Parsippany
  NJ  07054-0918
CITE: (I-359 SN015115)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 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--WINDOW (SASH) ASSEMBLY, VEHICULAR. ON 2-1/2
SOL SP0770-97-Q-MB46
CNT SP0770-97-M-EP84
AMT $26,160.00
LINE 0001 THROUGH 0002
DTD 122396
TO Highland auto and truck supply 1536 N Indiana St Los Angeles
  CA  90063-2520
CITE: (I-359 SN015106)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 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--KIT, TRANSFER GEAR REPAIR. CONSISTS OF ONE
SOL SP0750-96-Q-3128
CNT SP0750-97-M-2149
AMT $99,947.00
LINE 0001
DTD 122396
TO Eppco metals Corp 3027 nationwide pky Brunswick OH 44212
CITE: (I-359 SN015114)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 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--WINDOW (SASH) ASSEMBLY, VEHICULAR. ON 2-1/2
SOL SP0770-97-X-MP19
CNT SP0770-97-M-EP89
AMT $35,098.00
LINE 0001 THROUGH 0002
DTD 122396
TO Highland auto and truck supply 1536 N Indiana St Los Angeles
  CA  90063-2520
CITE: (I-359 SN015118)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 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--SERVOVALVE, HYDRAULIC. PART OF TURRET
SOL SP0750-96-Q-3120
CNT SP0750-97-M-2159
AMT $37,651.65
LINE 0001 THROUGH 0003
DTD 122396
TO MOOG controls Inc 300 Jamison Rd P O Box 3000 East Aurora
  NY  14052
CITE: (I-359 SN015127)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 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--PLUG ASSEMBLY, TURBINE
SOL SP0480-96-Q-W630
CNT SP0480-97-M-F411
AMT $34,884.96
LINE 0001 THROUGH 0002
DTD 122396
TO Alamo aircraft supply Inc.  2538 SW 36TH St P.O. Box 37343
  San  Antonio TX 78237-0343
CITE: (I-359 SN015083)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 28--BRACKET ASSEMBLY
POC Contact Point, Bernadette   Palmarini, 0232.27, (215)697-1185,
  Fax, (215)697-3161, Twx, Not-avail
CNT F3460195G0012GCY3, NIIN 008696982
AMT $373,691
DTD 121796
TO Allison Engine Co Inc , Indianapolis ,IN 46206-0420
CITE: (I-359 SN015173)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 28--SUPPORT,SHROUD-HIGH
POC Contact Point, David      J Russial, 0232.21, (215)697-2557,
  Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Edward
      G Morlock, 0232, (215)697-1063
CNT F3460197G0002GD08, NIIN 011351481
AMT $2,697,903
DTD 121796
TO General Electric Co , Lynn ,MA 01910-2690
CITE: (I-359 SN015174)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 28--PLATE,COOLING,TURBO
POC Contact Point, Charles    J Farrell, 0232.03, (215)697-2572,
  Fax, (215)697-3161, Twx, Not-avail
CNT F3460197G0002GD30, NIIN 000456410
AMT $270,504
DTD 121896
TO General Electric Co , Lynn ,MA 01910-2690
CITE: (I-359 SN015175)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 28--BLADE,TURBINE,ROTOR
POC Contact Point, Charles    J Farrell, 0232.03, (215)697-2572,
  Fax, (215)697-3161, Twx, Not-avail
CNT F3460197G0002GD31, NIIN 012011371
AMT $119,959
DTD 121796
TO General Electric Co , Lynn ,MA 01910-2690
CITE: (I-359 SN015176)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 28--SEAL ASSEMBLY,CARBO
POC Contact Point, David      J Russial, 0232.21, (215)697-2557,
  Fax, (215)697-3161, Twx, Not-avail
CNT F3460197G0002GD37, NIIN 011506660
AMT $48,186
DTD 121896
TO General Electric Co , Lynn ,MA 01910-2690
CITE: (I-359 SN015177)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 28--CASE AND NOZZLE,TUR
POC Contact Point, Charles    J Farrell, 0232.03, (215)697-2572,
  Fax, (215)697-3161, Twx, Not-avail
CNT F3460197G0002GD38, NIIN 011444288
AMT $347,760
DTD 121896
TO General Electric Co , Lynn ,MA 01910-2690
CITE: (I-359 SN015178)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 28--LINER,COMBUSTION CH
POC Contact Point, Charles    J Farrell, 0232.03, (215)697-2572,
  Fax, (215)697-3161, Twx, Not-avail
CNT F3460197G0002GD55, NIIN 013417395
AMT $497,810
DTD 122096
TO General Electric Co , Lynn ,MA 01910-2690
CITE: (I-359 SN015179)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 28--VANE,COMPRESSOR STA
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038394D017M0011, NIIN 011397331
AMT $659,765
DTD 121396
TO General Electric Co , Lynn ,MA 01910-2690
CITE: (I-359 SN015180)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 28--CONTROL UNIT ASSEMB
POC Contact Point, Joyce      L Curry, 0223.05, (215)697-6510,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038395GM1205321, NIIN 011526034
AMT $136,000
DTD 121696
TO Allied-signal Aerospace Co , Tempe ,AZ 85284-2200
CITE: (I-359 SN015181)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 28--GEARBOX,ACCESSORY D
POC Contact Point, Brian      J Connolly, 0232.36, (215)697-1032,
  Fax, (215)697-1388, Twx, Not-avail
CNT N0038395G054M5394, NIIN 990625791
AMT $430,375
DTD 121996
TO Rolls-royce Plc , Bs12 7qe England
CITE: (I-359 SN015182)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 28--DUCT,EXHAUST,TURBIN
POC Contact Point, Brian      J Connolly, 0232.36, (215)697-1032,
  Fax, (215)697-1388, Twx, Not-avail
CNT N0038395G054M5395, NIIN LLZZ13719
AMT $423,836
DTD 121996
TO Rolls-royce Plc , Bs12 7qe England
CITE: (I-359 SN015183)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 28--DISK,GAS TURBINE EN
POC Contact Point, Jeanette   Y Williams, 0232.29, (215)697-0187,
  Fax, (215)697-1388, Twx, Not-avail, Contracting Officer, Brian
       J Connolly, 0232.36, (215)697-1032
CNT N0038395G054M5397, NIIN 998888951
AMT $56,359
DTD 121696
TO Rolls-royce Plc , Bs12 7qe England
CITE: (I-359 SN015184)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 28--BLADE,TURBINE,ROTOR
POC Contact Point, Brian      J Connolly, 0232.36, (215)697-1032,
  Fax, (215)697-1388, Twx, Not-avail
CNT N0038395G054M5398, NIIN 990363152
AMT $98,367
DTD 121696
TO Rolls-royce Plc , Bs12 7qe England
CITE: (I-359 SN015185)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 28--DUCT,AIR,MIDFRAME
POC Contact Point, David      J Russial, 0232.21, (215)697-2557,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038397CM078, NIIN 011392285
AMT $108,601
DTD 121896
TO F & B Mfg Co , Phoenix ,AR 85010-0000
CITE: (I-359 SN015186)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code 846
   , PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 28--SEAL, PROPUL SHA
POC Contact Point, Andrea M Reisser, 846.2, (717)790-1429, Fax,
  (717)790-4163, Twx, Not-avail, Contracting Officer, Anthony
  J Smiraglia, 846, (717)790-1766
CNT N0010496DA0015000, NIIN 013919808
AMT $651,093
DTD 123096
TO Eg&g Sealol Epd , Warwick ,RI 02888-1592
CITE: (I-359 SN015233)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Sa-Alc/Propulsion Directorate, 661 Duncan Drive, Kelly
  Afb, Texas  78241-6318
SUBJECT: 28--VANE, COMPRESSOR, AIR --2840013449149PT
CNT F34601-94-G-0028SAYW
AMT $258,293
DTD 121996
TO United Technologies Corp/Pratt And, Whitney Acft Group Govt
  Prod  Div, P O Box 109600, West Palm Beach Fl 33410-9600
CITE: (I-359 SN015369)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: 28--SEAL RING RETAINER; P/N 9978M69G44; 370 EA --2840011883653PR
CNT F34601-97-C-0094, F34601-97-R-49341
AMT $29,230
DTD 122096
TO Steel Tool And Engineering Co, 22152 Pennsylvania Road, Taylor
   Mi 48180-5220
CITE: (I-359 SN015382)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 28--BLADE, TURBINE ENGINE
SOL SP0500-96-R-0277
CNT SP0500-97-C-0031
AMT $1,399,258.00
LINE 0001
DTD 122396
TO Walbar of Arizona Inc 323 S bracken Ln Chandler AZ 85224
CITE: (I-359 SN015400)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 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--HOUSING, OIL PUMP ASSEMBLY, ENGINE
SOL SP0480-97-Q-J230
CNT N00383-94-G-B341-TY22
AMT $37,719.76
LINE 0001 THROUGH 0002
DTD 122396
TO United Technologies Corp Pratt and Whitney Government Products
   Div Beeline Hwy P.O.Box 109600## West Palm Beach FL 33410-9600
CITE: (I-359 SN015052)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 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--CYLINDER BLOCK ASSEMBLY
SOL SP0480-97-Q-J095
CNT SP0480-97-M-F372
AMT $42,115.20
LINE 0001
DTD 122396
TO Transaero Inc 80 Crossways Park Dr Woodbury NY 11797-2015
CITE: (I-359 SN015060)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 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--GENERATOR, SPEED CONTROL
SOL SP0480-97-Q-J040
CNT N00383-96-G-005D-TY64
AMT $60,172.50
LINE 0001
DTD 122396
TO Parker-Hannifin Corp Aerospace Group Customer Support Military
   Div 16666 Von Karman Ave Irvine CA 92714-4917
CITE: (I-359 SN015081)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 29--FILTER, FLUID.
SOL 96TJM3-32-P-0700
CNT SP0750-97-W-5924
AMT $44,625.00
LINE 0001 THROUGH 0002
DTD 122296
TO Divers Den 4833 East business Hwy 98 P.O. Box 10606 Panama
  City  FL 32404
CITE: (I-359 SN015117)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 29--IGNITER,SPARK,GAS T
POC Contact Point, Kevin      C Dillon, 0234.05, (215)697-3189,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038394GB3405085, NIIN 992554999
AMT $53,063
DTD 121796
TO Lucas Areospace , West Bromwich B71 4jr Uk
CITE: (I-359 SN015187)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 29--SUPPORT,FUEL NOZZLE
POC Contact Point, Mary Ellen A Eisele, 0232.28, (215)697-1181,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038394GB3415118, NIIN 013983987
AMT $174,960
DTD 121896
TO Pratt & Whitney Aircraft Group , W Palm Beach ,FL 33410-00
CITE: (I-359 SN015188)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 29--VALVE AND SLEEVE
POC Contact Point, Joyce      L Curry, 0223.05, (215)697-6510,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038395GM1205327, NIIN 009299003
AMT $54,454
DTD 121696
TO Allied-signal Aerospace Co , Tempe ,AZ 85284-2200
CITE: (I-359 SN015189)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 29--PARTS KIT,BODY CENT
POC Contact Point, Joyce      L Curry, 0223.05, (215)697-6510,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038395GM1205328, NIIN 011351416
AMT $650,980
DTD 122096
TO Allied-signal Aerospace Co , Tempe ,AZ 85284-2200
CITE: (I-359 SN015190)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 29--PUMP,FUEL,METERING
POC Contact Point, Donald     C Hinkson, 0234.06, (215)697-2598,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038395G023M5043, NIIN 013140716
AMT $155,000
DTD 121696
TO Coltec Industries Inc , West Hartford ,CT 06133-0651
CITE: (I-359 SN015191)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 29--SHAFT ASSY,DRIVE
POC Contact Point, David      J Russial, 0232.21, (215)697-2557,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038397CM074, NIIN 004838734
AMT $197,372
DTD 121796
TO Canadian Commercial Corp , Ottawa Ontario Canada K1a 0s6
CITE: (I-359 SN015192)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 29--BELLOWS ASSY,DAMPED
POC Contact Point, David      J Russial, 0232.21, (215)697-2557,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038397PM082, NIIN 004942343
AMT $56,361
DTD 121896
TO Canadian Commercial Corp , Ottawa Ontario Canada K1a 0s6
CITE: (I-359 SN015193)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 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--CONNECTING LINK, RIGID.
SOL 97T132-32-P-0700
CNT SP0740-97-M-6663
AMT $25,865.70
LINE 0001
DTD 122396
TO S A R C O P.O. Box 893 /for mailing only Voorhees NJ 08043
CITE: (I-359 SN015112)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 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, DUPLEX
SOL SP0500-97-Q-7810
CNT DAAJ09-94-G-0005-TZ49
AMT $56,102.75
LINE 0001
DTD 122396
TO McDonnell Douglas Corp McDonnell Douglas Aerospace McDonnell
   Douglas Helicopter Co 5000 E McDowell Rd Mesa AZ 85215-9789
CITE: (I-359 SN015398)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 39--Materials Handling Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 39--CONVEYOR, ROLLER, GRAVITY. USE DOD-D-1000
SOL SP0740-96-Q-JB57
CNT SP0740-97-M-0259
AMT $99,693.52
LINE 0001 THROUGH 0002
DTD 122396
TO Central City Mfg Inc old Hwy 13 S central City IA 52214
CITE: (I-359 SN015113)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 39--Materials Handling Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 39--HOUSING PART, MECHAN
SOL SP0700-97-X-0069
CNT SP0700-97-M-0812
AMT $25,918.74
LINE 0001 THROUGH 0002
DTD 122396
TO SAM winermotors Inc 3417 E Waterloo Road P O Box 6258 Akron
  OH  44312
CITE: (I-359 SN015119)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 41--Refrigeration, Air Conditioning and Air Circulating
  Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 41--COOLING COIL, AIR, DUCT TYPE
SOL SP0441-97-Q-R144
CNT SP0441-97-M-T722
AMT $35,984.00
LINE 0001
DTD 122396
TO Moody precision supply Inc 105 dividend Suite B P.O.Box 13633
   Arlington TX 76094-3633
CITE: (I-359 SN015050)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 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, RECIPROCATING.
SOL 96TBE7-72-P-0700
CNT SP0750-97-M-9331
AMT $26,280.00
LINE 0001 THROUGH 0002
DTD 122396
TO Chesapeake Associated Enterprises Inc P O Box 555 Bel air
  MD  21014
CITE: (I-359 SN015110)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 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--BLEED AIR FILTER.
SOL 96TDW2-12-P-0700
CNT SP0760-97-M-7940
AMT $27,953.75
LINE 0001 THROUGH 0002
DTD 122396
TO Pall Aeropower Corp Sub of Pall Corp Mectron Industries Div
  6301  49TH St N /for mailing only Pinellas Park FL 34665-5798
CITE: (I-359 SN015123)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 43--Pumps and Compressors
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 43--PUMP,AXIAL PISTONS
POC Contact Point, Kathleen   M Logan, 0233.05, (215)697-2124,
  Fax, (215)697-3161, Twx, Not-avail
CNT F0960395G0015GC33, NIIN 010218410
AMT $462,000
DTD 122096
TO Abex/nwl Aerospace , Kalamazoo ,MI 49001-4165
CITE: (I-359 SN015194)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 45--Plumbing, Heating and Sanitation Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 45--BOILER, OIL FIRED.  NET WATER RATING 4593 SQ.
SOL SP0770-96-Q-QF84
CNT SP0770-97-M-DA02
AMT $29,460.00
LINE 0001 THROUGH 0003
DTD 122396
TO Comptech Corp 15946 Derwood Rd Rockville MD 20855
CITE: (I-359 SN015105)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 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 AND FITTINGS, METALLIC.
SOL 97T015-72-P-0700
CNT N00383-93-G-B417-UBBJ
AMT $35,134.02
LINE 0001
DTD 122396
TO McDonnell Douglas Corp McDonnell Douglas Aerospace Lambert
  St  Louis Intl Airport P.O.Box 516 Saint Louis Mo 63166-0516
CITE: (I-359 SN015103)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 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--COUPLING HALF, QUICK DISCONNECT.  ALUMINUM ALLOY
SOL SP0740-96-Q-8973
CNT SP0740-97-M-9056
AMT $30,268.90
LINE 0001 THROUGH 0003
DTD 122396
TO Hydraulics international, Inc.  9000 Mason Avenue Chatsworth,
   CA 91311
CITE: (I-359 SN015107)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 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, STEEL. 1.500 INCH OD, 0.120 INCH WALL
SOL 95TCJ1-52-P-0700
CNT SP0760-97-M-7939
AMT $31,977.60
LINE 0001 THROUGH 0002
DTD 122396
TO Ame Intl Inc 125 baywood Ave P.O.Box 522378 longwood FL 32752
CITE: (I-359 SN015109)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 47--HOSE ASSEMBLY.
SOL SP0750-97-Q-0158
CNT SP0750-97-M-3178
AMT $30,575.00
LINE 0001 THROUGH 0002
DTD 122396
TO Titeflex Corp sub of Bundy Corp 603 Hendee St P.O.Box 90054
   Springfield MA 01139
CITE: (I-359 SN015120)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 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--COUPLING HALF, QUICK DISCONNECT. CORROSION
SOL SP0740-96-Q-8976
CNT SP0740-97-M-9057
AMT $27,909.63
LINE 0001 THROUGH 0002
DTD 122396
TO Aeroquip Corp Aerospace Group 300 S East Ave Jackson MI  49203-1972
CITE: (I-359 SN015121)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 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--COUPLING HALF, QUICK DISCONNECT. MALE, ZERO
CNT SP0740-97-M-9084
AMT $31,491.00
LINE 0001 THROUGH 0003
DTD 122396
TO Whittaker Corp Whittaker Controls Div 12838 Saticoy St P O
  Box  3951 North Hollywood CA 91605
CITE: (I-359 SN015124)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 47--MANIFOLD, HYDRAULIC
SOL SP0740-96-Q-0468
CNT F09603-95-G-0015-UBF4
AMT $57,598.00
LINE 0001
DTD 122396
TO Abex/NWL Aerospace A Div of Pneumo/Abex Corp 2220 Palmer Ave
   Kalamazoo MI 49001-4165
CITE: (I-359 SN015126)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 47--TUBE,BLEED AIR
POC Contact Point, Eileen     R Wadlinger, 0232.17, (215)697-4206,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038397CM071, NIIN 011691753
AMT $170,204
DTD 121896
TO Lkm Industries , Woburn ,MA 01801-0000
CITE: (I-359 SN015195)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 48--VALVE, SHUTTLE. (ALUMINUM ALLOY BODY). MEDIA
SOL 96TMX8-12-P-0700
CNT SP0740-97-M-6694
AMT $27,940.00
LINE 0001 THROUGH 0002
DTD 122396
TO Pneudraulics Inc 8575 Helms Ave Rancho Cucamonga CA 91730-4519
CITE: (I-359 SN015108)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
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--TABLE, WORK, AUTOMOTIVE MAINTENANCE.
SOL SP0750-97-Q-0276
CNT SP0750-97-M-9361
AMT $86,640.00
LINE 0001 THROUGH 0002
DTD 122396
TO Dehler Mfg Co Inc 5801 W dickens Ave Chicago IL 60639-4030
CITE: (I-359 SN015122)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 49--Maintenance and Repair Shop Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 49--TEST SET,COUNTERMEA
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038397M013P, Sol Nr N00383-96-R-0152, NIIN 001307799
AMT $30,815
DTD 120996
TO Telephonics Corp , Huntington ,NY 11743-0000
CITE: (I-359 SN015196)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 49--Maintenance and Repair Shop Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 49--MACHINE,CLEANING
POC Contact Point, Carol      A Burke, 0222.06, (215)697-3454,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038397PP160, NIIN 010585267
AMT $30,600
DTD 121696
TO B & B Tritech Inc , Miami ,FL 33266-0000
CITE: (I-359 SN015197)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 49--Maintenance and Repair Shop Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 49--ADAPTER,HOIST,GENER
POC Contact Point, Helen      M Rogers, 0222.09, (215)697-4072,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038397PP169, NIIN 012027154
AMT $25,872
DTD 121696
TO Hrk Enterprises , Ft Worth ,TX 76119-0000
CITE: (I-359 SN015198)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 49--Maintenance and Repair Shop Equipment
OFFADD: Sa-Alc/Aerospace Equipment/Ldkt, 485 Roosevelt Rd. Ste
  #7, Bldg  171, Kelly Afb, Texas 78241-6426
SUBJECT: 49--FILLER AND BLEEDER --4910-00-8955394
CNT F41608-96-D-0752, F41608-95-R-13883
AMT $499,243
DTD 121296
TO Hydraulic Technology Inc, 3833 Cincinnati Ave, Rocklin Ca
   95677-0000
CITE: (I-359 SN015370)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 53--SCRAPER,PISTON
POC Contact Point, Donna      M Graham, 0232.11, (215)697-4964,
  Fax, (215)697-3161, Twx, Not-avail
CNT F0960395G0015GC44, NIIN 013485113
AMT $26,508
DTD 121696
TO Abex/nwl Aerospace , Kalamazoo ,MI 49001-4165
CITE: (I-359 SN015199)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 53--BOLT,SELF-RETAINING
POC Contact Point, Cynthia    D Palmer, 0232.18, (215)697-4386,
  Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Mary
  Ellen A Eisele, 0232.28, (215)697-1181
CNT N0038397CM073, NIIN 000956413
AMT $60,372
DTD 121896
TO Sps Technologies Inc , Jenkintown ,PA 19046-0000
CITE: (I-359 SN015200)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Sa-Alc/Propulsion Directorate, 661 Duncan Drive, Kelly
  Afb, Texas  78241-6318
SUBJECT: 53--RIVET --5320003958747PT
CNT F41608-96-M-0303
AMT $79,999
DTD 120996
TO Sps Technologies Inc, Aerospace & Industrial Products Div,
  2701  S Harbor Blvd, Santa Ana Ca 92702-1259
CITE: (I-359 SN015371)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 56--Construction and Building Materials
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 56--INSULATION BLANKET, THERMAL.
SOL 96TMX9-62-P-0700
CNT N00383-93-G-B417-UBBK
AMT $47,214.40
LINE 0001AA THROUGH 0001AC
DTD 122396
TO McDonnell Douglas Corp McDonnell Douglas Aerospace Lambert
  St  Louis Intl Airport P.O.Box 516 Saint Louis Mo 63166-0516
CITE: (I-359 SN015104)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 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--TR LIMITER
SOL SP0970-97-Q-A009
CNT SP0970-97-M-1672
AMT $54,706.00
LINE 0001AA THROUGH 0001AB
DTD 122396
TO Communications and power Industries Inc Beverly microwave
  Div 150  Sohier Rd Beverly MA 01915-5595
CITE: (I-359 SN015039)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: US Department of Commerce, NOAA, Acquisition, Grants
  and Facilities, Acquisition Management Division, General Contracts
  Branch, OFA512:ET, 1325 East-West Highway, STA 4301, Silver
  Spring, Maryland  20910-3283
SUBJECT: 58--SECOND GENERATION LOCAL USER TERMINALS (LUTS)
CNT 50-DGNE-2-00025, Modification 0042
AMT $26,290.68
DTD 122396
TO Techno-Sciences, Inc., 10001 Derekwood Lane, Suite 204, Lanham,
  Maryland 20706
CITE: (I-359 SN015129)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 58--MODULE ASSEMBLY,VID
POC Contact Point, Sheila       Shapiro, 0231.14, (215)697-3551,
  Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Anthony
     C Etheridge, 0231.21, (215)697-2560
CNT F0460696G0020GC03, NIIN 011599054
AMT $33,214
DTD 121696
TO Northrop Corp , Hawthorne ,CA 90250-0000
CITE: (I-359 SN015201)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 58--AMPLIFIER,RADIO FRE
POC Contact Point, Jean       L Destefano, 0235.01, (215)697-6545,
  Fax, (215)697-3161, Twx, Not-avail
CNT F3460195G0004GC11, NIIN 012890222
AMT $219,700
DTD 121896
TO Northrop Grumman Corporation , Rolling Meadows ,IL 60008 -
  -1098
CITE: (I-359 SN015202)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 58--CONTROL,COMMUNICATI
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0001993G0129YC7Y, NIIN 013978046
AMT $40,000
DTD 102496
TO Litton Systems Inc , Woodland Hills ,CA 91367-6698
CITE: (I-359 SN015203)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 58--PANEL,CONTROL,ELECT
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0001993G0129YC7Z, NIIN 013983808
AMT $50,000
DTD 102496
TO Litton Systems Inc , Woodland Hills ,CA 91367-6698
CITE: (I-359 SN015204)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 58--PANEL,CONTROL,ELECT
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0001993G0129YC8A, NIIN 013983808
AMT $50,000
DTD 102496
TO Litton Systems Inc , Woodland Hills ,CA 91367-6698
CITE: (I-359 SN015205)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 58--ACOUSTIC RECEIVER
POC Contact Point, William    A Ryan, 0225.02, (215)697-2530,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038393D027U7001, NIIN 011664805
AMT $380,912
DTD 121796
TO Hazeltine Corp , Greenlawn ,NY 11740-0000
CITE: (I-359 SN015206)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 58--TOW CABLE ASSEMBLY
POC Contact Point, Raymond    F Lynch, 0225.07, (215)697-4959,
  Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Eugene
  J Zmijewski, 0225.01, (215)697-6543
CNT N0038395D008J7005, NIIN 004383333
AMT $631,770
DTD 121896
TO Texas Instruments Inc , Mckinney ,TX 75070-0801
CITE: (I-359 SN015207)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 58--SYNTHESIZER,ELECTRI
POC Contact Point, David        Necowitz, 0234.08, (215)697-3821,
  Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, John
        J Kenney, 0234.03, (215)697-6525
CNT N0038395G008G5044, NIIN 011629391
AMT $852,840
DTD 121696
TO Rockwell International , Cedar Rapids ,IA 52498-0100
CITE: (I-359 SN015208)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 58--BEACON,RADIO
POC Contact Point, William    A Ryan, 0225.02, (215)697-2530,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038396D005J7000, NIIN 011942489
AMT $376,410
DTD 121896
TO Canadian Commercial Corp , Ottawa Ontario Canada K1a 0s6
CITE: (I-359 SN015209)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 58--BEACON,RADIO
POC Contact Point, William    A Ryan, 0225.02, (215)697-2530,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038396D005J7001, NIIN 011942489
AMT $494,865
DTD 121896
TO Canadian Commercial Corp , Ottawa Ontario Canada K1a 0s6
CITE: (I-359 SN015210)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--ITEM NAME RESISTOR, FIXED, COMP
SOL SP0900-97-Q-0076
CNT SP0900-97-M-0060
AMT $32,984.27
LINE 0001 THROUGH 0010
DTD 122396
TO Tti 6500 POE Ave Suite 400 Dayton Ohio 45414
CITE: (I-359 SN015033)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--ANTENNA
CNT SP0970-97-C-0016
AMT $252,109.92
LINE 0001AA THROUGH 0003AD
DTD 122296
TO Miller R a Industries Inc 14500 168TH Ave P.O.Box 858 Grand
  Haven  MI 49417-0858
CITE: (I-359 SN015034)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--SWITCH, RADIO FREQUENCY TRANSMISSION LINE
SOL 97T397-92-P-0900
CNT SP0970-97-M-1410
AMT $27,360.00
LINE 0001AA THROUGH 0001AB
DTD 122396
TO General Microwave Corp 5500 New Horizons Blvd Amityville NY
   11701-1130
CITE: (I-359 SN015035)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--RESISTOR, FIXED, COMPOSITION
SOL SP0900-97-Q-0085
CNT SP0900-97-M-0032
AMT $43,435.91
LINE 0001 THROUGH 0011
DTD 122396
TO Tti 6500 POE Ave Suite 400 Dayton Ohio 45414
CITE: (I-359 SN015036)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 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--FILTER, RADIO FREQUE
CNT SP0905-97-C-0004
AMT $136,664.00
LINE 0001 THROUGH 0002
DTD 122296
TO Advanced technical Corp 1915 armacost Ave Los Angeles CA 
  90025-5210
CITE: (I-359 SN015037)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--SWITCH, PRESSURE
SOL SP0930-96-Q-A265
CNT SP0930-97-M-2423
AMT $28,324.00
LINE 0001 THROUGH 0002
DTD 122296
TO Hydra electric 3151 kenwood St Burbank CA 91505-1052
CITE: (I-359 SN015038)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 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 SP0900-96-T-M701
CNT SP0930-97-M-2541
AMT $29,854.00
LINE 0002
DTD 122396
TO Omntec Mfg Inc 1993 pond Rd P O Box 30 Ronkonkoma NY 11779-0030
CITE: (I-359 SN015040)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--MICROCIRCUIT, DIGITAL
CNT SP0900-97-C-0003
AMT $142,560.00
LINE 0001
DTD 122296
TO Rochester electronics Inc 10 Malcolm hoyt Dr newburyport MA
  01950
CITE: (I-359 SN015041)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--SWITCH, TOGGLE
SOL SP0930-97-Q-A082
CNT SP0930-97-M-2506
AMT $36,580.00
LINE 7001
DTD 122396
TO Associated Aircraft Supply Co 5021 W Jefferson Blvd P O Box
   210069 Dallas TX 75211-3804
CITE: (I-359 SN015042)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 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--ARRESTER, LIGHTING
SOL SP0930-96-Q-A121
CNT SP0930-97-M-2058
AMT $70,380.00
LINE 0001
DTD 122396
TO Joslyn electronic systems Corp 6868 cortona Dr P O Box 817
  Goleta  CA 93117
CITE: (I-359 SN015043)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 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--SENSOR, TEMPERATURE
SOL SP0905-96-R-A053
CNT F09603-94-G-0038-UB2P
AMT $83,175.12
LINE 0001AA THROUGH 0001AH
DTD 122396
TO United Technologies Corp Hamilton Standard Div 1 Hamilton
  Rd  Windsor Locks CT 06096-1010
CITE: (I-359 SN015044)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 59--CABLE ASSEMBLY, SPECIAL PURPOSE, ELECTRICAL, BRANCH
SOL SP0451-96-Q-WM66
CNT SP0451-97-M-8391
AMT $30,540.89
LINE 0001 THROUGH 0002
DTD 122396
TO Atlas-Aero Corp 85 Tremont St P.O.Box 887 Meriden CT 06450-0887
CITE: (I-359 SN015048)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 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--JACK BOX, SOUND POWERED, CONNECTOR ASSY
CNT SP0935-97-M-1872
AMT $31,783.50
LINE 0001 THROUGH 0002
DTD 122396
TO Hose-mccann telephone Co Inc 1241 W Newport center Dr Deerfield
   Beach FL 33442
CITE: (I-359 SN015071)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--MICROCIRCUIT, LINEAR
CNT SP0960-97-M-1453
AMT $57,972.15
LINE 0001 THROUGH 0003
DTD 122396
TO Lockheed Martin Corp Lockheed Martin electronics and missiles
   West Orlando facility mp-125 5600 W sandlake rd## Orlando
  FL 32819-8907
CITE: (I-359 SN015074)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Directorate Of Contracting/Bldg 1233, Oo-Alc 6072 Fir
  Avenue,  Hill Air Force Base, Ut 84056-5820
SUBJECT: 59--SWITCH PRESSURE --5930010527538WF
CNT F42620-97-C-0020, F42620-96-R-1042
AMT $131,584
DTD 122396
TO Spectrum Associates Inc, 179 North Broad Street, Po Box 470,
   Milford Ct 06460-0470
CITE: (I-359 SN015132)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 59--SOLENOID,ELECTRICAL
POC Contact Point, David      J Russial, 0232.21, (215)697-2557,
  Fax, (215)697-3161, Twx, Not-avail
CNT F3460197G0002GD53, NIIN 002025133
AMT $103,051
DTD 121996
TO General Electric Supply Co , Mt Laurel ,NJ 08054-0000
CITE: (I-359 SN015211)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 59--CONNECTOR,RECEPTACL
POC Contact Point, Rosa         Woods, 0221.13, (215)697-3408,
  Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Steven
  C Lackatos, 0221.01, (215)697-3723
CNT N0038393GB4179085, NIIN 013539136
AMT $25,675
DTD 121996
TO Mcdonnell Douglas Corp , St Louis ,MO 63166-0516
CITE: (I-359 SN015212)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 59--ELECTRONIC MODULE,S
POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax,
  (215)697-3161, Twx, Not-avail
CNT N0038395GB5000019, NIIN 013148615
AMT $467,551
DTD 121296
TO Lockheed Sanders Inc , Nashua ,NH 03061-0868
CITE: (I-359 SN015213)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 59--COUPLER,ANTENNA
POC Contact Point, Deirdre    M Okeefe, 0235.05, (215)697-4071,
  Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Gerald
  R Buday, 0235.11, (215)697-6511
CNT N0038395GB5005115, NIIN 013687750
AMT $33,648
DTD 121996
TO Lockheed Sanders Inc , Nashua ,NH 03061-0868
CITE: (I-359 SN015214)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 59--COUPLER,ANTENNA
POC Contact Point, Deirdre    M Okeefe, 0235.05, (215)697-4071,
  Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Gerald
  R Buday, 0235.11, (215)697-6511
CNT N0038395GB5005116, NIIN 013687749
AMT $37,400
DTD 121996
TO Lockheed Sanders Inc , Nashua ,NH 03061-0868
CITE: (I-359 SN015215)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 59--CIRCUIT CARD ASSEMB
POC Contact Point, Deirdre    M Okeefe, 0235.05, (215)697-4071,
  Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Gerald
  R Buday, 0235.11, (215)697-6511
CNT N0038395GB5005118, NIIN 012016265
AMT $91,164
DTD 121996
TO Lockheed Martin Corp , Nashua ,NH 03061-0000
CITE: (I-359 SN015216)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 59--CIRCUIT CARD ASSEMB
POC Contact Point, Joel       M Hoffman, 0223.09, (215)697-3534,
  Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Kent
          Hall, 0223.03, (215)697-6548
CNT N0038397CA017, NIIN 010670199
AMT $137,547
DTD 121996
TO Gte Government Systems Corp , Needham Heights ,MA 02194-00
CITE: (I-359 SN015217)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 59--AMPLIFIER,RADIO FRE
POC Contact Point, Rosemary   A Devlin, 0235.03, (215)697-5976,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038397D004G7000, NIIN 012112278
AMT $378,964
DTD 121896
TO Rockwell International , Cedar Rapids ,IA 52498-0100
CITE: (I-359 SN015218)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 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--HYD RESERVOIR ASSY
POC Contact Point, Wilson T Kury, 02131.13, (717)790-4768, Fax,
  (717)790-7317, Twx, Not-avail
CNT N0010494G03035044, Sol Nr N00104-96-Q-JA70, NIIN LLH774494
AMT $64,919
DTD 010297
TO Alliant Techsystems Inc , Mukilteo ,WA 98275-4844
CITE: (I-359 SN015234)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968
  Gilbert St., Suite 600, Norfolk, VA 23511-3392
SUBJECT: 59--SPECIAL PURPOSE UNDERWATER CABLE & CONNECTORS
POC Bill Shearer, Contract Specialist, (757) 444-4659; Paulette
  Spruill, 
CNT N00189-97-C-0031/N00189-97-R-0007
AMT $174151
LINE All
DTD 112796
TO BIW Connector Systems, Inc., 500 Tesconi Circle, Santa Rosa,
  CA 95401
CITE: (W-359 SN015266)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 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--CABLE ASSEMBLY, SPECIAL PURPOSE, ELECTRICAL
SOL SP0451-95-Q-VS37
CNT SP0451-97-M-C615
AMT $49,560.00
LINE 0002
DTD 122396
TO Eaton Corp specific industry control Div 4265 N 30TH St Milwaukee
   WI 53216-1894
CITE: (I-359 SN015055)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 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, CONTROL
SOL 97T220-12-P-0400
CNT SP0430-97-M-P514
AMT $41,316.00
LINE 0001 THROUGH 0002
DTD 122396
TO Vernitron Corp Motion Control Group 1601 Precision Park Ln
  San  Ysidro CA 92173
CITE: (I-359 SN015056)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 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--ARMATURE, MOTOR
SOL SP0430-97-Q-P151
CNT SP0430-97-M-P559
AMT $37,985.00
LINE 0001
DTD 122396
TO Consumers aircraft Co.  16842 Hale Avenue Irvine, CA 92714
CITE: (I-359 SN015058)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 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, TORQUE
SOL SP0430-96-Q-BQ97
CNT SP0430-97-M-P497
AMT $40,503.00
LINE 0001
DTD 122396
TO Inland Motor Div of Kollmorgen Corp 501 First St Radford VA
   24141-1427
CITE: (I-359 SN015062)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 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--MONITOR, VOLTAGE DEV
SOL SP0430-97-Q-P027
CNT SP0430-97-M-P564
AMT $26,690.00
LINE 0001
DTD 122396
TO Tempo Instrument Inc Defense Electronics Div 87 modular Ave
   Commack NY 11725-5719
CITE: (I-359 SN015082)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 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-TACHOMETER GE
SOL SP0430-97-Q-P147
CNT SP0430-97-M-P480
AMT $69,190.00
LINE 0001
DTD 122396
TO Inland Motor Div of Kollmorgen Corp 501 First St Radford VA
   24141-1427
CITE: (I-359 SN015084)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 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, CONTROL
SOL SP0430-96-Q-BM40
CNT SP0430-97-M-P237
AMT $28,600.00
LINE 0001 THROUGH 0002
DTD 122296
TO ANT Co of Virginia Inc the 5709 Charles City CIR P.O.Box 50174
   Richmond VA 23250
CITE: (I-359 SN015092)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 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--BATTERY ASSEMBLY
SOL SP0430-97-Q-Q155
CNT SP0430-97-M-R686
AMT $61,708.80
LINE 0001 THROUGH 0002
DTD 122396
TO Shiloh Industries Inc 5988 Executive Blvd Dayton OH 45424-1453
CITE: (I-359 SN015093)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 61--ELECTRIC POWER,GENE
POC Contact Point, David        Necowitz, 0234.08, (215)697-3821,
  Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, John
        J Kenney, 0234.03, (215)697-6525
CNT N0038393G008U7002, NIIN 014003636
AMT $603,479
DTD 121696
TO Allied Signal Canada Inc , Ontario Canada M9w 6l7
CITE: (I-359 SN015219)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 61--POWER SUPPLY
POC Contact Point, Sandra     A Parker, 0222.03, (215)697-3374,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038395D003G7006, NIIN 000688190
AMT $445,550
DTD 121696
TO Harris Technical Services Corp , Norfolk ,VA 23513-2406
CITE: (I-359 SN015220)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 62--Lighting Fixtures and Lamps
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 62--FIXTURE, LIGHTING
SOL SP0441-96-Q-GU30
CNT SP0441-97-M-V439
AMT $54,696.50
LINE 0001
DTD 122396
TO Mor-lite Inc 1718 Yorktown Rd Yorktown VA 23693
CITE: (I-359 SN015049)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 62--Lighting Fixtures and Lamps
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 62--BASE ASSEMBLY, LIGHT
SOL SP0441-97-Q-S057
CNT SP0441-97-M-V533
AMT $51,393.60
LINE 0001 THROUGH 0002
DTD 122396
TO Mapex Co 15018 ramona Blvd Baldwin Park CA 91706
CITE: (I-359 SN015088)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 62--Lighting Fixtures and Lamps
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 62--LIGHT, RECOGNITION, AIRCRAFT
SOL SP0441-96-Q-GS60
CNT SP0441-97-M-V545
AMT $57,035.90
LINE 0001 THROUGH 0012
DTD 122396
TO Grimes Aerospace Co 550 State Rt 55 P.O.Box 247 Urbana OH
   43078-0247
CITE: (I-359 SN015091)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: Department of Veterans Affairs, P.O. Box 76, Bldg. 37,
  Hines, IL 60141
SUBJECT: 65--M3-Q3-92 OPEN SEASON 2, MEDICAL & VETERINARY SUPPLIES,
  65 II B
POC Michael D. Hill, Contracting Officer, (708) 786-5193
CNT V797P-3392k
AMT $120,000
LINE N/A
DTD 121696
TO Sammons Preston, Inc., 4 Sammons Ct., Bolingbrook, IL 60440
CITE: (I-359 SN015288)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 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, AIR SPEED
SOL SP0440-97-Q-U031
CNT SP0440-97-M-Z335
AMT $45,540.00
LINE 0001AA THROUGH 0003
DTD 122396
TO Aerosonic Corp PO Box 4627 Clearwater FL.  34618-4627
CITE: (I-359 SN015059)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 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--METER, SPECIAL SCALE
SOL SP0920-96-Q-3324
CNT SP0920-97-M-1649
AMT $29,799.00
LINE 0001 THROUGH 0014
DTD 122396
TO Electronic design Inc 3020 20TH St metairie LA 70002
CITE: (I-359 SN015072)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 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--COURSE COUNTER ASSE
SOL SP0440-96-R-0123
CNT SP0440-97-C-5114
AMT $150,177.50
LINE 0001
DTD 122396
TO Aeronautical instrument and radio Co 234 garibaldi Ave P.O.Box
   340 Lodi NJ 07644-0340
CITE: (I-359 SN015086)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 66--GENERATOR,SIGNAL
POC Contact Point, Sandra     A Parker, 0222.03, (215)697-3374,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038397F6001, NIIN 012899939
AMT $127,832
DTD 121896
TO Hewlett-packard Co , Wayne ,PA 19087-5580
CITE: (I-359 SN015221)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 66--TEST SET,RADAR
POC Contact Point, Debora L Paules, 02132.3, (717)790-2719, Fax,
  (717)790-7335, Twx, Not-avail, Contracting Officer, Thomas
  E Trump, 021x, (717)790-2736
CNT N0010497CLA06, NIIN 011921347
AMT $1,803,200
DTD 121996
TO California Microwave Inc , Sunnyvale ,CA 94089-0000
CITE: (I-359 SN015235)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 67--Photographic Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 67--CAMERA,STILL PICTUR
POC Contact Point, Raymond    F Lynch, 0225.07, (215)697-4959,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0038395G012J5034, NIIN 013444707
AMT $410,796
DTD 122096
TO Texas Instruments Inc , Mckinney ,TX 75070-0801
CITE: (I-359 SN015222)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 68--Chemicals and Chemical Products
OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968
  Gilbert St., Suite 600, Norfolk, VA 23511-3392
SUBJECT: 68--RUNWAY DE-ICING FLUID
POC MARSHA S. WITCHER, CONTRACT SPECIALIST, (757)445-1762; MARSHA
  S. 
CNT N00189-97-C-0029/N00189-97-R-3000
AMT $156655
LINE 00001
DTD 112296
TO Howerton Dail Management Co. 339 West 21ST Street Norfolk
  VA 23517
CITE: (W-359 SN015255)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 68--Chemicals and Chemical Products
OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968
  Gilbert St., Suite 600, Norfolk, VA 23511-3392
SUBJECT: 68--RUNWAY DE-ICING FLUID
POC MARSHA S. WITCHER, CONTRACT SPECIALIST, (757)445-1762; MARSHA
  S. 
CNT N00189-97-D-0015/N00189-96-R-0030
AMT $192000
LINE 1001 - 1002
DTD 101696
TO Old World Industries, 4065 Commercial Ave, Northbrook, IL
  60062-1851
CITE: (W-359 SN015256)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 69--Training Aids and Devices
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 69--TRAINING AID, BATTLEFIELD MARKER
SOL SP0450-96-Q-NC71
CNT SP0450-97-M-K551
AMT $55,936.44
LINE 0001 THROUGH 0002
DTD 122396
TO Ez info Inc 801 atchison St atchison KS 66002
CITE: (I-359 SN015051)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: DDISA/DITCO/DTS31 2300 East Drive, Scott AFB, IL 62225-5406
SUBJECT: 70--WORKLOAD MIGRATION
POC Art Kruse, Contract Specialist, 618-256-9735 or datafax 618-256-9414
CNT DCA20097M1254
AMT $86650
LINE 0001
DTD 121996
TO Integrated Business Solutions, Inc. (IBS); 1050 17th Street
  NW, Suite 600; Washington DC 20036
CITE: (W-358 SN015021)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968
  Gilbert St., Suite 600, Norfolk, VA 23511-3392
SUBJECT: 70--HAND HELD COMPUTER
POC Tina Gillespie, Purchasing Agent (757) 444-1726 ; Terri Harmon,

CNT N00189-96-Q-0581/N00189-97-M-BX94
AMT $99918
LINE 0001
DTD 121196
TO Symbol Technologies Inc, 2010 Corporate Ridge Ste 500, 
CITE: (W-359 SN015319)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 73--Food Preparation and Serving Equipment
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 73--CABINET, FOOD WARMING, ELECTRIC
SOL SP0500-96-Q-UA43
CNT SP0500-97-M-U307
AMT $31,406.30
LINE 0001
DTD 122396
TO Cones repair service 2408 40TH Ave Moline IL 61265-7234
CITE: (I-359 SN015397)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 73--Food Preparation and Serving Equipment
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 73--VEGETABLE PEELING MACHINE
SOL SP0500-97-Q-E096
CNT SP0500-97-M-W117
AMT $27,225.00
LINE 0001 THROUGH 0003
DTD 122396
TO Insinger machine Co 6245 State Road philadeplhia PA 19135-2905
CITE: (I-359 SN015399)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings,
  Tents and Flags
OFFADD: Defense Personnel Support Center 2800 So. 20TH St.  Philadelphia,
   PA. 19145-5099
SUBJECT: 83--PANEL MARKER, SURVIVAL AVIATION
CNT SP0100-97-M-EA91
AMT $32,500.00
LINE 0001AA
DTD 122396
TO Harris Mfg Co Inc 550 Ingham Ave Trenton NJ 08638
CITE: (I-359 SN015099)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 89--Subsistence (Food)
OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968
  Gilbert St., Suite 600, Norfolk, VA 23511-3392
SUBJECT: 89--COCA COLA PRODUCTS
POC Fannie Richardson, Code 02H2G, (757) 444-7249
CNT N00189-97-D-0004/N00189-96-R-0023
AMT $55125
LINE 0001 - 0037
DTD 103096
TO The Coca Cola Bottling Company of New York, 118 Moonachie
  Avenue , 
CITE: (W-359 SN015257)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 89--Subsistence (Food)
OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968
  Gilbert St., Suite 600, Norfolk, VA 23511-3392
SUBJECT: 89--PEPSI COLA PRODUCTS
POC Fannie Richardson, Code 02H2G, (757) 444-7249
CNT N00189-97-D-0018/N00189-96-R-0024
AMT $57225
LINE 0001 - 0040
DTD 111496
TO Pepsi Cola Company Henry Vinson, 6925 North Main Street ,
  Columbia, SC 
CITE: (W-359 SN015259)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 89--Subsistence (Food)
OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968
  Gilbert St., Suite 600, Norfolk, VA 23511-3392
SUBJECT: 89--PEPSI COLA PRODUCTS
POC Fannie Richardson, Code 02H2G, (757) 444-7249
CNT N00189-97-D-0012/N00189-96-R-0068
AMT $163254
LINE 0001 - 0004
DTD 111596
TO Pepsi COLA North America, Northwest Bottling Unit, 2300 26th
  Ave. S., 
CITE: (W-359 SN015260)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 89--Subsistence (Food)
OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968
  Gilbert St., Suite 600, Norfolk, VA 23511-3392
SUBJECT: 89--COCA COLA PRODUCTS
POC Fannie Richardson, Code 02H2G, (757) 444-7249
CNT N00189-97-D-0026/N00189-96-R-0136
AMT $122360
LINE 0001 - 0021
DTD 021296
TO Coca Cola OF Hawaii, 949 Mapunspuna Street, HONOLULU, HI 
CITE: (W-359 SN015265)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 89--Subsistence (Food)
OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968
  Gilbert St., Suite 600, Norfolk, VA 23511-3392
SUBJECT: 89--SEVEN UP PRODUCTS
POC Dawn Sunkins, Code O2H2J, (757) 445-1760
CNT N00189-97-D-0025/N00189-96-R-0139
AMT $39793
LINE 0001 - 0023
DTD 112596
TO Seven Up Bottling Company of Virginia Beach, 5700 Ward Avenue,

CITE: (W-359 SN015320)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 91--Fuels, Lubricants, Oils, and Waxes
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: 91--PROPANE BUTANE
POC J. Gregg
CNT N00406-97-C-5010
AMT $103,200
LINE N/A
DTD 122396
TO guam isla lp gas & hppliance corp yigo plaza suite 7 barrigada
  guam
CITE: (I-359 SN015416)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: National Park Service, Denver Service Center, 12795 West
  Alameda Parkway, P.O. Box 25287, Denver, Colorado 80225
SUBJECT: 99--PROVIDE THREE AUTOMATED FEE COLLECTION MACHINES
  FOR INSTALLATION AT CHICKASAW NATIONAL RECREATION AREA, OKLAHOMA.
POC Edward L. Tafoya, (303) 969-2116
CNT 1443-CX-2000-97-011
AMT $80,592
DTD 121596
TO MITI Manufacturing Co., Inc., 3183 Hall Avenue, Grand Junction,
  Colorado 81504
CITE: (M-359 SN015251)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: SPECIAL NOTICES
OFFADD: National Small Business Council, Inc., 6440-E Dobbin
  Road, Columbia, MD 21045
SUBJECT: ABERDEEN PROVING GROUNDS WINTER TECHNOLOGY EXPOSITION,
  WEDNESDAY, JANUARY 8, 1997
POC Lauren Fraley, (800) 333-6722 (Ext. 214).
DESC: On Wednesday, January 8, 1997, Aberdeen Proving Ground
  will be hosting the Winter Technology on site. This huge army
  facility has over 10,000 active personnel and 55 different
  tenants. Scientists, Engineers, and Contracting personnel will
  be attending looking for the latest and greatest technologies.
  Companies with Analytical Applications, Real Time, CASE Tools,
  Laptops, UNIX, Systems Integration, Software Development, Office
  Automation and Telecommunications are urged to participate
  in this excellent event. Don't miss this opportunity to be
  in front of decision makers at Aberdeen. For further information
  on this expo, please contact NSBC at (800) 333-6722, Lauren
  Fraley, (Ext. 214) or either e-mail us at shows@nsbc.org. Our
  Web Site is www.nsbc.org.
CITE: (M-359 SN015248)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: SPECIAL NOTICES
OFFADD: National Small Business Council, Inc., 6440-E Dobbin
  Road, Columbia, MD 21045
SUBJECT: VADENBERG AFB BASE-WIDE TECHNOLOGY EXPO WEDNESDAY, JANUARY
  29, 1997
POC Sheila Myers at (800) 333-6722 (Ext. 218).
DESC: On Wednesday, January 29 Vandenberg AFB will be hosting
  the Winter Technology Expo on site from 10:00 a.m.-2:00 p.m.
  Scientist, Engineers, and research personnel will be attending
  looking for the latest technological advances. There are approximately
  9,000 active duty and contractor personnel located on base.
  Data Acquisition, Internet, Data Security, Workstations, UNIX,
  Telecommunications, Anti-Virus Software, CAD/CAM/CAE and LAN/WAN
  are just some of the technologies of interest. Don't miss this
  opportunity to be face to face with decision makers at Vandenburg!
  For further information on this expo, please contact Sheila
  Myers at (800) 333-6722 (Ext. 218) or e-mail us at shows@nsbc.org.
  Our web site is www.nsbc.org.
CITE: (M-359 SN015249)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: SPECIAL NOTICES
OFFADD: National Small Business Council, Inc., 6440-E Dobbin
  Road, Columbia, MD 21045
SUBJECT: NELLIS AIR FORCE BASE WINTER TECHNOLOGY EXPO, FRIDAY,
  JANUARY 31, 1997
DESC: On Friday, January 31, 1997, The Communication Squadron
  will be hosting their on site technology expo from 10:00-2:00
  p.m. Come exhibit at this event and see between 200-400 qualified
  scientist and engineers from this High Tech location. Key tenants
  and Commands include the 57th Wing, 99th Wing, Air Force Weapons
  and Tactics Center, and 39th Intelligence Squadron. Telecommunications,
  Mass Storage Media, Office Automation, Security Software, UNIX,
  Imaging, Encryption, LAN/WAN and Laptops are just some of the
  technologies of interest. Don't miss this opportunity to meet
  face to face with key decision makers. For Further information,
  please contact NSBC at  (800) 333-6722, ask for Sheila Myers
  (Ext. 218) or e-mail us at shows@nsbc.org. Visit our web site
  at www.nsbc.org.
CITE: (M-359 SN015279)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: SPECIAL NOTICES
OFFADD: National Small Business Council, Inc., 6440-E Dobbin
  Road, Columbia, MD 21045
SUBJECT: NATIONAL IMAGERY AND MAPPING AGENCY (FORMALLY DMA) TECHNOLOGY
  EXPO, WEDNESDAY, JANUARY 15, 1997, BETHESDA, MD
DESC: Following our huge success of over 400 attendees at NIMA,
  January 1996, The Office of Research and Technology Applications
  has decided to reschedule this targeted event. The Expo will
  take place on site from 10:00-2:00 p.m., Wednesday, January
  15, 1997. Scientists, Engineers and Contracting personnel will
  be looking for the latest technological advances. Some of the
  technologies of interest are Document Imaging, Optical Imaging,
  Plotters, Multi-media, LAN/WAN, Advanced Office Automation
  and Systems Integration. Don't miss this opportunity to meet
  face to face with decision makers from this very highly secure
  agency. For further information, please contact NSBC   at (800)
  333-6722, Lauren Fraley (Ext. 214) or e-mail us at shows@nsbc.org.
  Visit our web site at www.nsbc.org.
CITE: (M-359 SN015314)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: SPECIAL NOTICES
OFFADD: National Small Business Council, Inc., 6440-E Dobbin
  Road, Columbia, MD 21045
SUBJECT: EDWARDS AIR FORCE BASE WINTER TECHNOLOGY EXPO, THURSDAY,
  JANUARY 30, 1997
DESC: On Thursday, January 30, The Communication and Computer
  Acquisition Office will be hosting their Winter Technology
  Expo on site from 10:00 a.m.-2:00 p.m. At our last event at
  this location, 325 targeted personnel from Edwards and other
  tenant organizations on base, gathered to see the latest technologies
  in the computer industry. Engineers, Scientists, Research,
  Test and Development personnel along with Communication Squadron
  personnel, Contracting and Procurement specialist, Decision
  Makers and End users are those that will be attending. Some
  of the technologies of interest include: Video Teleconferencing,
  Laptops, Document Imaging, Unix, Engineering   Capabilities,
  Desktop 5, Networking and Real Time. Don't miss this opportunity
  to be face to face with decision makers at Edwards! For Further
  information on this expo, please contact NSBC at (800) 333-6722,
  ask for Marla Feurer (Ext. 201) or e-mail us at shows@nsbc.org.
  Visit our web site at www.nsbc.org.
CITE: (M-359 SN015322)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: SPECIAL NOTICES
SUBJECT: SOURCES SOUGHT FOR ULTRA-LIGHTWEIGHT PUMP
DESC: The fuel handling research and development team of the
   Tank-Automotive and armaments command is interested in developing
  a  ultra-lightweight 350 gallon per minute (GPM) at 275 total
  head,  engine-driven, self-priming, pumping assembly.  The
  pumping assembly  being developed will not exceed the four
  person Carry requirement of 14 7  pounds.  The pump and engine
  may be separate modules to meet this  requirement.  The engine
  shall operate using jp-8 or Diesel fuel.  The  steady-state
  noise produced by the pumping assembly will not exceed 85 
  DB(A) at 39 inches from the basic envelope of the unit.  The
  pumping  assembly will perform in any ambient temperature of
  +130 to -25 F.  The  pumping assembly will not be damaged by
  storage in any ambient temperature  from +160 to -65 F.  The
  inlet (suction) and outlet (discharge) ports  shall be 4-INCH
  quick disconnect, cam-lock couplings.  The contractor  must
  have recent acceptable, demonstrable experience in the field
  discussed.   Firms having interest, capability and appropriate
  background are invited  to submit developmental capability,
  qualifications and experience.   Responses to this synopsis
  should include sufficient information for a  determination
  of the ability to perform the required task as listed above,
   as part of the qualification package.  After statements of
  capability  have been screened a solicitation may be issued
  to those prospective sources  who, in the sole judgement of
  the procuring activity, have the best  potential of successfully
  fulfilling the governments requirements.   Respondents to this
  synopsis will not be notified of the results of the  evaluation
  of information submitted.  Responses to this synopsis shall
  be  provided NLT 35 days from the date of publishing to US
  Army  Tank-Automotive and armaments command, Attn: AMSTA-TR-R/21
  (Mr.  Andrew  schutt), Warren, MI 48397-5000.  This synopsis
  is for information and  planning purposes only and does not
  constitute a solicitation for BIDS or  proposals and is not
  to be construed as a commitment by the government.   All information
  will be supplied at not cost to the government.   Proprietary
  information will be protected.  See NOTE:  N/A.  All  responsible
  sources may submit an offer which will be considered.
CITE: (I-359 SN015335)

[Commerce Business Daily: Posted December 24, 1996]
[Printed Issue Date: December 27, 1996]

PART: SALE OF SURPLUS PROPERTY
OFFADD: General Services Administration, Region 3, Federal Supply
  Service Bureau, Property Management Branch, Sales (3FBPS),
  The Wanamaker Building, 100 Penn Square East, Room 891, Philadelphia,
  Pennsylvania 19107
SUBJECT: SALE OF VEHICLES
POC Contracting Officer, Charles L. Robinson, (215) 656-3938.
DESC: Sealed Bid Sale of surplus Government owned vehicles located
  in Pennsylvania, Maryland, Virginia, and West Virginia. Bids
  will be opened at the GSA, Federal Supply Service Bureau (3FBPS),
  The Wanamaker Building, 100 Penn Square East, Room 860, Philadelphia,
  PA on January 17, 1997 at 3:00 p.m. Inspection is January 06
  through January 10, 1997, from 9:00 a.m. until 3:30 p.m. For
  a Sales Brochure, call (215) 656-3939 and ask for a copy of
  sale number 31FBPS-97-014.
CITE: (M-359 SN015267)