[Commerce Business Daily 1996] [From the U.S. Government Printing Office, www.gpo.gov] [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: National Institute of Environmental Health Sciences, Contracts and Procurement Management Branch, OM, 79 T.W. Alexander Drive, 4401 Building, P. O. Box 12874, Research Triangle Park, NC 27709 SUBJECT: A--MOLECULAR ANALYSIS OF LACI MUTATIONS DERIVED IN THE BIG BLUE TRANSGENIC MOUSE POC Contact Vondia C. Malone, Contract Specialist, (919) 541-0428; Phillip D. Jones, Contracting Officer, (919) 541-0426 DESC: The National Institute of Environmental Health Sciences (NIEHS), National Institutes of Health (NIH),intends to negotiate with the University of Victoria, Center for Environmental Health, Victoria, B.C., Canada as a sole source for a three year extension to existing contract number N01-ES-35365,under the authority of 41 USC 253(c)(1), as set forth on FAR 6.302-1. The University of Victoria will characterize by DNA sequence analysis laci mutants derived in Big Blue mice in a series of validation experiments. Each and every mutant from tissues and animals in these validations studies have been carefully documented and saved. These have been stored and duplicate samples have been transferred to the Center for Environmental Health at the University of Victoria for storage and further analysis. The University of Victoria is the only source that has been provided with the experimental data and is the only source entitled to use these data in further research. Any other source would, at this point, have to repeat the validation studies. Inherent duplication of costs to the Government, restricted access to the data, and unacceptable delays in completing the study make competition unfeasible. See Numbered Note 22. CITE: (I-354 SN014012) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Department of Commerce, Mountain Administrative Support Center, Procurement Division, MC3, 325 Broadway, Boulder, CO 80303-3328 SUBJECT: A--ION TRAP FREQUENCY STANDARD EXPERIMENT SOL NB847700073DT DUE 012097 POC Doris Turner, 303-497-3872; FAX: 303-497-3163 DESC: The National Institute of Standards and Technology (NIST) has a requirement which will be performed between April 1, 1997 through March 30, 1998. The scope of this work will focus on two different ion trap experiments on non-neutral plasma physics and ion trap frequency standards. The non-neutral plasma physics work involves detailed studies of the effectiveness of a rotating field perturbation for controlling the rotation frequency of laser-cooled Be+ or Mg+ ions in a Penning trap. These studies should determine the distortion of the plasma boundary produced by the rotating field perturbation and determine how large a perturbation is required so that there is no slip between the frequency of the applied perturbation and the measured plasma rotation frequency. The ion trap frequency standard work will examine the potential of the 40 GHz ground state hyperfine transition in the 199 isotope of singly-ionized Hg as an accurate microwave frequency standard with a linear rf trap capable of trapping a string of 10 - 50 laser-cooled Hg ions. Previous experience with laser-cooled non-neutral ion plasmas is required. Experience with the use of rotating field perturbations to control the plasma density and rotation frequency in a Penning trap is necessary. Extensive hands-on experience with the set-up and operation of frequency doubled CW lasers with wavelengths in the ultraviolet is a necessity for the completion of this work. The proposed contract action is for services for which the Government intends to solicit and negotiate with only Xiao-Pei Huang under authority of FAR 6.302. Interested sources proposing to supply an equivalent service must submit a written qualification statement clearly establishing capability to meet the above requirements within 30 days from the date of this synopsis. In the absence of other qualified sources, it is the intent of the Government to negotiate a sole source contract under the authority of 41 U.S.C. 253(c)(1) to Xiao-Pei Huang, 987 W. Willow Street, Louisville, CO 80027 as this source is considered to be the only responsible source and no other type of service will satisfy agency requirements. CITE: (I-354 SN014014) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: R&D Contracting Directorate, Bldg 7, 2530 C Street, WPAFB, OH 45433-7607 SUBJECT: A--COMPUTER AIDED ENGINEERING FOR RECONFIGURABLE COMPUTING SOL PRDA #97-07-AAK DUE 021297 POC Contact Mark Sauls, Contract Negotiator, (937) 255-2206, or Bettie Steely, Contracting Officer, (937) 255-2206 DESC: INTRODUCTION: Wright Laboratory (WL) is interested in receiving proposals (technical and cost) on the research effort described in Section B. Proposals in response to this PRDA shall be submitted by 12 Feb 97, 1500 hours Eastern Standard Time, addressed to (Attn: Mark Sauls), WL/AAKD, Building 7, 2530 C Street, Wright-Patterson AFB, OH 45433-7607. Proposals shall not be submitted via facsimile transmission. This is an unrestricted solicitation. Small businesses are encouraged to propose on all or any part of this solicitation. Teaming arrangements between private industry and universities will also be considered and are encouraged. Proposals submitted shall be in accordance with this announcement. Proposal receipt after the cutoff date and time specified herein shall be treated in accordance with restrictions of FAR 52.215-10; copy of this provision may be obtained from the contracting point of contact cited in Section F. There will be no other solicitation issued in regard to this requirement. Offerors should be alert for any amendments to this solicitation that may be published. This PRDA may be amended to allow subsequent submission of proposal dates. Offerors should request a copy of the WL Guide entitled, "PRDA and BAA Guide for Industry". This guide was specifically designed to assist offerors in understanding the PRDA/BAA proposal process. Copies may be requested from the contracting point of contact or obtained via the world wide web site: www.wl.wpafb.af.mil/contract. B--REQUIREMENTS: (1) Technical Description: Reconfigurable Computers (RCs) are digital data and signal processing hardware built from user configurable, commercial-off-the-shelf (COTS) components known as Field Programmable Gate Arrays (FPGAs). RCs offer high performance, dynamic reprogrammability, reduced size of electronics, and adaptability needed for integrated sensor processing and data fusion in strike aircraft. For many avionics applications, reconfigurable computers exhibit from 10 to 100 times the performance of COTS microprocessor chips and general purpose digital signal processor chips because they can be user customized to the application. They are far less costly and offer much of the performance of custom designed Application Specific Integrated Circuit (ASIC) based systems. Because they are reconfigurable, they can be used for and shared by multiple applications, thereby reducing the number of line replaceable modules needed in a system. However, existing software tools limit the effectiveness of this technology. Highly specialized hardware designers must struggle with current Computer Aided Engineering (CAE) software that was not meant to support reconfigurable computing, high percentage FPGA logic utilization, or ASIC level performance. The objective of this effort is to make reconfigurable computing technology more effective for Air Force applications through the development of CAE tools that significantly reduce the level of difficulty and expertise required to program RCs. CAE tools that can synthesize VHDL-93, and/or other high-level algorithmic descriptions onto multiple FPGA implementations are sought. It is a primary goal that these CAE tools have high potential for commercialization in the private sector. Technical problem areas to be addressed include: capture and simulation of new designs; transfer of legacy designs; design transportability across dissimilar FPGAs and RCs; predesigned/pretested function library availability; automatic compilation/synthesis of the reconfigurable logic; partitioning, floorplanning, and routing of the function onto the RC module; and interfacing of the RC module to the design system. Tools shall support the general programming of reconfigurable computers, which includes both co-processing and embedded applications. (2) Deliverable Items: (a) The following deliverable data items shall be proposed: (i) Status Report, DI-MGMT-80368A/T, monthly; (ii) Funds and Man-Hour Expenditure Report, DI-FNCL-80331/T, monthly; (iii) Project Planning Chart, DI-MGMT-80507A/T, monthly; (iv) Contract Funds Status Report (CFSR), DI-MGMT-81468/T, quarterly; (v) Presentation Material, DI-ADMN-81373/T, as required; (vi) Scientific and Technical Reports, Contractor's Billing Voucher, DI-MISC-80711/T, monthly; (vii) Scientific and Technical Reports, DI-MISC-80711/T, (Draft and Reproducible Final); and (viii) Technical Report - Study/Services (Tools Manual), DI-MISC-80508/T. (b) The following additional deliverable items shall be proposed: RC CAE Software Tools. (3) Security Requirements: None. (4) Other Special Requirements: None. C--ADDITIONAL INFORMATION: (1) Anticipated Period of Performance: The total length of the technical effort is estimated to be 24 months. The contractor shall also provide for an additional 4 months for processing/completion of the final report. (2) Expected Award Date: Jul 97. (3) Air Force Estimate: The Air Force funding profile is FY97 - $50K, FY98 - $539K, FY99 - $211K. This funding profile is an estimate only and is not a promise for funding as all funding is subject to change due to Air Force discretion and availability. (4) Type of Instrument: Contract - Cost Plus Fixed Fee (CPFF) or Cost (no fee). Any grant(s) or cooperative agreement(s) awarded will be cost (no fee) or cost sharing and will be subject to the mutual agreement of the parties. (5) Government Furnished Property: None contemplated. (6) Size Status: For the purpose of this acquisition, the size standard is 500 employees (SIC 8731). (7) Notice to Foreign-Owned Firms: Such firms are asked to immediately notify the contracting point of contact upon deciding to respond to this announcement. Foreign contractors should be aware that restrictions may apply which could preclude their participation in this acquisition. D--PROPOSAL PREPARATION INSTRUCTIONS: (1) General Instructions: Offerors should apply the restrictive notice prescribed in the provision at FAR 52.215-12, Restriction on Disclosure and Use of Data, to trade secrets or privileged commercial and financial information contained in their proposals. Proposal questions should be directed to one of the points of contact listed below. Offerors should refer to the instructions contained in the WL "PRDA and BAA Guide for Industry" referenced in Section A of this announcement. Separate technical and cost proposal volumes are required and must be valid for 180 days. Proposals must reference the above PRDA number. Proposals shall be submitted in an original and three (3) copies, and also on disk. All responsible sources may submit a proposal which shall be evaluated against the criteria set forth below in the Section E - Basis of Award. Offerors are advised that only contracting officers are legally authorized to contractually bind or otherwise commit the Air Force. (2) Technical Proposal: The technical proposal shall include a discussion of the nature and scope of the research and the technical approach. Additional information on prior work in this area, descriptions of available equipment, data and facilities, and resumes of personnel who will be participating in this effort should also be included as attachments to the technical proposal and are not included in the page limit discussed below. The technical proposal shall include a Statement of Work (SOW) detailing the technical tasks / phases proposed to be accomplished under the proposed effort and be suitable for instrument incorporation. Offerors should refer to the WL Guide to assist in SOW preparation. Any questions concerning the technical proposal or SOW preparation should be referred to the technical point of contact. (3) Cost Proposal: We anticipate this acquisition being based on adequate price competition. Therefore, to permit a cost realism analysis, the submission of SF 1448, available from the contracting point of contact, is required in lieu of a SF 1411. A suggested format for submission of cost information is available from the contracting point of contact. Contractors are urged to use this format (which may be tailored as needed) in the submission of cost proposals. (4) Page Limitations: The technical proposal shall be limited to 50 pages (12 pitch or larger type), double-spaced, single-sided, 8.5 by 11 inches. The page limitation includes all information, i.e., indexes, photographs, fold-outs, appendices, attachments, etc. (other than the specific exceptions stated above). Pages in excess of this limitation will be removed from the proposal and will not be evaluated by the Air Force. Cost proposals have no page limitation, however, offerors are requested to limit cost proposals to 75 pages as a goal. (5) Proposal On Disk: Offerors shall submit the technical proposal text on DOS 3 1/2" floppy disk(s) in Microsoft Word 7.0 for Windows 95 format. Graphics are optional. (6) Preparation Cost: This announcement does not commit the Air Force to pay for any proposal preparation cost. The cost of preparing proposals in response to this PRDA is not an allowable direct charge to any resulting award, or any other procurement instrument. However, it may be an allowable expense to the normal bid and proposal indirect cost as specified in FAR 31.205-18. E--BASIS FOR AWARD: The selection of one or more sources for award will be based on an evaluation of an offeror's proposal (both technical and cost) to determine the overall merit of the proposal in response to the announcement. The technical aspect, which is ranked as the first order of priority, shall be evaluated based on the following criteria of equal importance: (a) new and creative solutions to the technical problems of developing CAE tools for reconfigurable computers, especially those solutions that have high potential for commercialization in the private sector; (b) the offeror's understanding of the scope of the work; (c) the approach proposed to accomplish the technical objectives; (d) the availability of qualified, experienced technical personnel and corporate ability to commercialize the CAE tools. Cost is ranked as the second order of priority. No other evaluation criteria will be used. The technical and cost proposals will be evaluated at the same time. The Air Force reserves the right to select for award any, all, part, or none of the proposal(s) received. The Air Force reserves the right to award any resulting contract pursuant to the Research and Development Standard Contract Format in DFARS 235.70. F--POINTS OF CONTACT: (1) Technical Point of Contact: Al Scarpelli, WL/AASH, 2241 Avionics Circle, Suite 32, Wright-Patterson Air Force Base OH 45433-7334, (937) 255-7698 x3603. (2) An Ombudsman has been appointed to hear concern from offerors and potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the Contracting Officer, but to communicate contractor concerns, issues, disagreements and recommendations to the appropriate government personnel. All potential offerors should use established channels to voice concerns before resorting to use of the Ombudsman. 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 selection decision. Interested parties should direct all routine communication concerning this acquisition to Mark Sauls, Contracting Negotiator, WL/AAKD, Bldg 7, 2530 C Street, Wright-Patterson Air Force Base, OH 45433-7607, (937) 255-2206. The Ombudsman should only be contacted with issues or problems that have been previously brought to the attention of the Contracting Officer and could not be satisfactorily resolved at that level. These serious concerns only may be directed to the Ombudsman, Mr. Daniel L. Kugel, ASC/SY, Bldg 52, 2475 K Street, Suite 1, Wright-Patterson AFB, OH 45433-7642, E-Mail kugeldl@sy.wpafb.af.mil, (937) 255-3855. CITE: (W-355 SN014271) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: R&D Contracting Directorate, Bldg 7, 2530 C Street, WPAFB, OH 45433-7607 SUBJECT: A--AUTOMOTIVE COMPOSITE PROCESS TECHNOLOGY FOR AEROSPACE SOL PRDA 97-30-MLK DUE 013197 POC Mike Grommon, Contract Negotiator, or Frederick Rueth, Contracting Officer, (937) 255-5051 DESC: Modification to PRDA No. 97-30-MLK, "Automotive Composite Process Technology for Aerospace," published 10 December 1996. An error was made in the description of deliverable items in the announcement. Paragraph B (2) should read as follows: "(2) (a) Status Report, DI-MGMT-80368/T, monthly; (b) Funds and Man-Hour Expenditure Report, DI-FNCL-80331/T, monthly; (f) Project Planning Chart, DI-MGMT-80507A/T, monthly; (d) Contract Funds Status Report (CFSR), DI-MGMT-81468/T, monthly; (e) Presentation Material, DI-ADMN-81373/T, as required; (f) Scientific and Technical Reports, Contractor's Billing Voucher, DI-MISC-80711/T, monthly; (g) Scientific and Technical Reports, Interim Report, DI-MISC-80711/T, semiannual; (h) Scientific and Technical Reports, Interim Report, DI-MISC-80711/T, draft and reproducible final. In addition, the effort shall identify technical data or computer software to be delivered with other than unlimited rights ". The due date for proposals is hereby changed to 31 January 1997. NO OTHER CHANGES TO ORIGINAL ANNOUNCEMENT. CITE: (W-355 SN014290) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: R&D Contracting Directorate, Bldg 7, 2530 C Street, WPAFB, OH 45433-7607 SUBJECT: A--METALLIC MATERIALS AND ELEMENTS FOR AEROSPACE VEHICLE STRUCTURES - MIL-HDBK-5 SOL PRDA 97-32-MLK DUE 021897 POC James Satteson, Contract Negotiator or Frederick D. Rueth, Contracting Officer, (937) 255-5051 DESC: A--INTRODUCTION: Wright Laboratory (WL/MLPO) is interested in receiving proposals (technical and cost) on the research effort described below. Proposals in response to this PRDA shall be submitted by 18 February 1997, 1500 hours Eastern Time, addressed to Wright Laboratory, Directorate of R&D Contracting, Building 7, Area B, Attn: Mr. James N. Satteson, WL/MLKN, Wright-Patterson AFB OH 45433-7607. This is an unrestricted solicitation. Small businesses are encouraged to propose on all or any part of this solicitation. Proposals submitted shall be in accordance with this announcement. Proposal submission after the cutoff date specified herein shall be treated in accordance with restrictions of FAR 52.215-10; copy of this provision may be obtained from the contracting point of contact. There will be no other solicitation issued in regard to this requirement. Offerors should be alert for any PRDA amendments that may be published. Offerors may request a copy of the WL Guide entitled, "PRDA and BAA Guide for Industry." This guide was specifically designed to assist offerors in understanding the PRDA/BAA proposal process. Copies may be requested from WL/MLKN, Wright-Patterson AFB, OH 45433-7607 telephone (937) 255-5051. B--REQUIREMENTS: (1) TECHNICAL DESCRIPTION: The purpose of this effort is to provide for the planning, coordination, and activities necessary to maintain and improve the "Metallic Materials and Elements for Aerospace Vehicle Structures handbook". This activity will serve as the source for statistically generated design allowables and related design information needed for aerospace vehicle structure. This effort is to include continuing assessment of design data requirements for the U.S. Air Force, FAA, Army, Navy and the commercial aviation industry. Design data shall be gathered on conventional and emerging metallic alloys including discontinuously reinforced metal matrix composites produced by both domestic and foreign sources. Emerging materials must be fully developed and production ready. An additional requirement of this effort is to define a procedure for incorporating materials produced by foreign materials suppliers. Certification of design values on a global basis and determination of equivalent test standards which were used to generate raw data are an inherent facet of the overall effort. It is important to demonstrate that the integrity established for determination of "A" and "B" allowables and fastened/joint allowable strengths can be maintained. WL/MLS encourages the exploration of a team approach. If a teaming approach is proposed, the Air Force shall remain as the owner of the document without waiving the right to control the content and provide direction for the effort. New and creative methods which address the cancellation of Mil-Specs and use of other publicly available documents is also an essential part of this effort. (2) DELIVERABLE ITEMS: The following deliverable data items shall be proposed: (a) Status Report, DI-MGMT-80368, monthly; (b) Funds and Manhour Expenditure Report, DI-MGMT-80331/T monthly; (c) Performance & Cost Report, DI-FMCL-80912/monthly; (d) Contract Funds Status Report (CFSR), DI-MGMT-81468/T, quarterly; (e) Presentation Material, DI-ADMN-81373, as required; and (f) Scientific and Technical Reports, DI-MISC-80711/T; Contractors Billing Voucher. (3) ADDITIONAL DELIVERABLE ITEMS: Change Notices and complete revisions of the handbook on a scheduled timetable shall constitute part of the effort. Coordination of meetings twice yearly and distribution of meeting announcements, agendas, minutes and other documentation as needed shall be provided to the aerospace community. Non-paper editions of the handbook in an approved electronic format shall be continually developed to include, text, tables, and figures contained in the latest paper version. The team or contractor will strive to maintain the highest level of reliability while endeavoring to make the document interactive with the needs of the aerospace community. The Air Force will retain ownership of all media versions of the handbook but is willing to discuss concepts for distribution of non-paper versions under this or a separate agreement. (4) SECURITY REQUIREMENTS: This effort is unclassified in nature. It is anticipated that work performed under this contract will be unclassified and that the performance of the effort will not require access to classified material. Offerors are required, however, to have a DD Form 2345 covering pertinent technology on file with the Defense Logistics Service Center (DLSC), Battle Creek MI 49016 (1-800-356-3572). (5) EXPORT CONTROL: No ITAR or export controlled information is to be included in the handbook. Technical approaches to this program are not considered to be critical technology and thus subject to export control laws. International Trade in Arms Restrictions apply. U.S. organizations are asked to contact the cognizant contracting officer immediately if they anticipate the employment of foreign nationals on this program. (6) DISTRIBUTION STATEMENTS: All data and contents of the handbook will remain available to the public after approval for public release is obtained. It is likely that the reports resulting from this effort will be assigned distribution statement "A" (Approved for public release: distribution unlimited). C--ADDITIONAL INFORMATION: (1) ANTICIPATED PERIOD OF PERFORMANCE: The total length of the technical effort is estimated to be 48 months. The contractor shall also provide an additional 5 months for processing/completion of the final report. (2) EXPECTED AWARD DATE: June 1997. (3) GOVERNMENT ESTIMATE: The government anticipates at least one award. (4) TYPE OF CONTRACT: Cost Plus Fixed Fee (CPFF) Completion. Any grants awarded will be cost (no fee). (5) GOVERNMENT FURNISHED PROPERTY: None contemplated. (6) SIZE STATUS: For the purpose of this acquisition, the size standard is 500 employees (SIC 8731). (7) NOTICE TO FOREIGN-OWNED FIRMS: Such firms are asked to immediately notify the Air Force point cited below upon deciding to respond to this announcement. Foreign contractors should be aware that restrictions apply which could preclude their participation in this acquisition. (8) NOTE 26: Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. D-PROPOSAL PREPARATION INSTRUCTIONS: (1) GENERAL INSTRUCTIONS: Offerors should apply the restrictive notice prescribed in the provision at FAR 52.215-12, Restriction on Disclosure and Use of Data, to trade secrets or privileged commercial and financial information contained in their proposals. Proposal questions should be directed to one of the points of contact listed elsewhere herein. Offerors should consider instructions contained in the WL PRDA and BAA Guide for Industry referenced in Section A of this announcement. Technical and cost proposals, submitted in separate volumes, are required and must be valid for 180 days, Proposals must reference the above PRDA number. Proposals shall be submitted in an original and five copies. All responsible sources may submit a proposal which shall be considered against the criteria set forth herein. Offerors are advised that only contracting officers are legally authorized to contractually bind or otherwise commit the government. (2) COST PROPOSAL: The accompanying cost proposal/price breakdown shall be supplied on an SF 1411, together with supporting schedules, and shall contain a person-hour breakdown per task. Copies of the above-referenced forms may be obtained from the contracting office cited. (3) TECHNICAL PROPOSAL: The technical proposal shall include a discussion of the nature and scope of the research and the technical approach. Additional information on prior work in this area, descriptions of available equipment, data and facilities, and resumes of personnel, who will be participating in this effort, should also be included as attachments to the technical proposal and are not included in the page limit. The technical proposal shall include a Statement of Work (SOW) detailing the technical tasks proposed to be accomplished under the proposed effort and suitable for contract incorporation. Offerors should refer to the WL Guide referenced in Section A to assist in SOW preparation. Any questions concerning the technical proposal or SOW preparation shall be referred to the Technical Point of Contact cited in this announcement. (4) PAGE LIMITATIONS: The technical proposal shall be limited to 100 pages (12 pitch or larger type), double-spaced, single-sided, 8.5 by 11 inches. The page limitation includes all information, i.e. indexes, photographs, foldouts, appendices, attachments, etc. Pages in excess of this limitation will not be considered by the government. Cost proposals have no limitations, however, offerors are requested to keep cost proposals to 75 pages as a goal. (5) PREPARATION COST: This announcement does not commit the Government to pay for any response preparation cost. The cost of preparing proposals in response to this PRDA is not considered an allowable direct charge to any resulting or any other contract. However, it may be an allowable expense to the normal bid and proposal indirect cost as specified in FAR 31.205-18. E--BASIS FOR AWARD: The selection of one or more sources for award will be based on an evaluation of an offeror's response (both technical and cost aspects) to determine the overall merit of the proposal in response to the announcement. The evaluation for award shall consider technical aspects and cost factors as they relate to the overall effort. The purpose of the evaluation is to determine the relative merit of the technical approach proposed in response to the announcement. The technical aspect which ranks as the first order of priority shall be evaluated based on the following criteria which are in descending order of importance: (a) ability to demonstrate that integrity and statistical assurance of design data will be maintained; (b) understanding of the complex nature of computation of design allowables known as "A" or "B" values with associated levels of confidence and statistical assurance: (c) process for coordination of meetings, agendas, and documentation of minutes from formal meetings; (d) plan for obtaining data from various resources including alloy producers and aerospace companies; (e) overall approach proposed to accomplish scientific and technical objectives; (f) understanding of harmonization efforts between the FAA and non-domestic airframe industries; (g) proposed approach to address canceled military specifications and use of foreign specifications for foreign produced materials; (h) advancements in joining concepts and generation of design allowables for fastened joints; (i) expanded use of non-government resources; (j) presentation of data for emerging materials and groups of data not sufficient for computation of "A" or "B" allowables; (k) non-paper distribution of data and advancements in media presentation; (l) illustrations of how data presentations and analysis will be conducted; (m) commitment of experienced personnel; (n) the offeror's or team's understanding of problem areas and experience in this area. Cost, which includes consideration of proposed budgets and funding profiles, is a substantial factor, but ranked as the second order of priority. The technical cost information will be evaluated at the same time (o) the organization, clarity, and thoroughness of the proposed SOW. The Air Force reserves the right to select for award of a contract or grant any, all, part, or none of the proposals received. Award of a grant, in lieu of a contract, to universities and nonprofit institutions will be considered and will be subject to the mutual agreement of the parties. F-POINTS OF CONTACT: (1) Technical Contact Point: Engineer, Neal R. Ontko, Wright-Patterson Air Force Base, OH 45433-7707 (937) 255-5128. (2) Contracting/Cost Point of Contact: Questions related to the contract/cost issues should be directed to the Wright Laboratory, Directorate of Research and Development Contracting, James N. Satteson, WL/MLKN, Wright-Patterson Air Force Base, OH 45433-7607, (937) 255-5051. CITE: (W-355 SN014292) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Defense Supply Center Columbus, DSCC-PLI, 3990 E. Broad Street, P.O. Box 16704, Columbus, OH 43216-5000 SUBJECT: A--ADVANCED MICROCIRCUIT EMULATION (AME) SOL BAA 97-PLI-01 DUE 012697 POC Contract Specialist, Scott Savory, (614) 692-7121; Contracting Officer, Cheryl Montoney, (614) 692-7114. DESC: ADVANCED MICROCIRCUIT EMULATION PROGRAM (AME PROGRAM) Broad Agency Announcement (BAA 97-PLI-01). The Defense Logistics Agency is soliciting proposals for its Advanced Microcircuit Emulation (AME) Program. Proposed development concepts should lead directly to Form, Fit, and Function (FFF) emulation capability with demonstrated emulations of microcircuits, hybrids, and/or elements of electronic assemblies as applicable. Proposed concepts must be technically/economically viable and also implement a Low Rate Initial Production (LRIP) capability. Concepts must evidence a realistic near-term viability for an ongoing stand-alone, non-subsidized emulation enterprise. Specifically excluded are: theoretical concepts, proposed studies, concepts not including a turn-key capability for at least a single application area, standard redesign, after market concepts, remanufacture, and non-functional (in the Government's judgment) concepts. The goal of the AME Program is the development, demonstration, implementation and reproducibility (as described in the Proposer Information Packet, see below) of FFF methods of production and supply of non-procurable microcircuits and their related electronic assemblies. AME will be the basis to economically supply DLA's needs for items that have been discontinued or declared non-procurable by the original source of supply or for which the Government anticipates obsolescence problems in the future. Relevant technologies to AME's goal include, but are not limited to: device characterization, device test, microcircuit design, microcircuit fabrication, microwave design, device packaging, hybrid design, hybrid assembly, electronic assembly fabrication, electronic assembly test, and device/assembly qualification. Specific application areas of interest to DLA include: (1) Advanced Digital Devices: The desired capability may be broadly bounded by Large Scale Integration up through Very Large Scale Integration devices. (2) Microprocessors and Microcontrollers: This application area includes both early standard and custom microprocessors (4 bit and bit-slice) up through mid-term microprocessors (16 and 32 bit) and greater. (3) Memory: This application area includes the broad RAM and ROM categories beyond 4K. (4) Hybrid Microcircuits: This application area includes hybrid microcircuits employing components from SSI up to the scale and complexity of the die in the accompanying application areas one through three above. (5) Linear/Analog Devices: This application area includes devices beginning with the low end high performance operational amplifiers and continuing through advanced high performance analog-to-digital (A/D) and digital-to-analog (D/A) converters. (6) Assemblies: This application includes engineering services related to replacement of electronic assemblies or elements thereof with emulated FFF devices. The target assemblies are both printed wiring boards and microwave categories. Efforts in this category are producing/mounting FFF components and also FFF emulation of sub-assemblies and/or assemblies using modern emulation techniques. In addressing all of the application areas, fully integrated emulation capabilities are required with proven in-house or captive design and production capability desired. Further details on individual topics are available in the BAA 97-PLI-01 Proposer Information Package (PIP). PROGRAM SCOPE: Proposals for individual efforts should not exceed five years in length with LRIP implemented no later than the midway point of the third year. Technologies that have a significant impact on key issues related to DLA's mission, such as: massively broadening the emulatable device coverage, economical end item costs, rapid availability, and high end item quality will be given highest priority. Contract awards are expected late in first quarter of FY 97. Total funding for AME is anticipated to be approximately $25,000,000.00 over five years. Both multiple and partial awards are possible. GENERAL INFORMATION: Proposers must obtain the document BAA 97-PLI-01 Proposer Information Package (PIP). The PIP provides further information on areas of interest, the submission, evaluation, funding processes, proposal format, and proposal abstract format. Proposals not meeting format requirements of the PIP may not be reviewed. Internet electronic mail to the administrative address below is the preferred method of requesting the PIP. The PIP will be sent first class mail. Alternately, a proposer may provide a completed prepaid (suitable for 2 pound content) self-addressed overnight US Postal Service Express Mail container to the administrative address below. The PIP will be placed in the container for shipment. Finally a copy of the PIP may also be obtained in person at the address at the end of this announcement. This BAA will remain open for a period of six (6) months from the date of publication. The first cut-off date for receipt of proposals will be 30 days after the date of publication of this announcement. Proposals received on or before 4:00 p.m. EST on the first cut-off date will be considered for initial contract awards. An original and five (5) copies of the Proposal must be submitted to the address at the end of this announcement. Proposers are strongly encouraged to submit a Proposal Abstract in advance of actual proposals. This procedure is intended to minimize unnecessary effort in proposal preparation and review. An original and four (4) copies of each Proposal Abstract must be submitted to the administrative address for this BAA. Upon review, the Government will provide written feedback on the likelihood of a full proposal being selected. Regardless of the results of a Proposal Abstract review, the decision to offer a full Proposal is entirely the responsibility of the offeror. This announcement in conjunction with the PIP, constitutes the total BAA. No additional information is available, nor will a formal RFP or other solicitation regarding this announcement be issued. Requests for additional information, a further and/or revised announcement will be disregarded. The Government reserves the right to select some, none, or all of the proposals received. Evaluation of the proposals will be accomplished through a scientific review of each proposal using the following criteria, which are listed in descending order of relative importance: (1) overall scientific and technical merit, (2) proven, demonstrated captive or in-house capability to produce/fabricate high quality devices (as proposed in the concept), (3) potential contribution to meeting DLA's and the Services' requirements, (4) plans, management structure, and capability to accomplish technology development, implement LRIP, and transition to a self-sufficient stand-alone enterprise (possibly including the use of proposer's resources), (5) Offeror's capabilities and past performance on related efforts, (6) cost realism. Note: Cost realism will only be significant in proposals which have significantly under or over estimated the cost to complete their effort. All administrative correspondence and questions on this announcement, including requests for information on how to submit a Proposal Abstract or Full Proposal to this BAA, must be directed to the administrative contact below. DLA intends to use electronic mail and FAX for correspondence regarding this announcement. Proposals and Proposal Abstracts may not be submitted by FAX, any such so sent will be disregarded. The Administrative Address for BAA 97-PLI-01 is: Scott M. Savory, Defense Supply Center Columbus, ATTN: DSCC-PLI (IAC Research and Development Team), P.O. Box 16704, Bldg. 20, Columbus, OH 43216-5010, Phone (614) 692-7121, FAX (614) 692-6935, electronic mail: Scott--Savory@dscc.dla.mil. CITE: (M-355 SN014305) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: U.S. Army Space and Strategic Defense Command, ATTN: CSSD-CM-CN, PO Box 1500, Huntsville, AL 35807-3801/106 Wynn Drive, Huntsville, AL 35805-1990 SUBJECT: A--KINETIC ENERGY ANTI-SATELLITE (KE ASAT) TECHNOLOGY DEMONSTRATION PROGRAM SOL DASG60-97-C-0039 POC Linda B. Gray, Contracting Officer, CSSD-CM-CN, (205) 955-1187 DESC: KINETIC ENERGY ANTI-SATELLITE (KE ASAT) TECHNOLOGY DEMONSTRATION PROGRAM. The objective of this program is to define, develop, integrate and test the necessary Kill Vehicle (KV), weapon control subsystem component and subsystems technologies to demonstrate hit to kill performance, with debris mitigation, against hostile satellites. It is the intent of the Government to award a contract to Rockwell International Corporation, Rocketdyne Division, 6633 Canoga Avenue, P.O. Box 7922, Canoga Park, California 91309-7922 (See Note 22). This is a follow-on effort to a contract which was competitively awarded in 1990. The proposed contract will exploit prior effort by a phase which will include prototype hover testing and an option for flight testing. Award of this effort to other than the proposed offeror would result in substantial duplication of costs to the Government. The purpose of the effort is to directly pursue development work of the contractor hardware and software together with testing since 1990, via a follow-on development phase. This effort will consist of a hover test of the prototype KV; hardware-in-the-loop (HWIL) testing of all elements of the KE ASAT system; upgrades to tactical performance and flight qualification of the prototype KV subsystems; and debris mitigation and system integration testing to validate the system elements. Data to support the DOD Space Control Architecture study will also be provided through simulation runs and system performance estimates. Testing of the KV seeker on an airborne platform will be investigated to gather seeker performance data that would normally be demonstrated during flight testing. A hover test of the prototype KV is planned for the second quarter in FY97 at the National Hover Test Facility to demonstrate the full-up KV free flight performance. Air bearing testing of the flight qualified KV will be conducted to allow validation of the closed-loop operation of the complete KV with actual flight software. The Weapons Control Subsystem (WCS) will be upgraded at the Army Space Operations Center (ARSPOC) to include: a Mission Control Element (MCE), Battery Control Center (BCC), and Communications Network (CN). The option will extend the period of performance for one year and will execute two flight tests. These flight tests will demonstrate the functionality of the integrated system. A TOP SECRET facility clearance is required. The proposed effort will not be open for oreign participation. In accordance with Note 22, interested firms should submit their written qualifications to this office, ATTN: Ms. Linda Gray, and should reference Letter Contract Number DASG60-97-C-0039. All notices of interest should be submitted within fifteen (15) days of the publication of this notice. Any requests relative to this requirement shall include the requester's nine-digit zip code number as well as business size. The applicable SIC code is 8731 with a small business size standard of 1,000 employees. CITE: (I-355 SN014369) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Defense Supply Center Columbus, DCCC-PLI, 3990 E. Broad Street, P.O. Box 16704, Columbus, OH 43216-5000 SUBJECT: A--ADVANCED MICROCIRCUIT EMULATION (AME) SOL BAA 97-PLI-01 DUE 012697 POC Contract Specialist, Scott Savory, (614) 692-7121; Contracting Officer, Cheryl Montoney, (614) 692-7114 DESC: ADVANCED MICROCIRCUIT EMULATION PROGRAM (AME PROGRAM) Broad Agency Announcement (BAA 97-PLI-01). The Defense Logistics Agency is soliciting proposals for its Advanced Microcircuit Emulation (AME) Program. Proposed development concepts should lead directly to Form, Fit, and Function (FFF) emulation capability with demonstrated emulations of microcircuits, hybrids, and/or elements of electronic assemblies as applicable. Proposed concepts must be technically/economically viable and also implement a Low Rate Initial Production (LRIP) capability. Concepts must evidence a realistic near-term viability for an ongoing stand-alone, non-subsidized emulation enterprise. Specifically excluded are: theoretical concepts, proposed studies, concepts not including a turn-key capability for at least a single application area, standard redesign, after market concepts, remanufacture, and non-functional (in the Government's judgment) concepts. The goal of the AME Program is the development, demonstration, implementation and reproduciblity (as described in the Proposer Information Packet, see below) of FFF methods of production and supply of non-procurable microcircuits and their related electronic assemblies. AME will be the basis to economically supply DLA's needs for items that have been discontinued or declared non-procurable by the original source of supply or for which the Government anticipates obsolescence problems in the future. Relevant technologies to AME's goal include, but are not limited to: device characterization, device test, microcircuit design, microcircuit fabrication, microwave design, device packaging, hybrid design, hybrid assembly, electronic assembly fabrication, electronic assembly test, and device/assembly qualification. Specific application areas of interest to DLA include: (1) Advanced Digital Devices: The desired capability may be broadly bounded by Large Scale Integration up through Very Large Scale Integration devices. (2) Microprocessors and Microcontrollers: This application area includes both early standard and custom microprocessors (4) bit and bit-slice) up through mid-term microprocessors (16 and 32 bit) and greater. (3) Memory: This application area includes the broad RAM and ROM categories beyond 4K. (4) Hybrid Microcircuits: This application area includes hybrid microcircuits employing components from SSI up to the scale and complexity of the die in the accompanying application areas one through three above. (5) Linear/Analog Devices: This application area includes devices beginning with the low end high performance operational amplifiers and continuing through advanced high performance analog-to-digital (A/D) and digital-to-analog (D/A) converters. (6) Assemblies: This application includes engineering services related to replacement of electronic assemblies or elements thereof with emulated FFF devices. The target assemblies are both printed wiring boards and microwave categories. Efforts in this category are producing/mounting FFF components and also FFF emulation of sub-assemblies and/or assemblies using modern emulation techniques. In addressing all of the application areas, fully integrated emulation capabilities are required with proven in-house or captive design and production capability desired. Further details on individual topics are available in the BAA 97-PLI-01 Proposer Information Package (PIP). Program scope: Proposals for individual efforts should not exceed five years in length with LRIP implemented no later than the midway point of the third year. Technologies that have a significant impact on key issues related to DLA's mission, such as: massively broadening the emulatable device coverage, economical end item costs, rapid availability, and high end item quality will be given highest priority. Contract awards are expected late in first quarter of FY 97. Total funding for AME is anticipated to be approximately $25,000,000.00 over five years. Both multiple and partial awards are possible. GENERAL INFORMATION: Proposers must obtain the document BAA 97-PLI-01 Proposer Information Package (PIP). The PIP provides further information on areas of interest, the submission, evaluation, funding processes, proposal format, and proposal abstract format. Proposals not meeting format requirements of the PIP may not be reviewed. Internet electronic mail to the administrative address below is the preferred method of requesting the PIP. The PIP will be sent first class mail. Alternately, a proposer may provide a completed prepaid (suitable for 2 pound content) self-addressed overnight US Postal Service Express Mail container to the administrative address below. The PIP will be placed in the container for shipment. Finally, a copy of the PIP may also be obtained in person at the address at the end of this announcement. This BAA will remain open for a period of six (6) months from the date of publication. The first cut-off date for receipt of proposals will be 30 days after the date of publication of this announcement. Proposals received on or before 4:00 PM EST on the first cut-off date will be considered for initial contract awards. An original and five (5) copies of the Proposal must be submitted to the address at the end of this announcement. Proposers are strongly encouraged to submit a Proposal Abstract in advance of actual proposals. This procedure is intended to minimize unnecessary effort in proposal preparation and review. An original and four (4) copies of each Proposal Abstract must be submitted to the administrative address for the for this BAA. Upon review, the Government will provide written feedback on the likelihood of a full proposal being selected. Regardless of the results of a Proposal Abstract review, the decision to offer a full Proposal is entirely the responsibility of the offeror. This announcement in conjunction with the PIP, constitutes the total BAA. No additional information is available, nor will a formal RFP or other solicitation regarding this announcement be issued. Requests for additional information, a further and/or revised announcement will be disregarded. The Government reserves the right to select some, none, or all of the proposals received. Evaluation of the proposals will accomplished through a scientific review of each proposal using the following criteria, which are listed in descending order of relative importance: (1) overall scientific and technical merit, (2) proven, demonstrated captive or in-house capability to produce/fabricate high quality devices (as proposed in the concept), (3) potential contribution to meeting DLA's and the Services' requirements, (4) plans, management structure, and capability to accomplish technology development, implement LRIP, and transition to a self-sufficient stand-alone enterprise (possibly including the use of proposer's resources), (5) Offeror's capabilities and past performance on related efforts (6) Cost realism. Note: Cost Realism will only be significant in proposals which have significantly under or over estimated the cost to complete their effort. All administrative correspondence and questions on this announcement, including requests for information on how to submit a Proposal Abstract or Full Proposal to this BAA, must be directed to the administrative contact below. DLA intends to use electronic mail and fax for correspondence regarding this announcement. Proposals and Proposal Abstracts may not be submitted by fax, any such so sent will be disregarded. The Administrative Address for BAA 97-PLI-01 is: Scott M. Savory, Defense Supply Center Columbus, ATTN: DSCC-PLI (IAC Research and Development Team), P.O. Box 16704, Bldg. 20, Columbus, OH 43216-5010, Phone (614) 692-7121, FAX (614) 692-6935, electronic mail: Scott_Savory@dscc.dla.mil CITE: (M-355 SN014382) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development--Potential Sources Sought OFFADD: Afftc/pkah Directorate Of Contracting, 5 S. Wolfe Ave., Edwards Afb, Ca 93524-1185 SUBJECT: A--ULTRA-HIGH PERFORMANCE DIGITAL RADIO FREQUENCY MEMORY (UHP-DRFM) SOL F0461197R0027 DUE 011797 POC Betty Sue Stevenson, Contract Negotiator, (805) 275-9451: Liliana J. Michaleski, Contracting Officer, (805) 277-3700 x2229 DESC: The Air Force Flight Test Center (AFFTC) is seeking sources for an anticipated requirement. The government requires the following Ultra-High Performance Digital Radio Frequency Memory (UHP-DRFM) to be designed, developed, and assembled in accordance with the following minimum salient characteristics: Maximum number of targets: up to 256; Number of simultaneous Dopplers: at least 5; Doppler Range: +/- 500 Khz; Doppler Resolution: 1 Hz; Doppler Spurious: >65dBc; Delay Resolution/Step Size: 5 ns; Synthetic CW Modes; Head to Tail and Clipped Pulse; Coordinated Update Modes: Synchronous and Asynchronous; Output Priorities: Scenario Driver vs. Pulse Driven, New Pulse vs. Old Pulse; Number of Bits: Programmable 1 through 14; DRFM Spurious Performance: Typical <70 dBc (+/- 20 Mhz of Carrier) Worst Case -70 dBc; DRFM Flatness: +/- 2dB; DRFM Bandwidth: 200 Mhz and Phase Noise: Determined by 10 Mhz Reference. The contractor shall also be responsible for integrating and ensuring compatibility with the HYPRES, Inc. Analog-to-Digital Converter (ADC) which will be available on 01 Jul 97. Required delivery date for a fully integrated system is 27 Feb 98. Firms possessing the ability to provide the UHP-DRFM are invited to submit their capabilities to the following individual within 21 calendar days of the date of publication of this notice: Mr Ed Grigsby/412TW/EWWE, 195 E Popson, Edwards AFB CA 93524-8290. Also send a copy of the transmittal letter to Betty Sue Stevenson, 5 South Wolfe Ave, Edwards AFB CA 93524-1185. The statement of capability shall be limited to 15 pages and should include, as a minimum, (1) information demonstrating your company's ability to meet the above minimum salient characteristics (2) evidence of past experience (3) related projects and/or existing systems, etc, and (4) business type (large, small or small disadvantaged). Only written responses will be accepted. This synopsis is a request for information and is not to be construed as a commitment by the Government. The government will not pay for any information submitted in response to this synopsis. Notes 8, 25 LINKURL: http://cpf.edwards.af.mil/contract/rfp.html LINKDESC: EMAILADD: stevensb%pk@mhs.elan.af.mil EMAILDESC: CITE: (W-354 SN014003) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: Dept. of the Army, Directorate of Contracting, Attn: ATZS-DKO-I, P.O. Box 12748 ,Fort Huachuca, AZ 85670-2748 SUBJECT: B--SPECIAL STUDIES AND ANALYSES - NOT R&D SOL N/A POC Contact Point, Marilyn Carney, 520-533-1064; Contracting Officer, Patricia Woznick DESC: This notice is being issued to comply with FAR Parts 5 and 6. The Directorate of Contracting, Fort Huachuca, Arizona is proposing to negotiate on a sole source basis an Indefinite Quantity/Indefinite Delivery (IDIQ) contract with Potomac Institute for Policy Studies, Arlington, VA, for Dual Use Technology Development Analyses. This synopsis is also a market survey. This effort will analyze issues involving the selection, development, and insertion of dual use technologies for Defense systems, including identification of future military needs, and the analyses of trends in business processes and practices. In addressing these issues, the emphasis will be on the technical and organizational process changes necessary under post Cold War era conditions, such as diminishing budgets, downsized Defense Industry and Service Labs, commercially driven technology advances, and user needs that may sometimes differ qualitatively from more traditional ones. Some of the solutions will involve the co-development and application of commercial and dual use technologies, and the formulation of new approaches for defining and meeting user needs, as well as adopting best commercial business practices. More specifically, the first task order goals are to: (1) identify and provide an understanding of factors that affect the ability of the Department of Defense to insert technology developed by Government and industry research and development facilities into fielded weapons systems, (2) employ this understanding in formulating approaches which will maximize insertion potentials, and (3) to suggest organizational and procedural changes which will help to effect these unique approaches within the Army, Navy, Air Force and Marines. Potomac Institute is fully cognizant of the issues, techniques, and procedures and does not require the time, or the added expense to become familiar with the required ongoing programs or project requirements. DARPA policy dictates that the contractor for this effort have no current or future involvement in DARPA R&D programs. Potomac Institute is in compliance with this policy. Interested contractors are invited to identify their interest and technical capability, together with the biography of individuals who would be assigned to perform this effort within 15 days following the date of publication of this notice in the CBD. In the interest of time, potential sources are requested to telephone this office (520-533-1064) not later than 2 days after this notice is published of their intent to submit technical capability statements. Written responses to this announcement should be sent to two offices as follows: Patricia Woznick, Directorate of Contracting, P.O. Box 12748, Fort Huachuca, AZ 85613-2748 and Mary Barrett, DARPA, 3701 North Fairfax Drive, Arlington, VA 22203-1714. Fax responses may be faxed to 520-538-0415, ATTN: Marilyn Carney. No collect calls or phone inquiries will be accepted. However, if no response to the market survey is received indicating there are no other sources with the technical capabilities required for this effort, Note 22 shall apply. CITE: (W-355 SN014197) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: Dept. of the Army, Directorate of Contracting, Attn: ATZS-DKO-I, P.O. Box 12748 ,Fort Huachuca, AZ 85670-2748 SUBJECT: B--SPECIAL STUDIES AND ANALYSES - NOT R&D SOL N/A POC Contact Point, Marilyn Carney, 520-533-1064; Contracting Officer, Patricia Woznick DESC: This notice is being issued to comply with FAR Parts 5 and 6. The Directorate of Contracting, Fort Huachuca, Arizona is proposing to negotiate on a sole source basis an Indefinite Quantity/Indefinite Delivery (IDIQ) contract with Potomac Institute for Policy Studies, Arlington, VA, for Dual Use Technology Development Analyses. This synopsis is also a market survey. This effort will analyze issues involving the selection, development, and insertion of dual use technologies for Defense systems, including identification of future military needs, and the analyses of trends in business processes and practices. In addressing these issues, the emphasis will be on the technical and organizational process changes necessary under post Cold War era conditions, such as diminishing budgets, downsized Defense Industry and Service Labs, commercially driven technology advances, and user needs that may sometimes differ qualitatively from more traditional ones. Some of the solutions will involve the co-development and application of commercial and dual use technologies, and the formulation of new approaches for defining and meeting user needs, as well as adopting best commercial business practices. More specifically, the first task order goals are to: (1) identify and provide an understanding of factors that affect the ability of the Department of Defense to insert technology developed by Government and industry research and development facilities into fielded weapons systems, (2) employ this understanding in formulating approaches which will maximize insertion potentials, and (3) to suggest organizational and procedural changes which will help to effect these unique approaches within the Army, Navy, Air Force and Marines. Potomac Institute is fully cognizant of the issues, techniques, and procedures and does not require the time, or the added expense to become familiar with the required ongoing programs or project requirements. DARPA policy dictates that the contractor for this effort have no current or future involvement in DARPA R&D programs. Potomac Institute is in compliance with this policy. Interested contractors are invited to identify their interest and technical capability, together with the biography of individuals who would be assigned to perform this effort within 15 days following the date of publication of this notice in the CBD. In the interest of time, potential sources are requested to telephone this office (520-533-1064) not later than 2 days after this notice is published of their intent to submit technical capability statements. Written responses to this announcement should be sent to two offices as follows: Patricia Woznick, Directorate of Contracting, P.O. Box 12748, Fort Huachuca, AZ 85613-2748 and Mary Barrett, DARPA, 3701 North Fairfax Drive, Arlington, VA 22203-1714. Fax responses may be faxed to 520-538-0415, ATTN: Marilyn Carney. No collect calls or phone inquiries will be accepted. However, if no response to the market survey is received indicating there are no other sources with the technical capabilities required for this effort, Note 22 shall apply. CITE: (W-355 SN014198) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: USDA - Forest Service, Ottawa National Forest, E6248 U.S. 2, Ironwood, MI 49938 SUBJECT: C--A&E - ENVIRONMENTAL IDIQ (INDEFINITE-DELIVERY INDEFINITE-QUANTITY) SOL R9Z-97-05-SS DUE 012297 POC For technical information contact Rick Kell at 906-932-1330; For contractual information contact Janet Peterson at 715-362-1168 DESC: The work contemplated for this contract includes environmental engineering services for the investigation, design and inspection of projects involving hazardous materials (HAZMAT) within the seven National Forests and at the North Central Forest Experiment Station sites located in the states of Michigan, Minnesota and Wisconsin. Work may occasionally be performed outside of these states and for other federal agencies. Projects may include environmental investigations of hazardous waste sites, emergency response to hazardous spills, remediation plan preparation, remedial cleanup, PRP searches, environmental property assessments, sewer and water system design, geotechnical and geophysical exploration of sites, training, CERCLA and NEPA document preparation, perform Natural Resource Damage Assessments in accordance with established federal guidelines, and various other special engineering projects. Due to the variety of projects anticipated, the selected firm(s) must possess a wide range of professional services including environmental engineering, civil engineering, geotechnical engineering, geology, hydrogeology, botany, biology, and public affairs. The selected firm(s) will be required to possess the necessary permits, registrations and licenses that may be required to carry out the tasks ordered under this contract. The firm(s) shall have a broad range of experience with environmental projects performed in accordance with the National Contingency Plan, 40 CFR 300, and under state authorities in Minnesota, Wisconsin and Michigan. Award of the contract is planned for on or about May 1, 1997, for a base period of one year with four optional, 1-year extensions. The services ordered under this contract will be Fixed Price. In order to receive further consideration, the applicant must submit Standard Form (SF) 254 and SF 255 addressing the basic evaluation criteria in NOTE 24, substituting USDA Forest Service where the Department of Defense is shown. Additional criteria to be evaluated include: (6) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. (7) Computer-assisted design capability and capacity (where such design is required). The following information is required to supplement the SF 254 and SF 255: (a) In Block 4 on SF 255, list ONLY people employed by the office submitting the form that will be responsible for the fulfillment of the work, exclusive of any subcontractor or branch offices. (b) In Block 8 on SF 255, list applicable experience in the states listed above that the firm has COMPLETED to the SATISFACTION of the applicable STATE or FEDERAL agency within the last 5 years. (c) In Block 6 of SF 255, identify discipline/service to be supplied by each branch office or subcontractor, including the number of individuals employed by each. (d) Firms must have either in-house or through association with qualified subcontractors and/or consultants, the normal staff and equipment to handle any task so ordered. (e) Indicate the location of firm in relation to the following cities: Cass Lake, Minnesota; Duluth, Minnesota; Park Falls, Wisconsin; Rhinelander, Wisconsin; Ironwood, Michigan; Escanaba, Michigan; and Cadillac, Michigan. Include the location of any branch offices, subcontractors or laboratories that will be involved. Unnecessarily elaborate proposals beyond that required to present a complete, concise, and effective response are not desired. The estimated volume of work is unknown; however, a guaranteed amount of $5,000 will be ordered annually. No single task order will exceed $500,000. Annual orders will not exceed $1,000,000. Typical delivery orders will range between $10,000 and $70,000. See Note(s): 24. CITE: (I-354 SN013998) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: Navy Public Works Center, Washington Navy Yard, Code 222, Bldg 175, Washington DC SUBJECT: C--INDEFINITE QUANTITY CONTRACT FOR COMPREHENSIVE RANGE PLANNING SUPPORT FOR DON SOL N68925-97-D-A557 POC Christine Henderson, Contract Specialist, 202-685-8226. DESC: This is an Indefinite Quantity Contract for Range Planning Support for the Department of the Navy. The Range Planning Office recently established under the Deputy Chief of Naval Operations (Logistics) is responsible for comprehensive planning for training ranges. Tasks under this support contract willl include but not be limited to: weapons safety impact analysis, range safety zone development, noise and airspace analysis, environmental planning, RAICUZ study support and land use planning. The Department of the Navy RAICUZ policy and guidance will be the basis for all analysis. The estimated start date is 03/01/97. The individual fee for one project may not exceed $50,000.00. The contract amount will not exceed $500,000.00. The guaranteed minimum is $10,000.00. The proposed contract is for a term of one year with two one-year options to extend the term of the contract from the expiration date of the base year contract. This will be a firm fixed price (A/E) contract with specific required evaluation criteria, in relative order of importance, including specialized experience and qualifications in the following: (A) Contractor must have working knowledge and experience in areas of military aircraft performance and weapons systems, training requirements, and air-to-ground weapons delivery, (B) Contractor must have working knowledge of the HAZARD methodology used in weapons impact analysis, (C) Contractor must have knowledge and experience in land use planning in the vicinity of military installations, (D) It is preferred that the Contractor have a local metropolitan Washington DC office for planning support. (E) The firm must have the professional capacity to perform mutiple studies and sustain the loss of key personnel while accomplishing the delivery orders within the assigned time frame. (F) Professional Qualifications of the staff to be assigned to this project: Experience, if any of the firm with respect to performance on DOD contracts. Present firm's workload in respect to project team availability (including subcontracting). Each contractor shall also be evaluated in terms of (1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience and technical competence in the type of work required; (3) Capacity to accomplish the work in the required time; (4) Past performance on contracts with Governmnet 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; and (6) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and efficiency in facility design. The A/E's which meet the requirements described in the announcement are invited to submit a completed SF 254 & 255, US Government (A/E) qualifications to the office shown above. Interested firms responding in writing by 23 Jan 97 will be considered for selection. Firms having a current SF 254 on file with this office need not file again, but must submit a completed SF 255 by this closing date. No other general notification to firms under consideration for this project will be made and no further action is required. THIS IS NOT A RFP. SEE NOTE 24. CITE: (I-355 SN014233) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: U.S. Army Corps of Engineers, Philadelphia Wanamaker Building, Room 643, 100 Penn Square East, Philadelphia, Pennsylvania 19107 SUBJECT: C--DESIGN SERVICES FOR THE RENOVATION OF THE AIR MOBILITY WARFARE CENTER, BUILDING NO. 5656, FORT DIX, WRIGHTSTOWN, NEW JERSEY POC Gwendolyn V. McBride, (215) 656-6774. DESC: The U.S. Army Corps of Engineers, Philadelphia District intends to award a firm fixed price contract to Benatec Associates, Incorporated, 101 Erford Road, Camp Hill, Pennsylvania 17011. The contractor will perform an investigation and provide design services to support on-going renovations of the Air Mobility Warfare Center. This award will be made as a sole source under Authority 10 U.S.C. 2304(c)(1), Only One Responsible Source and No Other Supplies/Services will Satisfy Agency Requirements. CITE: (M-355 SN014303) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: Commanding Officer, Navy Public Works Center, Naval Facilities Engineering Command Contracts, Bldg. 55, Pearl Harbor, HI 96860-5470 SUBJECT: C--DESIGN AND ENGINEERING SERVICES FOR THE PREPARATION OF CONSTRUCTION DRAWINGS, SPECIFICATIONS AND COST ESTIMATE FOR THE SHEET PILE REPAIRS TO WHARFS S374 AND A7, PEARL HARBOR, HAWAII SOL N62755-97-R-0943 DUE 012797 POC J. SHIMODA, 808/474-1513/Contracting Officer, A.Yuen, 808/474-1513. DESC: This solicitation is for design and engineering services for repairing the sheet pile bulkhead at Wharf S374, Ford Island and Wharf A7, Bishop Point, Naval Station, Pearl Harbor, Hawaii. The work includes, but is not limited to providing new steel sheetpile bulkhead and tie-back system, cathodic protection system for the new sheet piles, new concrete pile cap, new concrete slab, deck accessories and miscellaneous utility work. The contract may include an amount for post construction award services. These services generally will involve but are not limited to review of construction contractor submittals, preparation of as-built drawings, and office and site consultation services. We will normally not require post construction award services more than 18 months after completion of the design. The project scope(s) may require evaluation and definition of asbestos materials, toxic waste disposition and/or pollution control wrok. Firms must accept these requirements as a part of their contract responsibility. The contract requires that all construction contract specifications use the SPECINTACT system. Estimated construction cost of project is $3,510,000. Estimated design start date is June 1997. We will use the follwing selection criteria, in relative order of importance, to evaluate and select qualified architect-engineer (A-E) firms. (1) Professional qualifications of firm and staff proposed for performance of required services. (2) Specialized recent experience and technical competence of firm or particular staff members in reconstructing piers. Submit a list of (3) references with phone numbers and person to contact. (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. Discuss: a) the process for cost control and the key person responsible, b) the process for compliance with quality control and the key person available, c) the process for compliance with the performance schedule and the key person responsible, i.e., description of how work will be accomplished in the required time, including the composition of the team and availability of staff, and the A-E firm's design quality control practices/techniques. (5) Location in the general geographical area of the project and knowledge of the locality of the projects, list projects completed in that geographical area and give particular conditions of that area, provided, the application of this criterion leaves an appropriated number of qualified firms, given the nature and size of the project. (6) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. (7) The volume of work previously awarded to the firm by the Department of Defense during the previous 12 months shall also be considered, with the object of effecting an equtable distribution of Department of Defense A-E contracts among qualified A-E firms, including small and small disadvantaged business firms, and firms that have not had Department of Defense contracts. This prospective contract is a potential 100 percent set-aside for small business (SB) concerns. The small business size standard classification is SIC 8711 ($13.5 million in annual receipts). A-E firms meeting the requirements described in this announcement must submit complete, updated Standard Forms 254, Architect-Engineer and Related Service Questionnaire, and 255, Architect-Engineer and Related Services Questionnaire for Specific Project to the office shown above. A-E firms' subconsultants must also submit completed Standard Forms 254 and 255. Responding FIRMS SHALL SPECIFICALLY ADDRESS ALL OF the listed selection criteria so the Government can properly evaluate the qualifications of firms APPLYING. FAILURE TO ADDRESS ALL THE CRITERIA may be GROUNDS FOR NON-SELECTION. We need only one copy of all forms. Clearly show the office location where you will do the work and the experience of those that will do the work and their location. Submit forms to this office by 2:00 p.m. HST on 27 January 1997. See Note 24. This is not a request for a proposal. CITE: (I-355 SN014357) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: NASA Langley Research Center, Bid Distribution Office, MS 126, Hampton, VA 23681-0001 SUBJECT: C--ENVIRONMENTAL ENGINEERING SERVICES SOL N/A POC R. Todd Lacks, Contract Specialist, 757-864-2477. DESC: CORRECTION: (This synopsis was published in the CBD on 12/5/96) The posting of the draft Statement of Work and RFO 1-39-AFC.1211 for Environmental Engineering Services on the NASA Langley Internet Procurement Home Page will be postponed until after the holidays. The revised procurement schedule calls for the Draft Statement of Work to be posted on or about January 15, 1997, followed by the RFO on or about February 18, 1997. At such time, potential offerors may access and downloaded both documents from the NASA Langley Internet Procurement Home Page at http://db-www.larc.nasa.gov/procurement/home-page.html. Firms that do not have access to the Internet may request copies of the draft Statement of Work and RFO by calling the LaRC Bid Distribution Office at (757) 864-2547. The technical point of contact for this procurement is John W. Lee. Mr. Lee may be reached by e-mail at john.w.lee@larc.nasa.gov, or by calling (757) 864-3342. The point-of-contact for all other procurement matters is R. Todd Lacks. Mr. Lacks may be reached by e-mail at r.t.lacks@larc.nasa.gov, or by calling (757) 864-2477. Note that this procurement will be conducted under full and open competition guidelines and will include an 8% small disadvantaged business subcontracting goal. This procurement is open to all qualified firms, both small and large businesses. CITE: (I-355 SN014360) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: Department Of The Navy, Naval Facilities Engineering Command, Commander, Atlantic Division, Contracts Office, Code 02231, 1510 Gilbert Street, Norfolk, Virginia 23511-2699 SUBJECT: C--INDEFINITE QUANTITY CONTRACT FOR GEOTECHNICAL ENGINEERING SERVICES AT VARIOUS ACTIVITIES LOCATED WITHIN THE ATLANTIC DIVISION, NAVAL FACILITIES ENGINEERING COMMAND SOL N62470-97-R-3002 DUE 012197 POC Point of Contact - Bayla Mack, 757-322-8271 - Dean Koepp, Head, Contract Support Branch, 757-322-8270 DESC: Correction: This action published in the CBD on 17 December 1996 is amended as follows: The response date for this contract is changed to 4:00 p.m. EST, 21 January 1997. All other information in the original synopsis remains the same. EMAILADD: mackbl@efdlant.navfac.navy.mil EMAILDESC: CITE: (W-355 SN014373) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction--Potential Sources Sought OFFADD: U.S. Army Engineer District, Alaska, ATTN: CENPA-EN, P.O. Box 898, Anchorage, AK 99506-0898 (Physical Address: Bluff & Plum Streets, Building 21-700 (Rm 250), Elmendorf AFB, AK 99506-0898) SUBJECT: C--INDEFINITE DELIVERY ARCHITECT-ENGINEER SERVICES CONTRACT FOR OPERATIONS AND MAINTENANCE (O&M) PROJECTS FOR THE DEPARTMENT OF PUBLIC WORKS (DPW), VARIOUS LOCATIONS SOL DACA85-97-R-0008 DUE 122096 POC Administrative Inquiries: Ms. June Wohlbach, 907/753-5624 or Technical Inquiries: Mr. David Piening, 907/753-5609, Contracting Officer: Ms. Gail West DESC: 1. CONTRACT INFORMATION: This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. The FY97 subcontracting goals for this contract are a minimum of 55% of the contractor's intended subcontract amount be placed with small businesses, 8.5% of that to small, disadvantaged businesses, and 3.0% to woman-owned businesses. The subcontracting plan is not required with this submittal. All responders are advised that this project may be cancelled or revised at any time during the solicitation, selection, evaluation, negotiation and final award. The contract shall be an indefinite delivery firm fixed price. The contract limit is $400,000. The contract may include options for two additional option years and an additional $400,000 per year. There will be no specific delivery order limit except for the contract limit. Contract award is anticipated for Mar 97. 2. PROJECT INFORMATION: The AE selected would be required to have sufficient staff, flexibility, and capability to be available on an as-needed basis. Typical types of services to be provided are evaluating existing HVAC systems, designs to replace heating systems, asbestos/lead surveys, site improvements, landscaping, and design of minor renovations. LOCATION: Various Locations, Alaska. 3. SELECTION CRITERIA: The following selection criteria headings are listed in descending order of importance: (A) specialized experience and technical competence in (weighted equally): (1) design of small mechanical/electrical repair jobs; (2) preparation of plans and specifications for military construction projects; (3) steam/condensate, water, electrical, and sewage utility systems; (4) construction cost estimating, and arctic design experience; (B) professional personnel in the following disciplines (weighted equally): (1) minimum in-house requirements are 1 mechanical engineer and 1 electrical engineer, each with 5 years post-graduate experience; (2) disciplines which may be subcontracted: architectural, civil, structural, fire protection, cost estimating, and a hazardous materials engineer. Responding firms MUST address each discipline, clearly indicate which shall be subcontracted, and provide a separate SF254 and SF255 for each subcontractor necessary. The contractor shall employ, for the purpose of performing that portion of the contract work in the State of Alaska, individuals who are residents of the State, and who, in the case of any craft or trade, possess or would be able to acquire promptly the necessary skills to perform the contract.; (C) past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with schedules; (D) capacity to maintain schedules and accomplish required work on three simultaneous delivery orders; (E) location of the firm in general geographical area of the projects and knowledge of locality: availability of AE staff to meet frequently with DPW personnel in Anchorage and ability to mobilize staff to Alaskan project sites on relatively short notice; (F) volume of DOD contract ards in the last 12 months; and (G) extent of participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. 4. SUBMISSION REQUIREMENTS: Firms submitting SF 255s (1 copy only) should include: (1) organization of proposed project team, (2) responsibilities and authority of key project personnel, (3) relationship of project team to overall organization of the firm, (4) a quality control plan, and (5) in block 8c of the SF 255 include a POC and phone number. The 11/92 edition of the forms MUST be used, and may be obtained from the Government Printing Office, by calling the administrative contact named above, or from commercial software suppliers for use with personal computers and laser printers. Submittals must be received at the address indicated above not later than COB (4:00 pm Alaska time) on the 30th day from the date of this announcement. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business of the next business day. Any submittals received after this date cannot be considered. No additional information shall be provided, and no faxed submittals shall be accepted. Solicitation packages are not provided. CITE: (I-354 SN014022) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction--Potential Sources Sought OFFADD: ACC CONTRACTING SQUADRON, 227 HUNTING AVE, SUITE 301, LANGLEY AFB, VA 23665-2771 SUBJECT: C--ARCHITECT AND ENGINEER SERVICES SOL N/A POC TSgt Bowers, Contract Manager (757) 764-4187 ext. 139; Helen Vaughn, Contracting Officer ext. 133. DESC: Architect-Engineer services are required for award of an Indefinite Delivery Indefinite Quantity type contract for infrastructure maintenance, repair, and construction projects, studies, surveys, engineering evaluations, and training requirements at sites and locations throughout the United States and overseas locations in support of Air Combat Command. Site locations include, but are not limited to, the United States, Panama, Azores, and Southwest Asia. The contracting officer may elect to award multiple contracts from a single synopsis (if elected no more than two awards will be made). The contract will cover a one year basic ordering period with two one year option periods. Delivery Orders, which will be firm fixed price, may be issued on an as required basis for one year from the award date of the contract with a two year option. Total fees will not exceed $750,000 for each year, with no individual delivery order to exceed $299,000. Total fees of $5,000 are guaranteed in the basic year only. Services include surveys, studies, design, construction inspection, installation inspection, and training requirements for various infrastructure projects and programs. Required engineering disciplines include civil, electrical, mechanical, fire protection with supporting architectural and structural. Work includes, but is not limited to, design development of plans, drawings, specifications and cost estimates for contract accomplishment, studies, investigations, training, and services. The successful firm is expected to have the capability to perform 80% or more of the contracted services using their in-house personnel. A-E evaluation factors will include (in order of importance): (1). Specialized experience in renovation, upgrade, repair and construction of commercial and industrial facilities (specifically their supporting infrastructure systems), to include investigation of Pavement Defects and Deficiencies, Airfield Pavements Surface Effects Testing, Pavement Condition Surveys (Airfield, Streets, and Parking Lots), Airfield Pavements Evaluation, Airfield Mission Change Impact Studies, Pavement Drainage Studies, Aircraft Refueling Systems (Dispensing and Storage) Studies, Railroad Trackage Maintenance Repair and Re-Construction Studies, Base Roofing Surveys, Roof Maintenance, Repair, and Replacement Projects, Oversight of Aircraft Arresting System Construction, Electrical Distribution Studies, Fire Protection System Evaluations, Life Safety Studies, Fire Hazards Analysis, Indoor Air Quality Surveys, Water Pressure/Flow Analysis, Water and Sewage Treatment Studies, Water Supply and Conservation Studies, Cathodic Protection System Evaluation, Troubleshooting and Design, Unforeseen Infrastructure Studies, and providing training programs for various infrastructure areas such as Corrosion Control, Radio Fire Alarms, Direct Digital Controls, Roof Surveys, NFPA code, NEC code, American Petroleum Institute Tank Inspection, Industrial Water Treatment, etc. (2) Professional qualifications necessary for satisfactory performance indicated by education, experience, registration and management ability of personnel to be assigned to this contract. Based on anticipated requirements, firms must indicate their professional capabilities and staff availability in the areas of civil engineering, electrical engineering, mechanical engineering, fire protection engineering, estimating, specification writing, construction inspection, and drafting support. (3) Capacity of the firm to accomplish delivery orders in the time required during the entire contract period. (4) Location of the firm from Langley AFB, Hampton VA, in range of: within 40 miles, between 40 and 100 miles, and beyond 100 miles. (5) Experience of the firm with respect to renovation and construction work on Department of Defense contracts primarily, with less weight given to performance on contracts with private industry. (6) Licensing or agreements to operate in the following countries: Panama, Azores, and Southwest Asia. This is not a request for proposal. Response by submittal of 2 copies of Standard Forms 254 and 255 must be received no later than 4:30 p.m. EST, 28 Jan 97. Firms desiring consideration shall submit appropriate data as described in Numbered Note 24. Submittals must be sent to ACC CONS/LGCE, Attn.: TSgt Bowers, 227 Hunting Avenue, Suite 301, Langley AFB VA 23665-2771. EMAILADD: bowersj@acccons.langley.af.mil EMAILDESC: CITE: (D-355 SN014248) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction--Potential Sources Sought OFFADD: USAED WILMINGTON DISTRICT, CONTRACTING DIVISION W81LJ8, PO BOX 1890 (DARLINGTON AVE 28401-1343), WILMINGTON NC 28402-1890 SUBJECT: C--IDC FOR MULTI-DISCIPLINE A-E DESIGN SERVICES FOR VARIOUS PROJECTS IN THE WILMINGTON DISTRICT, NC & VA SOL 129&&&-9612-0003 POC PAUL MASON, CESAW-EP-EE (910) 251-4789; HILDA AYERS, CONTRACT SPECIALIST (Site Code DACW54) DESC: A-E services are required for Indefinite Delivery Contract for multi-discipline (architectural, structural, civil, environmental, electrical and mechanical) design for various projects in North Carolina and Virginia. The contract will be negotiated fr a 12- month performance period with an option to renew for a second 12-month period. Total value of the contract will not exceed $249,000 for each 12-month period with no individual delivery order to exceed $150,000. Multiple contracts may be awrded fromthis announcement. PROJECT INFORMATION: Individual orders will be issued requiring development and preparation of all, or some portion of, drawings, specifications, design analyses, and cost estimates required for alterations, new construction, maintenance and repair projects. Orders may require HTRW investigations. Responding firms should indicate ability to provide support in all above disciplines either by in-housesources or by consultants. Design products will be required in Intergraph Microstation CADD files (files having the ".dgn" extension) and Intergraph In-Roads surface model files (files having the ".ttn" or ".dtm" extension). Detailed construction cost estiates will be required in the MCACES format. SELECTION CRITERIA: Evaluation criteria, listed in descending order of relative importance, have been established for this requirement as follows: A. Experience of the firm and personnel qualifications in design and preparation of plans and specifications for varied projects. B. Capacity of the firm to respond to and complete individual work orders in a shrt time period. C. Past performance on DOD contracts. D. Knowledge of the locality: Familiarity with the conditions and regulations effecting work in North Carolina and Virginia. E. SB and SDB participation: Extent of participation of small business, smalldisadvantaged business, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated cost. F. Equitable Distribution of DOD Contracts: Volume of DOD contract awards in the last 12 months as described in Note 24. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capailities to perform this work must submit a copy of the SF 255 (11/92 edition) and a copy of the SF 254 (11/92 edition) for the prime and all consultants to the above address not later than the CLOSE OF BUSINESS on the 30th day after the date of this announement. If the 30th day is a Saturday, Sunday or Federal holiday, the deadline is the close of business of the next business day. Applicants may supplement the forms with other information deemed appropriate. Solicitation packages are not provided. This is not a request for proposal. SIC CODES: 8711 and 8712. NOTE: THIS PROPOSED PROCUREMENT IS UNRESTRICTED. CITE: (I-355 SN014285) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction--Potential Sources Sought OFFADD: Farm Service Agency (formerly Agricultural Stabilization and Conservation Service), 10500 Buena Vista Court, Des Moines, IA 50322 SUBJECT: C--ARCHITECT AND ENGINEER SERVICES SOL SO-7-18w-RFP DUE 013097 POC Contracting Officer: Debra L. Stevens, (515) 254-1540, ext. 608. DESC: Professional land surveying services are required to stake and describe by survey of record legal descriptions for conservation easements and homestead protection rights on Farm Service Agency (FSA) custodial and inventory properties. Surveys may also be required in conjunction with loan servicing actions. The properties could be located anywhere in Iowa. Selection of firms shall be through an order of preference per county based on demonstrated competence and qualifications necessary for the satisfactory performance of the type of professional services required. Firms submitting qualifications should have on staff at least one surveyor licensed in the State of Iowa. No attempt will be made to measure a land surveyor or firm in terms of length of time as a surveyor, years in operation, nor affiliation with professional societies through membership or publication. A&E selection criteria include (in descending order of importance): (1) Professional qualifications necessary for satisfactory performance of required services and a description of the role of the licensed Land Surveyor in all phases of the project; (2) Specialized experience and technical competence in retracement procedures for section subdivision, proportioning corners and rules of evidence applied to original corner searches and a description of the approach used to resolve problems resulting from conflicts of surveys, possession, or title; (3) Capacity to provide adequate and appropriate skilled personnel to complete the work and an estimate of the average time to complete the work (assuming weather is not a factor); (4) Past performance on contracts with Government agencies and private industry in terms of quality of work (provide a sample of similar survey), cost control (provide an explanation of the relevant factors used in establishing price of sample survey submitted), and compliance with performance schedules (Note: Responses to this item shall constitute completion of items 10 and 11 on the SF 254. A minimum of three projects and a maximum of five meet this requirement.); and (5) Geographical location of firm, listing of Iowa county(ies) in which work is desired, and knowledge of each designated county. The estimated number of surveys needed for a twelve month period is expected to be fifteen; therefore, it is anticipated that each survey will be procured under individual purchase order. All responsible sources are encouraged to request a solicitation package. To be considered, firms shall submit the completed solicitation package, an SF 254, and provide a narrative summary for each supplementary item identified above. Submissions shall be addressed to Debra Stevens, Farm Service Agency, 10500 Buena Vista Court, Des Moines, Iowa 50322. CITE: (M-355 SN014312) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: 50 CONS/LGCW, 66 Falcon Parkway, Suite 49, Falcon AFB, CO 80912-6649 SUBJECT: D--ON-SITE SURVEY OF SELECTED COMMUNICATIONS ARCHITECTURE AND MISSION EQUIPMENT SOL FA255097Q0136 DUE 010997 POC MSgt Vince Benavente, (719)567-3847 DESC: This is a combined synopsis/solicitation -- this announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The request for quotation number is FA2550-97-Q0136. The solicitation and resulting purchase order will incorporate provisions and clauses applicable to a service effort and in effect through Federal Acquisition Circular 90-47. This solicitation is issued to Accugraph Services Group, however, any responsible source may submit a quotation which will be considered. SIC 7379 applies. The Service Contract Act of 1965, as amended and Blanket Wage Determination No 94-2079 dated 12 Dec 1995 apply. CLIN 0001, Site Survey, 1 Job $______________. Place of performance is Falcon AFB, Colorado. This is a limited access area, and the Government will provide escorts for contractor personnel. Firm-fixed price quotations are due in writing by 2 PM, 9 Jan 97. at 50 CONS/LGCV, Bldg T-66, Falcon Parkway Ste 49, Falcon AFB, CO 80912-6649, FAX719-567-3809. Questions, call MSgt Vince Benavente, 719-567-3847. The site survey requirements are as follows: Geographical Information System (GIS) Survey. 1. Non-Personal Service: Contractor to provide all tools, parts, materials, labor, and transportation necessary to provide the following service: 2. The 50th Logistics Support Squadron located at Falcon Air Force Base (FAFB), CO has a requirement for an on-site survey of selected 50th Space Wing communications architecture and mission equipment. During the course of the survey, circuit architecture and equipment profile date gathered will be input into an appropriate Oracle database structure; facilities, equipment, cabling and cabling, and cable paths will be identified and graphically modeled into AutoCad as-built configuration drawings; and all captured information must be 100-percent compatible with, and usable by the Accugraph (Windows NT & UNIX) communications network management software suites. There is no government furnished equipment (GFE), and survey personnel will require escort once inside the secured area (see para 6 for escort requirements). Data generated under this contract will be considered property of the U.S. Government. the Accugraph software and all data associated with this survey will be integrated with GFE and/or information to demonstrate and validate an overarching Wing GIS capability. Once validated, all deliverables under this contract will be provided by the Government to the Site Integration and Support Contract as GFE for further GIS development and testing. 3. The survey may begin as early as 13 Jan 1997 but no later than 21 Jan 1997, and must be completed no later than 30 calendar days after survey start in order to accommodate a GIS demonstration for 50 SW/CV, 50 LG/CC, 50 OG/CC, and 50 SPTG/CC. a. FAFB Bldg 300 areas to be surveyed have been prioritized and are as follows: - Falcon BNCC (1st floor, Rm 153) - LAN Help Desk area (1st floor, Rm 153) - 50 SW Command Section (3rd floor, Rm 301) - 50 LG Command Section (3rd floor, Rm 311) - 50 LG Conference Rm (3rd floor, Rm 331) - 50 OG Command Section (2nd floor, Rm 201) - 50 SPTG Command Section (1st floor, Rm 147) - 50 SPTG Conference Rm (1st floor, Rm 145) - Telecommunications Center (1st floor, Rm 101) 4. For each identified area, the survey is intended to capture data communications (voice and LAN) architecture down to the individual wire level. In addition, physical facility configuration and layout will be captured to reflect actual locations and routing. All captured information will be input/modeled into electronic format for utilization by the Accugraph (Windows NT & UNIX) software suite. 5. The only exception to the above requirements will be the FAFB Telecommunications Center (1st floor, Rm 101). In consideration of its degree of difficulty to capture and survey time constraints, Rm 101 is intentionally the last area for survey. As such, minimum rm 101 requirements are to capture physical room configuration, location and footprint of all equipment, and complete modeling of at least one (1) equipment rack down to the prot level. If remaining survey hours are available, those hours should be expended gathering data down to the individual wire level for the remainder of Rm 101. 6. The contractor shall comply with Falcon AFB security requirements and coordinate with the Security Police and 50 LSS/SCT Security Manager, Mrs Attzje Deubach (719)567-7404 for required paperwork and security clearance. The government will provide all security escorts. EMAILADD: benavent@fafb.af.mil EMAILDESC: CITE: (W-354 SN014017) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: Defense Personnel Support Center, Attn: DPSC-PBB, Bldg. 6-1-D, 2800 South 20th Street, Philadelphia, PA 19145-5099 SUBJECT: D--CELLULAR PHONE SERVICE SOL SP010397R0002 DUE 021097 POC Ellen Lester/215-737-5875, Contracting Officer, Frank Holder/215-737-2257 DESC: The Defense Personnel Support Center, Philadelphia, PA has a requirement for cellular phone service for the Tri-State area (PA, DE and NJ) including peak, off-peak and roaming services. All requests for solicitation must be sent to Defense Personnel Support Center, ATTN: Ellen Lester/DPSC-PBB, 2800 South 20th Street, Philadelphia, PA 19145 or fax to 215-737-7942, ATTN: Ellen Lester. EMAILADD: eplester@dpsc.dla.mil EMAILDESC: e-mail CITE: (W-355 SN014168) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: DOT/Volpe National Transportation Systems Center, 55 Broadway, Kendall Square, Cambridge, MA 02142 SUBJECT: D--RENEWAL OF LICENSING AGREEMENT FOR PROPRIETARY SOFTWARE USED FOR CRASHWORTHINESS STUDIES AND DEVELOPED STRUCTURAL AND L MODELS SOL DTRS57-97-Q-80058 DUE 123196 POC Karen Marino, Purchasing Agent, 617/494-2437. DESC: The Volpe Center plans to procure a sole source simplified acquisition from Livermore Software Technology Corporation (LSTC), Livermore, CA for the renewal of a proprietary software license agreement. The Volpe Center has been supporting NHTSA in conducting engineering studies which include automobile modeling and crashworthiness evaluation and biomechanical modeling and analysis. These studies depend on finite-element analysis of complicated vehicle and biomechanical structures. Under the terms of the site license, the proprietary LSTC codes may be installed on up to 35 Unix workstations at the Volpe Center and various NHTSA locations. Small Business firms classified under SIC code 1711 interested in competing must demonstrate in writing to the Contracting Officer within 15 days of the publication of this synopsis that they possess the rights to the proprietary codes and are capable of fulfilling the requirement. Small Business firms will be required to submit documentation in support of the above for evaluation by the Government prior to receiving a quotation. A single award will result from this solicitation. NO telephone requests will be accepted - only written requests for this quotation will be accepted however, we will accept requests for this quotation via facsimile, at (617)494-3649, ATTN: Karen Marino, DTS-852. CITE: (I-355 SN014237) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: Department of the Treasury, Internal Revenue Service, (M:P), 6009 Oxon Hill Road, Suite 700, Oxon Hill, MD 20745 SUBJECT: D--INTEGRATED COLLECTION SYSTEMS (ICS) MAINFRAME MAINTENANCE SOL TIRNO97R00012 DUE 021997 POC Contract Specialist, Romaine A. Wilkins, 202-283-1264 DESC: This request for proposals (RFP) for FIP resources support consists of equipment maintenance and related support services. These services are currently being performed under IRS contract TIRNO-91-D-00038 with Lockheed Martin Federal Systems Co. The sandard industrial classification (SIC) code is 7378. The acquisition will be a total small business set-aside. The contract will have a one year base contract period, and three one-year options to extend. The FIP resources are located at the two IRS computng centers located in Martinsburg, WV and Memphis, TN; and at the IRS' nine service centers located in Andover, MA, Atlanta, GA, Austin, TX, Holtsville, NY, Covington, KY, Fresno, CA, Kansas City, MO, Ogden, UT, and Philadelphia, PA. Equipment maintenance shall consist of the labor, tools, diagnostic software and parts required to perform on-site preventive maintenance and remedial repair on either an on-call or per-callbasis, or a combination of both. The required remedial maintenance support will be available up to 24 hours per day, seven days per week, at each site, with a response time of two hours. Equipment to be supported includes IBM plug compatible mainframe procssors, communication controllers, and peripherals devices such as DASD, tape drives, printers, and terminals. Support Services shall consist of maintenance related systems engineering services such as repair, testing, installation, removal, and configuration of equipment. The contract will support the addition, removal, and substitution of equipment. The estimated issue date for the solicitation i February 5, 1997, with proposals due on or about March 26, 1997, with the contract award scheduled for October 1, 1997. Telefax requests will be accepted at (202) 283-1533. Telephone requests will not be honored. You may obtain the solicitation from the IS Procurement Bulletin Board System (BBS). 1. To access the BBS dial (202) 799- 0943. 2. To gain access your system set at the following defaults: 9600 Baud, No Parity, 8 databits, 1 stop bit. 3. 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. 4. At the Main Systems Menu, Type "L" then press (ENTER). 5. Type "S"to select a library then press (ENTER). 6. Type "SBPO" then press (ENTER). 7. Type "F" then press (ENTER) to view a list files. 8. To download a file enter D(filename)(ZMODEM) then press (ENTER). Note: The ICS Maintenance RFP filename is ICSMFMNT.EXE. 9. T exit the BBS and/or any menu, type "X". The systems are operating 24 hours a day, 7 days a week. See Note(s) 1 and 26. CITE: (I-355 SN014277) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: DISA/DITCO/DTS41, 2300 East Drive, Scott AFB, IL 62225-5406 SUBJECT: D--AMDAHL, IBM, MEMOREX, TELEX AND STAR HARDWARE MAINTENANCE SOL DCA200-97-Q-0047 DUE 010797 POC Pamela Hall, 618-256-9491 DESC: The Defense Information Technology Contracting Organization (DITCO), Scott AFB, IL intends to issue a Purchase Order for hardware maintenance for an Amdahl 5890-600E CPU and miscellaneous IBM, Memorex, Telex and Star peripheral equipment to be performed at DCTF, 1010 Gause Blvd, Slidell, LA 70145 for the period 1 Feb 97 to 30 Sep 97. The anticipated request for quote (RFQ) date is 9 Jan 96. Interested vendors can obtain the RFQ by faxing a request to 618-256-9414 under solicitation number DCA200-97-Q-0047 - oral requests for quote will not be accepted. CITE: (W-355 SN014314) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: U.S. Department of Labor, Procurement Services Center, 200 Constitution Ave, NW, Room N-5416, Washington, DC 20210 SUBJECT: D--INFORMATION RETRIEVAL SERVICES SOL RFP L/A 97-08 POC Leonard L. Bednar, (202) 219-6445/Contracting Officer, Phyllis R. McMeekin, (202) 219-6445. DESC: The Contractor will be required to produce the data necessary for an accurate demographic and employment profile of crop farmworkers at a national and, for some variables, at a regional level. The period of performance is anticipated to be from the date of award through FY1998 and two one-year option periods. The current contract, J-9-M-3-0038, is scheduled to expire on September 27, 1997. The incumbent contractor is Aquirre International, a firm located in San Mateo, California. It is anticipated that a transition period will be necessary if the awardee of the new contract is a vendor other than the incumbent. Consequently, the Government will attempt to award a new contract several months prior to the current contract`s expiration date. Offerors must submit written requests for the solicitation and those requests must reference the solicitation number(RFP L/A 97-08). The Government will consider requests from all responsible vendors that are small businesses. The small business size standard is $18 million and the SIC code is 7375. Only one award is anticipated. See Numbered Notes 1 and 26. CITE: (I-355 SN014341) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968 Gilbert St., Suite 600, Norfolk, VA 23511-3392 SUBJECT: D--FEDERAL INFORMATION PROCESSINIG (FIP) DEVELOPMENT SERVICES SOL N00189-91-D-0404 POC Ms. Janice Brindley, (757) 444-3047/Contracting Officer, Ms. Paulette Spruill, (757) 444-4006 DESC: Under Contract N00189-91-D-0404, the Government intends to negotiate on a sole source basis with Lockheed Martin Tactical Systems, Inc. to increase FIP development services. The increased services shall run through 31 March 1997 until the follow-on contract is awarded. The estimated cost of the increase is $1,211,393.97. The services are required by the Officer in Charge, Fleet Combat Direction Systems Support Activity. LINKURL: N/A LINKDESC: EMAILADD: hrdet9@mindspring.com EMAILDESC: Division CITE: (W-355 SN014380) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services--Potential Sources Sought OFFADD: 5600 Fishers Lane, Room 5-95, Rockville, MD 20857 SUBJECT: D--ADP SUPPORT SERVICES SOL 97M366446 POC Susan P. Moran, Contract Specialist, (301) 443-0705; fax (301) 443-8488 DESC: DHHS/PSC/AOS/ADP Acquisitions Branch intends to acquire expert technical assistance in the development of an integrated database containing data from five states and to perform secondary analyses of these data. These data were collected from adolescents involved with the criminal justice system and include self report information on substance abuse and dependence, need for treatment, and objective measures (e.g., urinalysis, breathalyser, blood, hair) data using an automated data collection system, known as SANTA, and loaded onto laptop computers. These data and analyses will be used as input in designing programs to support the Fiscal Year 1998 Youth Initiative. ADP Support Services include data cleaning and editing raw data files; merging SANTA software files and objective measures files; database development; finalizing an analytic plan; and, performing the analyses. The Government knows of only one source, the Center for Substance Abuse Research (CESAR) at the University of Maryland (UM), capable of providing the required support services utilizing the SANTA software required to collect the data being analyzed which was developed by CESAR, UM. CESAR was responsible for training many of the states using the software and for providing technical updates to all of the states using the SANTA software. The states only have access to the compiled program executable code, and do not have access to the program source code. The source code for the SANTA software is proprietary and ownership rests with the UM. The period of performance shall be from the effective date of the order through August 1, 1997. If no affirmative responses are received within 16 days, the Contracting Officer shall issue a purchase order to CESAR, UM. No solicitation document exists; therefore, requests for such documents shall be considered invalid responses. No award shall be made solely on the basis of any response to this notice. All responsible sources may submit a response which will be considered. Responses must be in writing and must refer to 97M366446, Attention: Susan Moran. Vendors must provide sufficient technical documentation to demonstrate the capability to satisfy the requirements, complete pricing information including all charges within 16 days from the date of this publication. See Numbered Note 22. CITE: (I-354 SN013997) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services--Potential Sources Sought OFFADD: 38lS/LGCX, 4022 Hilltop Rd Ste 211, Tinker AFB OK 73145-2713 SUBJECT: D--LOCAL EXCHANGE SERVICE FOR USAF RECRUITING OFFICE, LORAIN OR SOL N/A DUE 012497 POC Lily Block, Contract Specialist, 38 LS/LGCX, (405) 734-9297 DESC: This is a sources sought market survey synopsis for vendors certified by the Ohio Public Utility Commission to provide local telephone exchange services. The primary service requirement is local access commercial business lines, transport channel services, and related functions at the USAF Recruiting Office located at 300 Broadway, Lorain, OH 44052. These exchange services do not include residential or business services for non-government entities co-located with the USAF Recruiting Office. This USAF Recruiting Office is presently serviced by 3 commercial business lines with one Voice Mail and one Call Forward feature provided by Century Telephone Company. Local exchange services are required to enable Government users to access the following: local and intra-LATA exchange areas, and interconnection with inter-LATA exchange carriers. The local exchange service shall include business centrex software and features, such as DTMF dialing, call forwarding, called ID or voice mail. The vendor shall provide number portability for the current directory numbers. Requirements for new directory numbers shall be within the existing NXX until exhausted. Access to the local exchange shall include Emergency 911 services and functions. The vendor shall provide access to directory number information; e.g., NPA-555-1212 or 411. The vendor shall provide access to operator services for subscriber line verification or barge-in, extend to long distance providers, and assistance with other exchange access functions. Demarcation of commercial business lines shall be at the recruiting office and shall include the end instrument. If ISDN BRI are installed, the U-Loop shall be extendible into the Recruiting Office to install NT1 interfaces. The vendor shall provide and arrange billing in monthly increments itemized by directory number. Billing shall be provided in paper format. Firms interested in providing local exchange services and media requirements for the USAF Recruiting Office in Lorain, OH are requested to provide a summary of technical and financial information concerning their certifications (by type; i.e., facility or non-facility based by service area), applicable tariffs, capabilities, experience (current services or contracts to include points of contact), hardware assets and access to switched services and corporate background in the telecommunications industry. Offerors must provide specific information as to how the services listed in this synopsis would or could be satisfied. Only firms submitting acceptable technical and financial statements or resumes will be solicited or considered for competitive proposals or evaluation and selection under multiple tariffed services. Responses should be limited to approximately 25 pages or less. All replies should be forwarded to the contracting officer. Sources Sought announcements are placed on the 38EIW Homepage, https://www.eiw38.af.mil/contracting/lgcx/lgcx.htm under the Specialized Contracting Section, CSA Branch. All questions and replies should be forwarded to the contracting officer 38LS/LGCX, Attn: Ms Cindy Obermeyer, 4022 Hilltop Road, Suite 209, Tinker AFB, OK 73145-2713, Telephone: (405) 734-9297, Fax: (405) 734-9537, or e-mail Cindy.Obermeyer@mailgate.eiw38.af.mil. Responses to the synopsis are due by 21 Jan 97 CITE: (W-355 SN014243) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) 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--REMOVAL/DISPOSAL OF MEDICAL WASTE, EGLIN AFB FL SOL F08651-97-B-0066 DUE 012397 POC Jennifer Farmer, Contract Specialist, 904-882-5072 ext, 5249; Rickey C. Dean, Contracting Officer, 904-882-4418 ext. 5266 DESC: Correction: Initial synopsis published on or about 19 Nov 96 is corrected as follows. This procurement is an open competition acquisition in accordance with the Small Business Competitiveness Demonstration Program (Far 19.1005). All other information remains the same. CITE: (W-355 SN014188) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: USDA, Forest Service, Lolo National Forest, Attn: Contracting, Building 24, Fort Missoula, Missoula, MT 59804 SUBJECT: F--HAND TREE PLANTING SOL R1-16-97-080Q DUE 020497 POC Contact Point, Judy Martin, 406/329-3889, Contracting Officer, Joan A. McNab, 406/329-3766 DESC: The Forest Service requires hand tree planting of approximately 320 acres on the Ninemile Ranger District, Lolo National Forest, Missoula County, Montana. This project will be advertised as a written quotation and will be solicited under the new Simplified Acquisition Procurement (SAP) rules. Quotes are due February 4, 1997. Estimated start work date is April 7, 1997. The performance period is approximately 40 calendar days. All responsible sources may submit a quote which will be considered. CITE: (I-355 SN014208) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: USDA Forest Service, Black Hills National Forest, RR 2 Box 200, Custer, SD 57730 SUBJECT: F--STAND EXAM - BEARLODGE RANGER DISTRICT SOL RFQ RMAST-97-019CC DUE 011797 POC Contact Brenda Oster 605/673-2251, Charlotte Carter, Contracting Officer DESC: Project consists of inventorying 22 locations with approximately 1805 total units. Project has two bid items. Bid item one is for stand exam with 125 calendar days for contract time and bid item two is for stand exam and old growth scorecards for 138 calendar days for contract time. Only one bid item will be awarded. Located on the Bearlodge Ranger District, Crook County, Wyoming, Black Hills National Forest. See Numbered Note No.1. CITE: (I-355 SN014213) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: H--Quality Control, Testing and Inspection Services OFFADD: National Council on Disability, 1331 F Street, NW., Suite 1050, Washington, DC 20004-1107 SUBJECT: H--DEVELOP AND COORDINATE A STUDY ON MONITORING THE IMPLEMENTATION OF THE AMERICANS WITH DISABILITIES ACT, THE FAIR HOUSING ACT, THE AIR CARRIERS ACCESS ACT, AND THE INDIVIDUALS WITH DISABILITIES EDUCATION ACT (PART B) SOL AD4 DUE 032197 POC Janice Mack, (202) 272-2004, TT (202) 272-2074. DESC: The National Council on Disability is seeking an independent contractor to develop and coordinate a study on the implementation of the Americans with Disabilities Act, the Fair Housing Act, the Air Carriers Access Act, and the Individuals with Disabilities Education Act (Part B). The study would evaluate the effectiveness of enforcement, compliance and public information efforts by relevant government agencies, and make recommendations accordingly. Such a plan should project a nineteen (19) month implementation work schedule. All responsible sources may submit a proposal which shall be considered by the agency. The approximate release and closing dates are 21 February 97 and 21 March 97, respectively. The estimated contract period of performance is nineteen months. Requests for copies of the RFP may be made by mail or picked up on or after the issue date at the above address. All requests shall reference the RFP number and title of the RFP. CITE: (M-355 SN014316) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: H--Quality Control, Testing and Inspection Services--Potential Sources Sought OFFADD: NASA/Goddard Space Flight Center, Wallops Flight Facility, Code 218, Wallops Island, VA 23337 SUBJECT: H--INSPECTION AND EVALUATION OF NIKHA, BLACK BRANT, AND OTHER SOUNDING ROCKET PYROS/MOTORS SOL RFP5-99999-607 DUE 010997 POC Mickey M. Merritt, Contract Specialist, 757-824-1592, mickey.m.merritt.1@gsfc.nasa.gov, Richard M. Swanson, Contracting Officer, 757-824-1426, richard.m.swanson.1@gsfc.nasa.gov. DESC: THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. Goddard Space Flight Center (GSFC), Wallops Flight Facility (WFF), is seeking qualified sources capable of inspecting and evaluating Nikha, Black Brant, and other Sounding Rocket Pyros/Motors. Primarily the inspection will involve the Black Brant motor from Bristol Aerospace. Approximately 130 tangent views and 30 full views are necessary. Level of inspection on these motors is 2-IT using #9 circular lucite IQI (Image Quality Indicator) for the body view and #4 rectangular lucite IQI for the slot (See MIL-STD-453C). Dimensional and chemical information can be obtained by the Rocket Motor Manual CPIA/M1 dated March 1981 (latest update July 1994). All interested sources are encouraged to submit information that supports their ability to perform and successfully complete the required services to NASA, Goddard Space Flight Center (GSFC), Wallops Flight Facility (WFF), Attn: Mickey M. Merritt, 757-824-1592, fax 757-824-1974, E-Mail Address: Mickey M. Merritt.1@gsfc.nasa.gov, within 20 days from the date of this publication. This sources sought synopsis is provided to assure inclusion of interested firms on the eventual solicitation documents from which a contract will be awarded. A formal synopsis of this procurement will be published electronically and in the Commerce Business Daily, pursuant to FAR 5.2. The solicitation and any documents related to this procurement will be available over the Internet - these documents will reside on the World-wide Web (WWW) server which may be accessed using client browsers, such as MOSAIC or NETSCAPE. It is the Offeror's responsibility to monitor this site for solicitation release. Potential offerors will be responsible for downloading their own copy of the solicitation. Electronic versions of the documents will be provided on the World Wide Web at http://genesis.gsfc.nasa.gov/procure.htm, and by anonymous ftp to genesis.gsfc.nasa.gov/public/web/solicita. CITE: (I-355 SN014329) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Supervisor of Shipbuilding, Conversion and Repair, USN, Post Office Box 280158, Mayport Naval Station, Jacksonville FL 32228-0158 SUBJECT: J--USS STEPHEN W. GROVES (FFG 29) SOL N62670-97-Q-S001 DUE 011797 POC J. Nettuno/(904) 270-5741 DESC: A/C System Fan Coil Unit, Size 25, Type III, 151,300 BTU; Fan Coil Unit, Size 24, Capacity BTU 99,800, Outlets 16-3/4 X 12, Inlets 40-9/16 X 12, Filter Size 12AF, #4, 5HP Motor; Fan Coil Unit, Size 21, Type III, 31,300 BTU CITE: (I-355 SN014172) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: 325th Contracting Squadron, 501 Illinois Avenue, STE 5, Tyndall AFB, FL 32403-5526 SUBJECT: J--VEHICLE FLEET MAINTENANCE SOL F0863796R7002 DUE 011597 POC Contact TSgt Karen Ziemba, Contracting Specialist DESC: For solicitation package, send to the attention of TSgt Karen Ziemba, Contract Specialist at (904) 283-8633. Vehicle Maintenance and services necessary to perform the management and daily operations of the vehicle fleet in support of Det 1, 823 Red Horse Squadron, Tyndall AFB, Fl. Period of performance is fron 1 May 97 through 30 Sep 97 with four option years. See note 1. Technically Acceptable, Low offer award criteria will be used the evaluation of offers. Telephone resquests will not be honored. Requests shall be forwarded to the attention of TSgt Karen Ziemba, Contract Specialist, 501 Illinois Ave., Tyndall AFB, Fl 32403-5526. LINKURL: micro#c LINKDESC: CITE: (W-355 SN014192) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: 325th Contracting Squadron, 501 Illinois Avenue, STE 5, Tyndall AFB, FL 32403-5526 SUBJECT: J--PEST CONTROL/TERMITE SERVICE, SOL F0863797QX079 DUE 011597 POC TSgt Karen Ziemba, Contract Specialist, (904) 283-8633 DESC: Offeror shall provide all labor, equipment and transportation necessary to provide termite treatment and pest control services at Tyndall AFB, FL. Offeror will be required to provide termite inspection (Recurring Annually) on approximate 1,063 housing units. Termite service shall include all trenching, drilling and boring to apply soil treatment. Offeror shall provide a five year written warranty on all units treated. Provide emergency pest control service. Responsible for the removal of unplanned or unexpected infestations, encroachments and disposal of insects, venomous pests, rodents, reptiles, birds, mammals (alive and/or dead) which may cause injury or objectionable disruption to the occupants, either within the homes or in the yard area. Respond within two hours for the removal of dead or living animals. Identify, treat, and control lawn disease with approved chemicals and methods of application. Identify, treat,and control lawn pests and lawn destroying insects. Offeror must have at least five (5) years of experience prior to contract start date. Offeror shall have a valid Florida State License and must be certified in the categories of general household pest and rodent control, termite control and lawn and ornamental vegetation. All pesticides shall be registered by the Enviromental Protection Agency (EPA) and labled for use against termites. Pesticides shall comply with all provisions of Title 40 Code Federal Regulations, Part 165: accepted pest control industry practices; all Federal, State and Local laws and regulations governing the performance of pest control work and the use of pesticides. Petroleum based pesticides whall not be permitted. Pest control applicator personnel shall be state certified. Period of performance is from date of award through 30 September with four one year options. See note 1. Requests shall be forwarded to TSgt Karen Ziemba, Contract Specialist at 325th Contracting Squadron, 501 Illinois Ave, Suite 5, Tyndall AFB FL 32403-5526. Telephone requests will not be honored. LINKURL: micro#c LINKDESC: CITE: (W-355 SN014199) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 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--MAINTENANCE & OVERHAUL OF THE OH-58 BLADE, ROTARY, RUDDER, NSN: 1615-01-358-3193, P/N: 406-016-100-115, 39 EACH MINIMUM/171 EACH MAXIMUM 5 YEAR REQUIREMENT SOL DAAJ09-97-R-0207 DUE 013197 POC Judy Kibler, Buyer, AMSAT-A-PNBC, 314-263-0619 or Ron Kuschel, Contracting Officer, 314-263-0620 DESC: The proposed procurement is a 5 year min/max requirement for repair and overhaul of the OH-58D Tail Rotor Blade. The sole source is Bell Helicopter. See Numbered Note(s): 22. CITE: (W-355 SN014257) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: US ARMY CORPS OF ENGINEERS, PORTLAND DISTRICT, PO BOX 2946, PORTLAND OR 97208-2946 SUBJECT: J--ELEVATOR MAINTENANCE - JOHN DAY DAM AND THE DALLES DAM SOL DACW57-97-B-0003 DUE 021897 POC Contract Specialist MARTINA HARWOOD (503) 326-5816 (Site Code DACW57) DESC: Elevator maintenance for Base Year and four Option years at the John Day Dam (8 each) and The Dalles Dam (5 each). Bidders must have a satisfacory performance and saftey record. Call back service for four hours. Monthly, quarterly and annnual maintennce checks are required. Contractor to provide all labor, supplies, parts and materials. For additional technical information call Donna Henkel at (541)298-3512. This procurement is 100% set aside for small business, the size standard for which is a concer, total annual sales not to exceed $5,000,000. Please indicate business size when responding. Invitation for bid DACW57-97-B-0003 will be available on or about 20 January 1997. Tentative bid opening date is 25 February 1997. All responsible sources may submit a bid which will be considered by the CITE: (I-355 SN014273) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: DIRECTORATE OF CONTRACTING, BLDG 4022, FORT KNOX KY 40121-5000 SUBJECT: J--MAINTAIN AND REPAIR ELEVATORS SOL DABT23-97-B-0029 DUE 020797 POC Contract Specialist Nelson Kerr (502) 624-4947 FAX (502) 624-5869 (Site Code DABT23) DESC: Contractor shall provide maintenance and repair services for 15 elevators located at Fort Knox, Kentucky during the period 1 March 1997 through 28 February 1998 with four one-year option periods. Elevators were manufactured by various companies and ae a combination of passenger and service. The Elevators range in travel between three to ten floors and are located at various locations on the Fort Knox Installation. Only written solicitation requests are acceptable. See Note 1. CITE: (I-355 SN014282) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968 Gilbert St., Suite 600, Norfolk, VA 23511-3392 SUBJECT: J--OPERATION,MAINTENANCE AND REPAIR OF UNDERWATER VEHICLES(CABLE REPAIR AND LAYING) SOL N00189-97-R-0015 DUE 021597 POC Ms. Elizabeth Adams, (757) 445-4339, fax (757) 445-1761 DESC: The Fleet and Industrial Supply Center Norfolk, Acquisition Group, Hampton Roads Detachment, Norfolk, Virginia is soliciting proposals on a full and open competition basis for services to operate, maintain and repair four each Military Sealift Command underwater vehicles. The underwater vehicles consist of a sea plow, sea tractor, and two remote controlled vehicles which are used to repair, maintain and bury submarine cable systems. Services are for a base year with the option to procure services for four additional one-year option periods. Anticipated start date for the contract is 01 June 1997. A site visit and pre-proposal conference will be held, date and time to be specified in the solicitation. To receive a copy of the solicitation, submit a request citing the solicitation number to the attention of the bid clerk, facsimile no. (757) 445-1761. Offerors are encouraged to download the solicitation which will be available for review approximately 13 January 1997 from the Hampton Roads Detachment 24 hour operation automated electronic bulletin board system (BBS) at (757) 445-9130 or 445-1299 using N.8.1 at 9600 baud. Specific questions concerning utilization of the BBS should be directed to the sysop at (757) 445-4516. LINKURL: N/A LINKDESC: EMAILADD: hrdet9@mindspring.com EMAILDESC: Division--Internet service provided by Mindspring CITE: (W-355 SN014298) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: General Services Administration, (4FQP), 401 West Peachtree Street, Suite 2600, Atlanta, GA 30365-2550 SUBJECT: J--MAINTENANCE, OVERHAUL, DETAILING, AND REPAIR OF GOVERNMENT OWNED VEHICLES, FT. BRAGG, NC SOL AT/TC 20251 POC Caroline F. Flowers, Contract Specialist, (404) 331-6136 or FAX (404) 331-2073. DESC: Preventive maintenance, overhaul and repair of Government-owned vehicles at Fort Bragg, North Carolina for the period of February 1, 1997 or date of award, whichever is later through January 31, 1998 with four (4) possible 12-month optional years. All small businesses may submit an offer, which shall be considered by this agency. See Numbered Note 1. CITE: (M-355 SN014320) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 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 SUBJECT: J--MAINTENANCE AND OVERHAUL OF CONTROL MODULE ASSEMBLY SOL DAAJ09-96-R-0615 DUE 022897 POC Mary Lou Stamme, Contracting Officer, AMSAT-A-PNBA, (314) 263-0630. DESC: ATCOM proposes to acquire the maintenance and overhaul of the Control Module Assembly, Input NSN: 1680-01-258-7001, P/N: 6110-201; 1680-01-206-1273, P/N: 6110-200 and Output NSN: 1680-01-258-7001, P/N: 6110-201, applicable to the AH-64 aircraft. Min. Qty: 23 each/Max. Qty: 115 each and 5 each for Foreign Military Sales (FMS) requirement. The technical data, knowledge, expertise and test equipment exist only at Cox and Company, Inc., New York, NY. See Numbered Note(s): 22. CITE: (I-355 SN014335) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: FISC Norfolk Detachment Philadelphia, 700 Robbins Ave., Bldg. 2B., Philadelphia, PA 19111-5084 SUBJECT: J--REPAIR AND MAINTENANCE SERVICES SOL N00140-97-R-0884 POC Matthew Sweeney, Contract Negotiator, (215)697-9672. DESC: FISC Norfolk Detachment Philadelphia intends to competitively procure Maintenance and Repair Services for Food Service Equipment for the enlisted dining facility at the Naval Submarine Base New London, CT. This program shall involve all related maintenance and repair services for the Food Equipment at the abovementioned facility. The contractor will also be required to provide Emergency services at the galley in excess of the normal service schedule. This emergency service will be at the discretion of the Food Service Officer. A Firm Fixed Price contract is contemplated. This procurement is being processed on a 100% Small Business Set Aside basis. All responsible sources may request a copy of the solicitation which will be considered by FISC Norfolk Det Philadelphia. Requests for a copy of the solicitation should be directed to FISC Code 0343A ( fax 215-697-9738). The Government will not pay for any information received. Matthew Sweene (215) 697-9672. SYN 067. CITE: (I-355 SN014368) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment--Potential Sources Sought OFFADD: Materiel Systems Contracting Division, 4375 Chidlaw Road Rm C022, Wright-Patterson AFB OH 45433-5006 SUBJECT: J--MAINTENANCE, OPERATION AND RECURRING SUPPORT SERVICES OF BASE TELECOMMUNICATIONS SYSTEMS AT NIAGARA FALLS AFS NY SOL F34608-97-R-0016 DUE 040497 POC Sherry Herbel (405) 734-9399; CONTRACTING OFFICER: Hugh P. Young (405)734-9399 DESC: This is a sources sought synopsis by the 38 LS/LGCVO, Contracting Flight, for nonpersonal services for operation, maintenance, and recurring support services of the base telephone system at Niagara Falls AFS NY. The proposed requirement is for one year with four option years. The system consists of a MSL100 Switching System equipped with 1205 lines & wired for 2048 lines with BCS-33 software; main distribution frame; inside cable plant; outside cable plant; ancillary equipment; and customer premise equipment. There are both commercial and Defense Switched Network (DSN) trunks, access to FTS2000, hot lines, data circuits, radio circuits, key systems, and crash nets. Competition is open to foreign and domestic sources. All responsible sources interested in providing services for this requirement are requested to provide a written summary of information concerning their technical certifications, capabilities, experience (current services or contracts - to include points of contact & telephone numbers) and corporate background. Sources responding to this synopsis must indicate, in writing, whether they are large or small, disadvantaged or a women-owned business. For this acquisition, a concern will be considered small under SIC 7378 with a size standard of $18,000,000.00. Responses should be limited to 25 pages or less. All responses and questions should be forwarded to the attention of the contracting officer: Hugh P. Young, 38LS/LGCVO, 4022 Hilltop Rd, Ste 101, Tinker AFB, OK 73145-2713; telephone 405-734-9399, telefax 405-734-9220/9537. The cut-off for receipt of summaries is 30 calendar days from the date of publication of this notice. Only those companies which provide all required information will be solicited or considered for competitive proposals or evaluation and selection.***** CITE: (W-355 SN014246) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: K--Modification of Equipment OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280 SUBJECT: K--INTERGRATION EFFORT FOR THE 11TH BRIGADE JUMP TOC COMMUNICATION SHELTER SOL DAAH01-96-D-0023 DUE 121996 POC Gwen Dailey-Jones, contract specialist, 2-7690, contracting officer Peggy Jackson, 2-7682. DESC: The contractor shall integrate equipment into the communication shelter for the Jump TOC. The contractor shall provide in-plant tests for the equipment to ensure correct operation of individual parts. CITE: (I-355 SN014205) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: K--Modification of Equipment OFFADD: Commercial Acquisition Department, Bldg. 11, Naval Undersea Warfare Center Division, Newport, Code 59, Simonpietri Dr., Newport, RI 02841-1708 SUBJECT: K--MODERNIZATION OF AN/WLR-9 ACOUSTIC INTERCEPT RECEIVER SOL N66604-97-R-1380 POC Contact Carol Gorman, Contracting Officer at (401) 841-2442 X203. . Fax number (401) 841-4820. DESC: The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends to solicit under a 100% small business set-aside for engineering and technical services for modernization of the AN/WLR-9 acoustic intercept receiver. For the set-aside, the Standard Industrial Code is 8711 and the size standard is $20M. We anticipate award of a five-year Indefinite Delivery (Indefinite Quantity) contract with cost-plus-fixed-fee provisions. Tasks include obsolete architecture option investigations, system enhan cement studies, advanced development and prototype construction for the AN/WLR-9 system enhancements, and AN-WLR-9 engineering change support. The total estimated level of effort is 54,000 manhours (MH) as follows: program manager, 9000 MH; systems engineer, 9000 MH; design engineer, 9000 MH; computer engineer, 18,000 MH; electronics technician, 3000 MH; field electronics technician, 3000 MH; word processor, 3000 MH. Award will be made on the basis of best value for the Government. Evaluation factors: pa st performance, technical approach, personnel, management approach, facilities, cost. This is not a follow-on contract. The Government will make a single award because of the continuing and interrelating nature of the work. We anticipate releasing the solicitation in February 1997. After solicitation, all responsible sources may submit a proposal which shall be considered by the agency. See Note #1. FAX No. (401) 841-4820. LINKURL: http://www.npt.nuwc.navy.mil/contract/ LINKDESC: EMAILADD: GORMAN@CODE59.NPT.NUWC.NAVY.MIL EMAILDESC: CITE: (I-355 SN014270) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: L--Technical Representation Services OFFADD: FISC Norfolk Detachment Philadelphia, 700 Robbins Ave., Bldg. 2B., Philadelphia, PA 19111-5084 SUBJECT: L--CETS SOL N00140-97-R-0920 POC Donna Winski, Contract Negotiator, (215)697-9622. DESC: The Fleet and Industrial Supply Center (FISC) Norfolk Det Philadelphia intends to acquire non-personal Contractor Engineering and Technical Services (CETS) by qualified Field Service personnel for the purpose of informing, instructing and training Department of Navy personnel in the installation, operation and maintenance of the H-53 aircraft, Communications/Navigation/ Identification billet. The proposed procurement consists of one (1) task: 32266. The basic contract period for these tasks is 3 February 1997 through 30 September 1997. The tasks will also contain two (2) twelve man month option years and one (1) option period from 01 Oct 99 through 31 Jan 2000. The period of performance, inclusive of options, will total 36 man months. This contract covers the Government's minimum needs. The solicitation will contain specifications for Contractor Field Service Representatives as appropriate. The place of performance for the task will be MCAS Tustin, CA. The applicable Standard Industrial Classification Number is 8711. All responsible sources may submit a proposal which shall be considered by the Fleet and Industrial Supply Center (FISC) Norfolk Det Philadelphia. The solicitation will require the submission of cost/price and technical proposals. Requests for solicitations should be made by letter or telegram directed to FISC Det Phila., Code 0343C, Fax (215) 697-9738. Donna M.Winski (215) 697-9622. SYN 063. CITE: (I-354 SN013996) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: L--Technical Representation Services OFFADD: HQ Space and Missile Systems Center (AFMC) SMC/PKWA, 2420 Vela Way, Suite 1467-A8, Los Angeles AFB, CA 90245-4659 SUBJECT: L--SUPPORT AND SERVICES FOR THE DEFENSE METEOROLOGICAL SATELLITE PROGRAM (DMSP) SATELLITE AND THE POLAR-ORBITING OPERATIONAL RONMENTAL SATELLITE (POES) SOL F04701-96-R-0019 POC Contract Negotiator, Capt Ed Keller, (310) 336-4545; Contracting Officer, Capt Mario J. Troncoso, (310) 336-4335. DESC: The Defense Meteorological Satellite Program (DMSP) Systems Program Office (SPO) intends to acquire support and services for up to six Block 5D satellites and up to five satellites for the Polar-orbiting Operational Environmental Satellite (POES) (formerly known as TIROS). A Cost-Plus-Award-Fee type contract is anticipated with a basic period and five options beginning 1 July 97 and ending 30 Jun 02. A Request For Proposal is anticipated to be released during the January 1997 timeframe, to the incumbent contractor Lockheed Martin Missiles and Space (LMMS), Princeton N.J. LMMS is considered the only qualified source because of their unique and specialized qualifications, limited Government procured design information to maintain the current systems and adequate reprocurement data. LMMS is the original designer and manufacturer of the Block 5D and POES spacecrafts and support equipment and/or systems. LMMS has continuously supported DMSP and POES spacecrafts for 31 years and 36 years, respectively. There will be three phases during these periods. The first phase is a transition phase that overlaps the LMMS DMSP Block 5D production contract that ends in June 1998. The second phase starts with the transfer of assets from the Block 5D production contract to the support and services contractor. The third phase is the transition to a future follow-on support & services contract. The support and services contractor will require clean room facilities to store, work, and test the above spacecraft and associated equipment. The support and services contractor must demonstrate the capability to perform environmental testing (Thermal Vacuum, Electromagnetic compatibility, and Acoustics) in support of modifications or retrofit for the DMSP and POES satellites. They must demonstrate a personnel and facilities capability to properly handle secret material and crypto-equipment. The effort will require maintenance, repair, updates and configuration control of the following Government Owned Equipment on a non-interference basis with the current production contract: Special Test Equipment (STE) located at Lockheed Martin Missiles and Space, Princeton NJ and/or Sunnyvale CA and at Vandenberg AFB, CA. The required effort will require maintenance, repair, updates and configuration control of the following Government Owned Equipment on a non-interference basis with the current production contract: Software Test Facility (STF) located at Lockheed Martin Missiles and Space, Princeton NJ and/or Sunnyvale CA, the Advanced Flight Vehicle Simulator Facility (AFVSF) located at Lockheed Martin Missiles and Space, Princeton NJ and/or Sunnyvale CA and Vandenberg AFB, Offutt AFB and in Suitland MD. The support and services contractor will be responsible for operating the Payload Test and Integration Facility (PITF), a Government Owned Contractor Operated (GOCO) located at Vandenberg AFB, CA. The required effort will include the maintenance, repair, updates and configuration control of the Government Owned Test Equipment necessary to support Launch processing. The support and services contractor will be required to provide the following Factory and Field Support and Services (Support the program at the current contractor facilities currently in Princeton NJ and at multiple Air Force installations): (1) Support on- orbit payload evaluation and testing, (2) Perform engineering analysis, (3) Develop and upgrade documentation, (4) Analyze data generated during system tests and determine discrepancies and document test results, (5)Perform engineering services and related effort to reduce risk of failures of on- orbit spacecraft, (6) Perform investigations and analyses to resolve operational spacecraft anomalies, (7)Recommend corrective actions required to ensure the safety of the on-orbit satellites and perform upgrades on said satellites, (8) Support early-orbit operations at Offutt AFB, for Block 5D satellites and Suitland MD for Block 5D and POES satellites to ensure initial health of operational assets, (9) Provide weekly selected sensor telemetry products for operational satellites, (10) Maintain and sustain an adequate level of flight qualified age sensitive parts for stored flight-ready spacecraft with special emphasis on Apogee Kick Motor (AKM) support, battery fabrication, assembly and test, and pyrotechnic devices, (11) Maintain a database management system for spacecraft telemetry parameters at multiple Air Force sites and two contractor sites, (12) Support the DMSP satellite vehicle simulation facilities at Lockheed Martin Missiles and Space currently in Princeton NJ and the Payload Integration and Test Facility, Vandenberg AFB, Offutt AFB and in Suitland MD, and, (13) Retrofit missions sensors onto satellites, retrofit the spacecraft to the new DMSP and/or POES launch vehicle and perform an adequate level of storage tests on spacecraft. The required effort will include the following Engineering Support for All Pre-Launch Activities: (1) Provide technical support to the 6th Satellite Operations Squadron (6SOPS), Offutt AFB, NE, the DMSP System Program Office (SPO), the POES Program Office, NASA, the Test Wing at Vandenberg AFB, and the Suitland Ground Station, (2) Maintain and upgrade the Payload Integration and Test Facility, Vandenberg AFB, CA to ensure readiness of launch activities, (3) Prepare and maintain a Detailed Test Plan for each flight configuration, (4) Support spacecraft storage and testing for all DMSP and POES spacecraft, (5) Conduct payload processing and booster integration for launch processing providing a 90 day launch call capability (DMSP only),and (6) Comply with all relevant safety and environmental regulations applicable at the launch site. The required effort will include the following Engineering and Management Support: (1) Management and supervisory support of contractor field personnel and engineering consultants, (2) Review Change Notices, Engineering Change Proposals and Specification Change Notices prepared by associated contractors to assess their technical, cost, and schedule impacts to DMSP and POES component elements. The required effort will encompass the following Flight Software Support: (1) Perform anomaly analysis and update and modify the flight software as necessary to resolve the anomalies, (2) Perform the evaluation, analysis, interface review and verification of flight software to certify the integration and launch decision for each DMSP and POES satellite, (3) Perform ongoing configuration management of flight software for all DMSP and POES flights, and, (4) Support the Independent Verification and Validation (IV&V) contractor for DMSP Flight Software. The required effort will include the following System Engineering Support: (1) Perform engineering support as directed by the DMSP Systems Program Office (SPO) Contracting Officer to enhance operational performance and to maximize flight reliability, (2) Perform engineering support and life tests on new technologies that can be implemented into the DMSP and POES spacecraft,(3) Support out-of-flow integration activities during ongoing spacecraft production. The contractor must meet the following engineering requirements: (1) In-depth knowledge of the DMSP and POES data handling systems, the data storage systems, the scanning systems and the command processing systems, (2) Ability to maintain, troubleshoot, repair, and retest AGE and STE associated with spacecraft testing and pre- launch operations, (3) Provide a supply depot repair/test facility to support repairs, tests, and system anomaly analysis, (4) In-depth knowledge of the interfaces between the DMSP spacecraft, the primary Operation Linescan Sensor (OLS) and secondary mission sensors as well as all sensors for the POES spacecraft, (5) Ability to develop and maintain all spacecraft System Analysis Reports and Interface Control Documents with both existing and new DMSP and POES associated contractors, (6) In-depth knowledge of the DMSP and POES satellites and its command and telemetry system, (7) In-depth knowledge and understanding of DMSP and POES operations including command, control and telemetry processing, (8) Knowledge of emergency spacecraft anomaly analysis and safety procedures in order to develop satellite contingency and emergency operational commanding procedures, (9) Capability to evaluate current technology and meteorological applications, (10) Ability to offer specific product improvement recommendations to DMSP for the exploitation of new technologies for the DMSP and POES satellites, (11) Capability to perform telemetry data trend analysis sufficient to anticipate failures and/or anomalous performance, (12) Ability to integrate knowledge and experience relative to the Vandenberg Payload Test Facility and the Air Force Satellite Control Network as they relate to DMSP and POES, (13) Knowledge of spacecraft storage procedures and testing, (14) Knowledge of early orbit operations for satellites, (15) Knowledge of current DMSP and POES ground system equipment including communications interfaces, data multiplexing, decommutation, reformatting, switching, data processing and upgrades, (16) Knowledge in performing on-going configuration management of flight software for all flights, (17) Knowledge of command and telemetry encryption and authentication, (18) Capability in computer hardware and software design and evaluation/analysis of both analog and digital systems and circuitry, (19) In-depth experience in satellite ground systems engineering, systems fault isolation, and development of operational work-arounds, (20)Experience in satellite command, control and telemetry software maintenance and testing of software modifications, (21) Experience in hardware and software configuration management and maintenance of system hardware and software documentation in accordance with applicable contract standards, (22) Experience in software systems analysis, software troubleshooting, software modification to correct system deficiencies and integration of software enhancements developed by third parties, (23) Experience in the administration of services related contracts, (24) Ability to employ the required expertise in the evaluation of proposed spacecraft/ground system changes and render timely recommendations, (25) Experience in the performance of cost-effectiveness analysis regarding all aspects of DMSP and POES requirements, (26) Capability to develop contractual technical standards and requirements for DMSP and POES satellites, (27) Ability to conduct interface working groups, design reviews and audits, (28) Capability to update spacecraft documentation including numerous launch procedures, field manuals, and drawings and associated listings using a compliant configuration control system, and (29) Knowledge of age sensitive hardware required in the DMSP and POES programs. Contractor personnel are to be fully qualified at contract award date. Questions regarding this acquisition should be directed to the PCO, Capt Mario J. Troncoso., (310)336-4335. This synopsis is for information and planning purposes and does not constitute an IFB or RFP. When requested, all responsible sources may submit a proposal which shall be considered by the agency. See Note 22. CITE: (I-354 SN014009) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: L--Technical Representation Services OFFADD: U.S. Agency for International Development, USAID/Mission to Ukraine, American Embassy Kiev, Washington, D.C. 20521-5080 SUBJECT: L--COOPERATIVE AGREEMENT FOR IMPLEMENTATION OF A MACROECONOMIC POLICY PROGRAM IN UKRAINE SOL USAID/KIEV RFA 97-01 DUE 020397 POC Contact Elinor B. Bachrach, Project Officer, USAID/Kiev, Tel: 380-44- 462-5678; Fax 380-44-462-5834 or Roy Pluckett, Agreement Officer, USAID/Washington, Tel: 703-875-1907; Fax: 703-875-1243. DESC: The United States Agency for International Development (USAID) is seeking applications from a U.S. institution (or consortium of institutions led by a U.S. institution) for the purposes of (1) assisting the Government of Ukraine (GOU) to improve its macroeconomic policy formulation and implementation by providing policy advice and (2) extending policy support to new and ongoing reform efforts of USAID and other U.S. Government and international donor organizations involved with macroeconomic policy issues and programs in Ukraine. USAID reserves the right to fund, in whole or in part, any or none of the applications submitted in response to this announcement. Applications will be evaluated and the selection based on the application that is most advantageous to the Government, considering technical and cost factors stated in the evaluation criteria of the Request for Applications (RFA). Further instructions regarding technical and cost proposal will be in the RFA. The RFA, once issued, can be downloaded from the Agency Gopher. The Gopher is GOPHER.INFO.USAID.GOV. Select USAID Procurement and Business Opportunities from the Gopher menu. The RFA text can be downloaded by the Anonymous Files Transfer Protocol (FTP). The FTP address is FTP.INFO.USAID.GOV. Logon on using the user identification of anonymous and the password is your E-mail address. Look under the following directory for the RFA: pub/OP/RFA/1219701/1219701.rfa. Receipt of the amendment through INTERNET must be confirmed by written notification to the contact person noted above. It is the responsibility of the recipient of this amendment to ensure that it has been received from INTERNET in its entirety and USAID bears no responsibility for data error resulting from transmission or conversion processes. CITE: (I-355 SN014219) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: L--Technical Representation Services OFFADD: Commanding Officer, Civil Engineering Unit, P.O. Box 21747, 709 W. 9th Street, Room 817, Juneau, Alaska 99802-1747 SUBJECT: L--GUY WIRE TENSIONING & MEMBER REPLACEMENT AT USCG LORAN STATION TOK, ALASKA SOL DTCG87-97-B-643025 DUE 010997 POC R. B. Wade, Contracting Officer, (907)463-2418 DESC: DTCG87-97-B-643025 - Wire Tensioning & Memaber Replacement at USCG LORAN Station Tok, Alaska. DTCG87-97-B-643025 due 01/09/97 POC Rebecca Wade, Contracting Officer (907) 463-2418. Provide all equipment, materials, transportation, incidentals and perform labor for wire tensioning and member replacement at USCG LORAN Station Tok, Alaska. Work includes, but is not limited to providing all labor necessary for measuring and adjusting guy tensions on four (4) 700-foot towers. Toital number of guys to measure/adjust is 116. Measuring and adjusting alignment of these same towers. Alignment is measured/adjusted at eight levels on each tower. Removal and replacement of six (6) diagonal tower members and three (3) horizontal membrs. All member replacements are on the same tower. Contractor will be responsible for fabrication of temporary horizontal and diagonal members as detailed in the contract drawings. Prepare and paint the top eighty-four (84) feet of one tower with brush-applied cold galvanizing compound. Towers are not eneregized. All work must be completed prior to 1 October 1997. The contractor will be required to furnish, at its own expense, proof of $3,000,000 insurance prior to commencement of work at the site. The work required by this solicitation is identified as standard subject identification code is 7699 and the average annual sales for the previous 3 years is $3.5 million. All responsible sources may submit a bid which shall be considered by he U. S. Coast Guard. Requests for bid documents must be submitted and received by his office no later than 1997. Quotations must be submitted to this office no later than 09 January 1997. 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. For information concerning the acquisition, contact the contracting official listed above. Interested parties can obtain a bid package by contacting Commanding Officer (ko), Civil Engineering Unit, P. O. Box 21747, Juneau, Alaska 99802-1747. There are no charges for this bid pacage. R. Wade (907) 463-2418. R. Wade/CEUJuneau@internet.uscg.mil Civil Engineering Unit CITE: (D-355 SN014377) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: L--Technical Representation Services OFFADD: Commanding Officer, Civil Engineering Unit, P.O. Box 21747, 709 W. 9th Street, Room 817, Juneau, Alaska 99802-1747 SUBJECT: L--11,00 HOUR TOP-END OVERHAUL ON ONE CATERPILLAR D3512 DIESEL GENERATOR AT USCG LORAN STATION PORT CLARENCE, NOME, ALASKA SOL DTCG87-97-P-643021 DUE 011397 POC L. S. Fermin, Procurement Assistant, (907)463-2413 DESC: DTCG87-97-P-643021 - 11,000 Hour Top-End Overhaul/Caterpillar Generator, USCG Loran Station Port Clarence, Nome, Alaska Request for Quotations DTCG87-97-Q-643021 due 01/13/97 POC Loni Fermin, Procurement Assistant, (907) 463-2413. Provide all equipment, common and special tools, travel and incidentals necessary to perform factory recommended 11,000 hour service, inspection and rebuild procedures on (1) Coast Guard owned Caterpillar model 3512, serial number 67Z01067 generator located at USCG Loran Station Port Clarence. Work includes, but is not limited to providing all labor necessary for the inspection and rebuild procedures, including parts/materials as outlined in the Caterpillar recommended 11,000 hour service and rebuild procedures listed in Caterpillar Publication SEBU6103-4 dated 4/1/94, SEBU6701-01 dated 11/1/93. Upon completion of 11,000 hour overhaul the Contractor shall test run the engine generator under full load for four (4) hours and verify factory operating specifications. The Contractor is responsible for his own transportation and that of his equipment to and from LORAN Station Port Clarence. Work must be performed by a master factory trained mechanics for work on 3512 generator. Work shall be accomplished in a professional manner and in strict adherence to current Caterpillar company recommended requirements and procedures and complete all work within 45 days of award of Purchase Order. All parts used shall be genuine Caterpillar Tractor Co. parts meeting all manufacturer original equipment specifications. The standard subject identification code is 7699 and the average sales for the previous 3 years is $3.5 million. Request for Quotation to be issued 03 January 1997. Quotations must be submitted to this office no later than 13 January 1997. 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. For information concerning the acquisition, contact the contracting official listed above. There is no charge for these documents. All responsible sources may submit a Quotation which shall be considered. Quotations may be submitted via facsimile (907) 463-2416. L.Fermin/CEUJuneau@internet.uscg.mil Civil Engineering Unit CITE: (D-355 SN014378) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: M--Operation of Government-Owned Facilities OFFADD: USAFE Contracting Squadron/LGC, Unit 3115, APO AE 09094-3115 SUBJECT: M--COST COMPARISON FOR OPERATION OF DINING FACILITIES IN GERMANY SOL F61521-97R3017 DUE 050297 POC Marietta Kirchen, Contract Specialist, 01149-631-3539-109; Gary P. Newton, Contracting Officer, 01149-631-3539-109 DESC: United States Air Forces in Europe (USAFE) Contracting Squadron/LGCVB is in the process of performing a cost comparison study to determine the feasibility to convert the Rheinland Inn Dining Facility at Ramstein Air Base/Germany and Mosel Inn Dining Facility at Spangdahlem Air Base/Germany to a contractor operated function. The USAFE CONS will be using modified OMB Circular A-76 procedures as it applies to procurement outside the continental United States. The solicitation will not result in a contract if government performance is determined to be more advantageous. The contractor tasks will include, but are not limited to serving and replenishing food, cleaning facilities, equipment and utensils, performing cashier services, handling foods, supplies and equipment, bussing tables in the dining area, and minor repairs of food service equipment to include manufacturer suggested servicing. The contractor does not apply heat to food. However, a contingency will be built in to this requirement that may require the contractor to provide cooks in certain emergency situations. The successful commercial firm shall be required to provide all personnel, supervision, management, and labor to operate the dining facilities. Requested responses are to be in writing and will identify at a minimum the commercial source's name, address, phone number, and point of contact. Facsimile responses will be accepted at 01149-631-3539-112. Responses are requested to be received by 02 May 97. EMAILADD: kirchenm@usafe28.ramstein.af.mil EMAILDESC: CITE: (W-355 SN014094) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: M--Operation of Government-Owned Facilities OFFADD: DOJ,US Marshals Service,BS,Procurement,CS-3,Ste 402,600 Army Navy Dr., Arlington,VA 22202 SUBJECT: M--DISPOSAL AND PROPERTY MANAGEMENT SERVICES OF GOVERNMENT SEIZED AND OR FORFEITED PROPERTY IN THE WESTERN DISTRICT OF NORTH CAROLINA SOL MS-97-R-0005 POC Mary E. Swain, POC, 703/416/8987. DESC: United States Marshals Service requires disposal and property management services for seized and/or forfeited real property located in the Western District of North Carolina. Real property includes unimproved and improved (occupied and vacant) land, single/multi-family housing and some commercial buildings. Contract term is one year with four one year options. All requests must be in writing and including 4 self addressed mailing labels. Telephone request will not be honored. CITE: (I-355 SN014356) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: Social Security Administration, Procurement Team, MOS, Facilities Section, 1st Floor, 600 West Madison Street, Chicago, Illinois 60661-2474 SUBJECT: Q--MEDICAL CONSULTANT SERVICES SOL RFP 97.3 DUE 020797 POC Nestor Floresca, Contract Specialist, 312-353-5048 ext. 2066, Reggie Poskocimas, Contracting Officer, 312-353-5048 ext. 2065 DESC: The Social Security Administration is soliciting medical doctors to review disability claim cases part-time under contract in the Chicago metropolitan area. The following specialties are sought: Internal Medicine; Physical Medicine and Rehab; Cardiology; and Orthopedics. No contact with patients. Unrestricted license in any state required. This solicitation is set-aside for small business concerns only. Solicitation RFP 97.3 will be available on January 6, 1997. Offers must be received by the SSA Procurement Team no later than February 7, 1997. Requests for copies of the solicitation should be submitted either in writing or by FAX at 312-886-2900, Attn: Nestor Floresca. No telephone requests will be accepted. All qualified sources may submit an offer which will be accepted. CITE: (W-355 SN014263) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: VA Medical Center, 718 Smyth Rd., Manchester, NH 03104 SUBJECT: Q--NEUROLOGY COMPENSATION AND PENSION EXAMS SOL 608-2-97 DUE 021497 POC Sherye Phillips, Contracting Officer DESC: Provide examinations for Compensation and Pension for Neurology Services. No treatment will be involved. Will schedule for one hour exams. Some computer literacy is required. Contract term is for one base-year, and two option years, beginning on or about 3/1/97. Solicitations must be requested in writing. Requesters must furnish name, address (to include street address, telephone number and point of contact at their company). Solicitations will be available on or about 1/13/97. SIC Code for this acquisition is 8093. Small Business Size Standard is 3.5 million. CITE: (I-355 SN014344) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: DVA Medical Center 79 Middleville Road Northport New York 11768 SUBJECT: Q--FACILITY FOR LONG TERM RESIDENTIAL LIVING FOR TRAUMATIC BRAIN INJURY PATIENTS SOL IFB-632-9-97 DUE 020797 POC Carol Lippis - Contracting Officer 516-261-4400 ext. 7135 DESC: VA Medical Center, Northport, New York intends on negotating a "Sole Source" procurement for services from Robin Hill Farms, Donovan Road,New Hampshire 03244. Robin HilL provides long term residential living environment for those individuals who have survived a traumatic brain injury. This facility provides a setting in which the adult with a brain injury can function at a maximum level of independence while participating in the daily activities of farm life. For a period of date of award through September 30,1997, with the option to extend services for one (1) year period. Solicitation available O/A January 6,1997 upon request of written request ONLY. No phone request for solicitation will be accepted. Proposals are due 2:30 PM on February 7,1997. CITE: (I-355 SN014354) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: Wr-Alc/Pkoc, 215 Byron St, Robins Air Force Base Ga 31098-1611 SUBJECT: Q--SPEECH THERAPIST SOL F09650-97-Q-0248 DUE 021097 POC For copy, WR-ALC/PKOC, For additional information contact Allen Parkerson/Pkos/[912]926-5202 DESC: Speech Therapist for Robins AFB Medical Facility. Fax 912-926-3590 The approximate issue/response date will be 13 Jan 97. The anticipated award date will be 31 Mar 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. See Note (s) 1,26. CITE: (I-355 SN014398) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: Wr-Alc/Pkoc, 215 Byron St, Robins Air Force Base Ga 31098-1611 SUBJECT: Q--DEVELOPMENTAL PEDIATRICIAN SOL F09650-97-Q-0249 DUE 021097 POC For copy, WR-ALC/PKOC, For additional information contact Allen Parkerson/Pkos/[912]926-5202 DESC: Developmental Pediatrician for Robins AFB Medical Facility. Fax 912-926-3590 The approximate issue/response date will be 13 Jan 97. The anticipated award date will be 31 Mar 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. See Note (s) 1,26. CITE: (I-355 SN014399) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: Wr-Alc/Pkoc, 215 Byron St, Robins Air Force Base Ga 31098-1611 SUBJECT: Q--OCCUPATIONAL THERAPIST SOL F09650-97-Q-0250 DUE 021097 POC For copy, WR-ALC/PKOC, For additional information contact Allen Parkerson/Pkos/[912]926-5202 DESC: Occupational Therapist for Robins AFB Medical Facility. Fax 912-926-3590 The approximate issue/response date will be 13 Jan 97. The anticipated award date will be 31 Mar 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. See Note (s) 1,26. CITE: (I-355 SN014400) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: U. S. ARMY CORPS OF ENGINEERS, OMAHA DISTRICT, 215 NORTH 17th STREET OMAHA, NE 68102-4978 SUBJECT: R--DEVELOPMENT AND MANAGEMENT OF MILITARY FAMILY HOUSING AT FORT CARSON, COLORADO SOL DACA45-96-R-0033 POC Contact Loreen Blume at 402-221-4265 (e-mail at loreen.k.blume@mro01.usace.army.mil). Other infor available on the Omaha District Homepage. See http://wwwcemro.mro.usace.army.mil. DESC: The pre-proposal conference will be held on 11 and 12 February 1997, registration begins at 8:00 a.m. and the conference begins at 9:00 a.m., at the Red Lion Hotel, 1775 E. Cheyenne Mountain Blvd., Colorado Springs, Colorado. Hotel/Motel reservations are the attendees responsibility. Reservations for the conference are required and must be received by 7 February 1997. For reservations, please contact Loreen Blume, (402)221-4265, or Leigh Ann Lucas, (402)221-4854, or telefax to (402)221-4530. CITE: (I-354 SN013999) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: NISE East, 4600 Marriott Drive, PO Box 190022, North Charleston, SC 29419-9022 SUBJECT: R--ENGINEERING SUPPORT SERVICES SOL N65236-97-R-5702 POC Point of Contact - Kathy Breitkreutz, Code 1115KB, (803)743-4878, Contracting Officer, Joliene L. Bowers DESC: Support services as required by Naval Command, Control and Ocean Surveillance Center, In-Service Engineering, East Coast Division, Detachment Norfolk, VA. Contractor to provide services and materials, including facilities, in support of Telecommunications, Radio Frequency and related systems/equipment. A local facility with a facility clearance of Top Secret and safeguarding level of Top Secret is required. An Indefinite Delivery/Indefinite Quantity, Time and Materials type contract with a base period of one year with two (2) two-year options is contemplated. A draft solicitation will be issued and comments/questions from vendors are encouraged. A final solicitation will be issued incorporating changes made as a result of the comments/questions received. Submission of Technical proposals is required. Award will be made on the basis of Price and Other factors. Written request for a copy of the draft solicitation is desired to Kathy P. Breitkreutz, Code 1115KB, at the above address or fax to (803)743-6160. EMAILADD: breitkrk@niseeast.nosc.mil EMAILDESC: CITE: (D-355 SN014191) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: NISE East, 4600 Marriott Drive, PO Box 190022, North Charleston, SC 29419-9022 SUBJECT: R--MANAGEMENT, ADMINISTRATIVE, MAINTENANCE, ENGINEERING AND TECHNICAL SUPPORT SOL N65236-97-R-5703 DUE 022197 POC Point of Contact - Jan Shirey, Code 1115JS, (803)743-8118, Contracting Officer, Jean C. Duncan DESC: Indefinite quantity, time & material type contract for services and material to accomplish specified tasks to include all the necessary management, administrative, maintenance, engineerin and technical for information infrastructure support. The contract will be for a period of one year with four option years. The Standard Industrial Classificatin (SIC) Code is 8711 with a business size standard of $2.5 million. This procurement is a 100% small business set-aside. See Note #1. All responsible sources may submit a proposal which shall be considered. Submit request for copies of solicitation in writing to the above address, Attn: Code 1115JS or fax request to (803)743-6160. EMAILADD: shireyj@niseeast.nosc.mil EMAILDESC: CITE: (D-355 SN014196) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: NCCOSC RDTE Division, Code D214B, 53570 Silvergate Avenue, Bldg. A33, San Diego, CA 92152-5113 SUBJECT: R--COMMUNICATION SUPPORT SERVICES SOL N00244-96-D-5163 DUE 123096 POC Mr. Rosauro C. Deleon, Code D212, (619)553-4457. DESC: The above mentioned solicitation is hereby cancelled in its entirety. CITE: (I-355 SN014214) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: DOT, FED HWY ADMN, Office of Acquisition Management, 400 7TH ST, SW, Room 4410, Washington, DC 20590 SUBJECT: R--TECHNICAL SUPPORT FOR THE LONG TERM PAVEMENT PERFORMANCE (LTPP) PR OGRAM SOL DTFH61-97-R-00002 DUE 030397 POC John J. Nanartowicz, Contract Specialist, HAM-30C, (202)366-4247. DESC: The Federal Highway Administration's (FHWA) Office of Engineering and Highway Operations Research and Development has a requirement for pavement and traffic engineering technical support services in the support of the Long Term Pavement Performance (LTPP) Program. Under this effort, the technical support services contractor shall be required to provide all necessary facilities, equipment, services, supplies, materials, and personnel to perform technical support in a variety of LTPP Program areas including but not limited to the following: (1) Participate in the development, refinement, oversight, and assessment of pavement and traffic activities conducted in support of LTPP research, (2) Provide technical services in support of quality assurance activities for LTPP Materials Testing Program, (3) Provide technical support to the FHWA LTPP staff in the development of specifications for and overview of the LTPP Information Management System (IMS), (4) Provide procedures and specifications for the quality control and quality assurance checks performed on data in the IMS, (5) Provide technical support in the review, assessment and overview of existing LTPP experiments and LTPP regional field operations, (6) Provide technical services consisting of review of and development of new technical procedures, as well as supplying overview of pavement monitoring activities including quality and uniformity of field operations, (7) Provide technical support to the FHWA LTPP staff for general planning and coordination of LTPP experiments for special needs as required, (8) Provide general support to the FHWA LTPP Program and customers as required. This requirement is a Full and Open Competitive Requirement. Contractor teaming arrangements are anticipated and encouraged. The FHWA anticipates using the Oral Presentation technique to supplement a succinct written proposal. All responsible sources may submit a proposal which shall be considered by FHWA. To request a copy of the solicitation, please furnish two (2) self-addressed gummed labels to the address indicated above. The transmittal letter must reference the solicitation number and title. CITE: (I-355 SN014222) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Commander, Naval Sea Systems Command, SEA 0264A, 2531 Jefferson Davis Hwy, Arlington, VA 22242-5160 SUBJECT: R--PROFESSIONAL, ADMINISTRATIVE, AND MANAGEMENT SUPPORT SERVICES SOL N00024-97-R-6405 POC Mike Shaffer, Contract Specialist (0264A), (703)602-7703 DESC: Solicitation N00024-96-R-6405 (Q) will not be available on 20 December 1996 as published on 11 December 1996. Solicitation N00024-96-R-6405 (Q) will be available on 3 January 1997. All other information in the synopsis for this solicitation published on 04 November 1996 remains unchanged. Questions concerning this procurement should be directed to Mike Shaffer at (703) 602-7703 x605. CITE: (I-355 SN014249) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: 47th Conracting Squadron, 171 Alabama Ave, Laughlin AFB, TX 78843-5102 SUBJECT: R--ARCHITECTS-ENGINEER SERVICES SOL F41685-97-R0008 DUE 010397 POC Juanita Rodriguez, (210)298-5608 or Juanita Vasquez, (210) 298-5115 DESC: Correction. This action originally publicized in the CBD dated 11/29/96 and amended on 3 Dec 96 and 10 Dec 96. The following replaces synopsis previously issued. Title I and Title II SERVICES FOR ARCHITECT, CIVIL, MECHANICAL AND ELECTRICAL PROJECTS at Laughlin AFB, TX to be used under this contract are required. Computer Aided Design and Drafting (CADD) capability and compatibility with Auto CADD Release 13 and capability to digitize existing drawing for CADD use are also required. Delivery Orders will consist of but not limited to: (1) Making Technical Studies, Analysis, Surveys, Investigations, and Reports (2) Planning of Site Developments and Installations (3) Supervising and Inspecting Maintenance, Repair and Construction Projects and (4) Performing the necessary supervision and coordination of all phases of A-E work. One indefinite quantity contract will be awarded. The relative order of importance of the criteria to be used to evaluate and select the A & E firm is as follows: (1) Specialized experience: Firm's specialized experience in the type work required, prior design projects completed by the firm in the discipline under consideration, how the completed facilities have functioned, if the firm's experience is compatible with project requirements, must demonstrate CADD capability and compatibility with Auto CADD Release 13 and capability to digitize existing drawings for CADD use. (2) Professional qualifications: The staff's professional qualifications, the experience and training of key personnel on the A-E firm's staff, the type and quality of projects the staff has previously been involved with, the staff's creative and imaginative abilities, (3) professional capacity: Firm's professional capacity to accomplish the work within the required time frame, (4) Past Performance: Firm's last performance in executing DOD and other contracts, both government and private, (5) Location: Location of the firm in the general geographic area of Laughlin AFB, although all firms responding to the synopsis will be considered, (6) Volume of Work: Volume of Work previously awarded to the firm by DOD, small and small disadvantaged business firms, and firms that have not had prior DOD contracts. In addition, consideration will be given to the extent to which potential contractors identify and commit to small business and to small disadvantaged business, historically black college and university, or minority institution performance of the contract, whether as a joint venture, teaming arrangement or subcontractor (7) Recovered Materials: Firm must demonstrate success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. In addition to the above, each firm will indicate as selected consultants to include but not limited to the following design disciplines: (A) Architectural including Landscape Architects, (B) Civil Engineer (General plus Airfield Design), (C) Structural, (D) Mechanical (Primarily HVAC and Plumbing), (E) Environmental (Hazardous Waste Identification and Design), and (F) Electrical (Building Design, Electrical Lighting and Underground Distribution. Either through consultants, joint ventures or complete In-House Capability of the listed design disciplines is acceptable. Contractor is guaranteed a minimum of $5,000.00 in fees. The initial order issued against this contract may exceed $299,000.00. Each order after the initial delivery order shall not exceed $299,000.00. Fees under a particular indefinite delivery quantity contract may not exceed $750,000.00 for any year or option period. Accomplishment time for the contract is 365 days with one-year option period. This project is open to small and large business firms. Those desiring consideration shall submit a Standard Form 254 and Standard Form 255 to 47th Contracting Squadron, Attn.: Juanita Rodriguez, 171 Alabama Ave., Bldg 7, Laughlin AFB, TX 78843-5102, no later than 3 Jan 97. This is not a request of proposal. CITE: (W-355 SN014256) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: National Park Service Harpers Ferry Center Office of Procurement P.O. Box 50, Taylor Street Harpers Ferry, WV 25425-0050 SUBJECT: R--ICE AGE EXHIBITS SOL 1443-RP-1100-97-008 DUE 021497 POC Annette M. Abshire, Contract Specialist (304) 535-6495 DESC: The National Park Service, Harpers Ferry Center is soliciting proposals for the fabrication and installation of museum exhibits for Ice Age National Scientific Reserve, Wisconsin. The Contractor shall provide all labor, materials, facilities, and transportation necessary to detail, fabricate, transport and install museum exhibits. Work includes: Postaward Conference at Harpers Ferry center, Harpers Ferry, West Virginia; Site Visit to Ice Age National Scientific Reserve,, New Auburn, Wisconsin; exhib it drawings, fabrication of exhibit structures including cases, platforms and panels; electrical and mechanical, photographs, graphics, artifacts, three-dimensional exhibit elements, including interactive models; transportation of exhibits to installation site; and installation of exhibits. The Government anticipates award of a Firm-Fixed-Price Contract.-- All requests must be submitted in writing, written faxed request to (304) 535-6424 or Internet request to bertha_braithwaite@nps.gov, to Bertha Braithwa ite. Envelope or facsimile requesting RFP shall be marked as follows: "Request for Proposal Number 1443-RP-1100-97-008, Ice Age Exhibits". Availability of the solicitation is limited and will be furnished on a first come first served basis until the supply is exhausted. THIS SOLICITATION IS TOTALLY SET ASIDE FOR A SMALL BUSINESS, SIC CODE 3999, Size Standard of 500 employees. CITE: (I-355 SN014264) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: National Park Service Harpers Ferry Center Office of Procurement P.O. Box 50, Taylor Street Harpers Ferry, West Virginia 25425-0050 SUBJECT: R--ICE AGE EXHIBITS SOL 1443-RP-1100-97-009 DUE 021497 POC Annette Abshire, Contract Specialist (304) 535-6495 DESC: The National Park Service, Harpers Ferry Center is soliciting proposals for the fabrication and installation of museum exhibits for Ice Age National Scientific Reserve, Wisconsin. The Contractor shall provide all labor, materials, and transportatioon necessary to detail, fabricate, transport and install museum exhibits. Work includes: Postaward Conference at Harpers Ferry Center, Harpers Ferry, West Virginia; Site Visit to Ice Age National Scientific Reserve, New Auburn, Wisconsin; exhibit drawings; fabrication of exhibit structures, including cases, platforms and panels; electrical and mechanical; photographs; graphics; artifacts; three-dimensional exhibit elements, including interactive models; transportatiaon of exhibits to installation site; and installation of exhibits. The Government anticipates award of a firm-fixed-price contract.--All requests must be submitted in writing, written faxed request to (304) 535-6424 or Internet request to bertha_braithwaite@nps.gov, to Bertha Braithwaite. Enveo pe or facsimile requesting RFP shall be marked as follows: "1443-RP-1100-97-009, Ice Age Exhibits".--Availability of the solicitation is limited and will be furnished on a first come first served basis until the supply is exhausted. THIS SOLICITATION IS TOTALLY SETASIDE FOR A SMALL BUSINESS. Sic Code 3999, Size Standard of 500 employees. CITE: (I-355 SN014266) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Fleet and Industrial Supply Center, San Diego, Bid Officer, 937 North Harbor Drive, San Diego, CA 92132-0212 SUBJECT: R--ENGINEERING AND TECHNICAL SERVICES SOL N00244-96-R-5173/N00244-97-R-5054 DUE 011097 POC Contact Point: Contract Specialist David Chesnut (619)532-3955; Contracting Officer, Fran Cass DESC: This action originally published in CBD dated 17 October 1996 is hereby cancelled. No solicitation will be issued. CITE: (I-355 SN014287) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: U.S. Department of Agriculture, Farm Service Agency, Acquisition Management Branch, STOP 0567, 1400 & INDEPENDENCE AVENUE, SW Washington, D.C. 20250-0567 SUBJECT: R--PACKAGING AND LOGISTICS ASSISTANCE SOL FSA-R-0005-97DC POC Vicki Ridgley, 202-720-9463 DESC: Solicitation No. FSA-R-0005-97DC POC Contract Specialist Vicki Ridgley (202) 720-9463. The Dept. of Agriculture, Farm Service Agency (FSA) intends to solicit and negotiated with Michigan State University under the authority of FAR 6.302. The solicitation will be for packaging and logistic related technical assistance for food commodities procured by Commodity Credit Corporation (CCC) under domestic and foreign food assistance programs, export sales programs and commodity price support programs. This procurement action is authorized by 41 U.S.C. 253(c)(1). This notice of intent is not a request for competitive proposals, however all proposalS received within fifteen (15) 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 upon responses to this notice is solely within the discretion of the government. LINKURL: http://wwwaix.fsa.usda.gov/amb/amb.htm LINKDESC: EMAILADD: vridgely@wdc.fsa.usda.gov EMAILDESC: CITE: (W-355 SN014307) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: DOJ, US Marshals Service, BSD, CS-3, Ste 402, 600 Army Navy Drive, Arlington,VA 22202 SUBJECT: R--TOWING, STORAGE AND MAINTENANCE OF SEIZED/FORFEITED VEHICLES SOL MON-97-042 POC Nancy E. Reese, POC, (703) 416-8957. DESC: United States Marshals Service, District of Massachusetts, requires towing, maintenance service and storage of seized and forfeited vehicles. Vehicles include automobiles, buses, motorcycles, motorbikes, all-terrain vehicles, trucks, trailerable boats, jet-skis, tractor-trailer rigs, and heavy equipment. All requests for RFQ (Request for Quotation) may be obtained by sending a fax request to (703) 603-0578. CITE: (I-355 SN014366) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 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 address were not delivered. No information will be provided from this e-mail address at this time. LINKURL: http://www.fs.fed.us/recreation/nrrs_rfp LINKDESC: EMAILADD: /s=nrrs/ou1=w01b@mhs-fswa.attmail.com EMAILDESC: CITE: (W-355 SN014403) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services--Potential Sources Sought OFFADD: Washington Metropolitan Area Transit Authority (WMATA), Department of Procurement, 600 Fifth Street, N.W., Washington, DC 20001 SUBJECT: R--PROFESSIONAL, ADMINISTRATIVE AND MANAGEMENT SUPPORT SERVICES - POTENTIAL SOURCES SOUGHT DUE 010897 POC Point of Contact - Tony Grayson, Senior Contracts Manager. 202-962-1472 or Ralph W. Case, Contract Administrator, 202-962-2484. DESC: The Washington Metropolitan Area Transit Authority (WMATA) is seeking to identify sources to help develop the requirements for a Request for Proposal (RFP) for a commercial-off-the-shelf Procurement Management System, help evaluate the proposals received in response to the RFP, and help manage installation and implementation of the system on a Local Area Network(LAN). The firm must have experience on similar efforts. Key system attributes of the Procurement Management System may include requisitioning through the LAN/WAN, online routing and approval of procurement requests, purchase order processing, contract preparation and management, receiving/invoicing, supplier management and rotation, integration with windows 3.X/95 and WordPerfect desktop tools in a client/server environment, and procurement workload assignment and management. The firm shall have no relationship with existing providers of Procurement Management Systems and will be excluded from competing for any resulting procurement of a Procurement Management System. Interested firms are invited to provide detailed written information concerning their capabilities and experience, to the office address above, addressed to Tong Grayson, within 15 days of this synopsis. Information may be faxed to (202) 962-2038. No telephone calls will be accepted. This is not a request for competitive proposals, no formal solicitation exists at this time. No award will be made on the basis on any response to this notice. EMAILADD: tgrayson@wmata.com EMAILDESC: CITE: (D-355 SN014203) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services--Potential Sources Sought OFFADD: Washington Metropolitan Area Transit Authority (WMATA), Department of Procurement, 600 Fifth Street, N.W., Washington, DC 20001 SUBJECT: R--PROFESSIONAL, ADMINISTRATIVE AND MANAGEMENT SUPPORT SERVICES - POTENTIAL SOURCES SOUGHT DUE 010897 POC Point of Contact - Tony Grayson, Senior Contracts Manager, 202-962-1472 or Ralph W. Case, Contract Administrator, 202-962-2484. DESC: The Washington Metropolitan Area Transit Authority (WMATA) is seeking to identify sources for an existing Commercial-Off-the-Shelf Procurement Management System. Key system attributes should include requisitioning through the LAN/WAN, online routing and approval of procurement requests, purchase order processing, contract preparation and management, receiving/invoicing, supplier management and rotation, integration with windows 3.X/95 and WordPerfect desktop tools in a client/server environment, and procurement workload assignment and management. Interested firms are invited to provide detailed written information concerning their system's capabilities and system clients, to the office address above, addressed to Tony Grayson, within 15 days of this synopsis. Information may be faxed to (202) 962-2038. No telephone calls will be accepted. This is not a request for competitive proposals, no formal RFP exists at this time. No award will be made on the basis on any response to this notice. EMAILADD: tgrayson@wmata.com EMAILDESC: CITE: (D-355 SN014386) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: U.S. Army Corps Of Engineers, Fort Worth District, P.O. Box 17300, 819 Taylor Street, Attn: CESWF-CT, Fort Worth, TX 76102-0300 SUBJECT: S--MOWING SERVICES AT WHITNEY & AQUILLA LAKES, CLIFTON, TX SOL DACW63-97-B-0015 DUE 020697 POC Natalie Allen, Contract Specialist, 817/978-4813 DESC: Contractor shall furnish all labor, equipment, materials, plant and tools to perform mowing services. Solicitation will issue on or about 06 January 1997 with bid opening on or about 05 February 1997. The terms of the contract will consist of a one-year base period and two one-year renewal options. The proposed contract listed here is a 100% small business set-aside. See Note 1. All responsible sources may submit a bid which shall be considered by the agency. No express mail procedures will be utilized on initial mailing of solicitation packages. LINKURL: http://www.ed1.swf.usace.army.mil/contract/ LINKDESC: Division EMAILADD: natalie.allen@SWF01.usace.army.mil EMAILDESC: CITE: (W-354 SN014007) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Department of Veterans Affairs, Medical Center, 50 Irving Street, N.W., Washington, DC 20422 SUBJECT: S--ENERGY SAVINGS PERFORMANCE CONTRACT SOL RFP 688-39-97 DUE 021497 POC Phyllis Jackson, Contracting Officer, (202) 745-8542 DESC: The Veterans Affairs Medical Center, Washington, DC, intends to procure an energy savings performance project. This project will provide energy conservation services to reduce energy and water consumption and associated utility costs. The Contractor shall be responsible for providing all labor, material, and capital to install, operate and maintain energy and water conservation projects, specifically the cooling tower, pumps and chiller projects, during the contract term. The scope of the contract is all facilities at this medical center, unless otherwise restricted. The term of the contract is limited to 25 years and is authorized by Public Law 99-272, Title VIII. Payment for services will be made from resulting energy cost savings. The solicitation shall be issued approximately 15 days after publication of this notice. All responsible sources may submit a proposal which will be considered by the VA. Interested offerors should submit a written request for a copy of the solicitation. A firm fixed-price contract is anticipated. The Standard Industrial Classification Code applicable to this procurement is 8999. For the purpose of this solicitation, any concern whose annual receipts over the past 3 years do not exceed an average of $5.0 million is considered a small business. CITE: (I-355 SN014206) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: BLM, BC-670B, Bldg 50, Denver Federal Center, P.O. Box 25047, Denver, CO, 80225-0047 SUBJECT: S--EL CENTRO TOILET CLEANING SOL 1422-N670-B97-0022 DUE 020497 POC Sharon Krenek, (303) 236-9433. DESC: The California Desert District of the Bureau Of Land Management requires cleaning of vault toilet facilities. There are six sites in the Imperial Sand Dunes, and a seventh at the Hot Springs L.T.V.A. in Imperial County, California. Sites are accessible via paved or graded dirt roads. Service trucks may approach to within about 30 feet of vault toilet facilities. The intent of this contract is to provide cleaning of the facilities of various sites at varing schedules between March, 1997 and February, 1998. Two addtional one year options are included Disposal of trash must occur at an approved facility and be performed in accordance with Federal, state, and local regulations. Each vault at each site designated must be thoroughly cleaned and resupplied with toilet paper. There will be no requirement for vault pumping. All responsible sources may submit a bid which will be considered. See Numbered Note(s): 1. CITE: (I-355 SN014342) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Department of Veterans Affairs, VA Puget Sound Health Care System (663/90C), 1660 S. Columbian Way, Seattle WA 98108 SUBJECT: S--GARBAGE/TRASH COLLECTION & DISPOSAL SOL 663-28-97 DUE 012297 POC Laura Davis, Contracting Officer, (206) 768-5201. DESC: Furnish all necessary labor, materials, and transportation to perform the following services: collection and removal of garbage/trash from Government owned and Contractor provided receptacles located at the VA Puget Sound HCS, American Lake Division, Tacoma, WA 98493. Services to be performed in compliance will all Federal, State, City, and County laws and regulations governing removal and disposal of refuse. Bidders must either have a "G" permit for Pierce County or an "X" Garbage Certificate from the Washington Utility Transportation Commission. All requests must be made in writing to the Contracting Officer. Faxed requests are acceptable. The Standard Industrial Classification (SIC) Code for this service is 4953. Solicitation will be issued on or after 1-6-97. Bid opening date 1-22-97. Contract period 2-1-97 through 1-31-98 with one year option period. Pre-bid conference and site inspection will be offered. Fax number (206) 764-2565. CITE: (I-355 SN014348) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: DEPARTMENT OF VETERNS AFFAIRS, 10 NORTH GREENE STREET, BALTIMORE, MD 21201 SUBJECT: S--RADIOACTIVE WASTE DISPOSAL SOL RFQ 512(B)-5-97 DUE 010697 POC Carol L. Pomraning, Contracting Officer (410-605-7156) DESC: Request for Proposal (RFP) No. 512(B)-5-97 is a combined synopsis/solicitation for commercial items for the Department of Veterans Affairs and is prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will NOT be issued. The solicitation document and incorporated provisions and clauses are those in effect through FAC 90-42. This acquisition is subject to full and open competition. The Standard Industrial Classification is 4953. Small business size standard is $6M. The VA Maryland Health Care System (VAMHCS), Baltimore Division, would like to enter into a contract for disposal of radioactive waste to be in effect from date of award through September 30, 1997, and, in accordance with FAR 52.217-9, Option to Extend The Term of the Contract, may be amended for two one-year options. Offerors are requested to provide their most current catalog price list and the estimated cost per pickup and disposal based on the following estimated quantity per pickup: (1) Removal of 12 55-gallon drums of liquid scintillation waste, (2) removal of 600 lb. of dry solid waste, (3) 10 replacement 55-gallon drums, (4) 10 bags of absorbent material, (5) 30 55-gallon drum liners, (6) 40 cardboard disposal boxes and liners, (7) transportation costs, and, (8) all necessary permits, etc. This will be a firm fixed price contract. Payment will be made in arrears on certified invoices. (1) The contractor shall furnish the necessary labor, equipment, materials, and permits to dispose of long-lived dry solid and liquid scintillation radioactive waste in accordance with all Federal, state and local regulations, including those of receiving state. (2) The contractor shall provide the Radioactive Waste Manifest to the VAMHCS representative to verify the disposal of the waste in accordance with provisions of item 1. (3) The contractor shall provide radioactive waste disposal on an as needed basis, approximately four (4) times every twelve (12) months for each of the two types of waste. (4) The VAMHCS Baltimore Radiation Safety Officer (RSO), or delegate, shall furnish to the contractor a list of the milli- or micro curie amounts, by radioisotope, of waste materials for disposal prior to or at time of service. (5) The contractor should employ the more acceptable and economical incineration method for dry solid waste, rather than the more expensive supercompaction method. (6) The VAMHCS Baltimore must be listed as an additional insured party under the contractor/carrier policy for transportation of dry solid waste or its ashes into South Carolina for disposal at the Barnwell, South Carolina facility. Transportation of waste must be restricted to the insured carrier. (7) The contractor shall notify the VAMHCS Baltimore RSO at least forty-eight (48) hours prior to service. The RSO, or designate, will make necessary arrangements with the Police and Security Service, loading dock personnel, etc. On the day of the service, the contractor shall report to the RSO for admittance to the radioactive waste storage area. (8) The contractor or their designate shall be located so as to have the ability to respond to an emergent situation within four (4) hours of notification, and should be able to advise this facility regarding regulatory requirements and emergency procedures. LOCATION: Low level radioactive waste storage area on secured eighth (8th) floor of the VAMHCS, 10 North Greene Street, Baltimore, MD 21201. The following incorporated clauses and provisions are those in effect through FAC 90-42 and are applicable to this acquisition: 52.212-1, Instructions to Offerors--Commercial Items; 52.212-2, Evaluation Commercial Items, apply to this acquisition. Contractor award shall be based on a scoring system recognizing service and quality. Proposals will be rated according to specific criteria on the basis of an assigned point system. All evaluation criteria are given equal weight and include: (1) Plans and methodology for accomplishing the required tasks; (2) Contractor's knowledge, experience, capabilities, staff qualifications, and past record of adherence to regulations; (3) Contractor's ability to advise in and respond to emergent situations; and, (4) Cost. The lowest evaluated price will be given the maximum points available for cost. All others will be given a percentage of the points based on the relationship of their cost to the lowest cost. Award will NOT necessarily be made to the low bidder. Contractors are to submit a list of at least four references. Also included: 52.212-4, Contract Terms and Conditions--Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, 52.222-3, Convict Labor (E.O. 11755); 52.233-3, Protest After Award; 52.222-26, Equal Opportunity; 52.232-28, Electronic Funds Transfer Payment Methods. Original proposals must be submitted in writing on company letterhead to: Carol L. Pomraning, Contracting Officer (90C), VA Maryland Health Care System, 10 North Greene Street, Baltimore, MD 21201, 2pm (Eastern Standard Time) by January 6, 1997. No fax or telephonic offers will be accepted. The Government intends to evaluate offers and award a contract without discussion with offerors. Therefore, the offers should contain the offeror's best terms from a price and technical standpoint. CITE: (I-355 SN014367) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Officer In Charge, NAVFAC Contracts, 520 Turner Street, Pensacola, FL 32508-5225 SUBJECT: S--EXHAUST SYSTEMS CLEANING, PENSACOLA NAVAL COMPLEX, PENSACOLA, FL SOL N65114-97-B-2284 DUE 011397 POC Technical inquiries prior to bid opening must be submitted in writing to the address listed above, or faxed to (904) 452-4505, Attention: Karen Seals DESC: Work to include weekly, monthly, quarterly and biannual cleaning of exhaust systems. Contract to be for a base period of one year, with four option periods. Please send written or faxed request for the plans and specifications to Officer In Charge, NAVFAC Contracts, 520 Turner Street, Pensacola, FL 32508-5225, attention: Karen Seals. Plans and specifications are currently available. Work is estimated at less than $100,000 CITE: (I-355 SN014375) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: DEFENSE INTELLIGENCE AGENCY, BUILDING 6000, BOLLING AFB, WASHINGTON, DC 20340-3084 SUBJECT: T--FILM PROCESSING SERVICES SOL MDA908-97-R-0003 DUE 010597 POC Purchasing Agent, JUDITH CASTEEL, (202)2312829 DESC: (i) 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; prposals are being requested and a written solicitation will not be issued. (ii) This SOLICITATION NUMBER MDA908-97-R-0003 is issued as a request for proposal (RFP). (iii) The solicitation document and incorporated provisions and clauses are those in effect hrough FEDERAL ACQUISITION CIRCULAR #90-42, and DEFENSE FEDERAL ACQUISITION CIRCULAR #91-11. (iv) This solicitation is a small business set-aside. SIC is 7384. (v) A list of CONTRACT LINE ITEM NUMBER(S) and items are: CLIN 0001: DEVELOPING OF 35MM FILM; CLIN 0001AA: 24 EXPOSURE BLACK & WHITE, D-76 1:1, 68 DEGREES F, 1500 ROLLS; CLIN 0001AB: 36 EXPOSURE BLACK & WHITE, KODAK, D-76 1:1, 68 DEGREES F, 120 ROLLS; CLIN0001AC: 36 EXPOSURE BLACK & WHITE TECHNICAL PAN 2415 (PUSHED TO 125 ASA) TECHNIDOL LIQUID DEVELOPER, 80 DEGREES F/15 MIN) VERTICAL AGITATION (UP AND DOWN), 400 ROLLS; CLIN 0001AD: 36 EXPOSURE BLACK & WHITE P-3200 (PUSHED TO 6400 ASA) (D-76 STRAIGHT 70 DEGRE F/17 MIN); 120 ROLLS; CLIN 0001AE: 24 EXPOSURE COLOR NEGATIVE, 320 ROLLS; CLIN 0001AF: 24 EXPOSURE COLOR POSITIVE (PROCESS AND MOUNT), 20 ROLLS; CLIN 0001AG: 36 EXPOSURE COLOR POSITIVE PROCESS ONLY (UNCUT), 120 ROLLS; CLIN 0002: PRINTS, 3 1/2 INCH BY 5 INCH GLOSSY; CLIN 0002AA: BLACK & WHITE, ENLARGEMENTS FROM 35MM FILM, 24,000 EACH; CLIN 0002AB: COLOR, ENLARGEMENTS FROM 35MM FILM, 4,520 EACH; CLIN 0003 PRINTS, 5 INCH BY 7 INCH GLOSSY; CLIN 0003AA: BLACK & WHITE, ENLARGEMENTS FROM 35MM FILM, 1,600 EACH; CLIN 0003AB: COLOR, ENLARGEMENTS FROM 35MM FILM, 1,280 EACH; CLIN 0004: PRINTS, 8 INCH BY 10 INCH GLOSSY; CLIN 0004AA: BLACK & WHITE ENLARGEMENTS, 160 EAH; CLIN 0004AB: COLOR ENLARGEMENTS, 160 EACH; CLIN 0005: PRINTS, 11 INCH BY 14 INCH GLOSSY; CLIN 0005AA: BLACK AND WHITE ENLARGEMENTS, 40 EACH; CLIN 0005AB: COLOR ENLARGEMENTS, 40 EACH. The Government also requires a proposal for each of four option years. The description and quantities for the option years are the same as the base period outlined here. (vi) Description of requirements for the items to be acqured. All products delivered hereunder shall be free of dust, lint, scratches, fingerprints, abrasions, and chemical stains. Ninety percent (90%) of all film (B&W) processed by the contractor will be returned to the Government without being cut. Black and wite film processing and printing will be done with black and white chemistry and printed by a black and white printer on black and white paper. Ten percent (10%) of all film (B&W) processed by the contractor will be returned to the Government in a "process only" state without prints. All items shall be preserved, packaged, packed and marked in accordance with the best commercial practices to meet the acking requirements of the carrier, and ensure safe delivery at destination. (vii) Date(s) and place(s) of delivery and acceptance and FOB point. The contractor shall provide on an FOB destination basis, pickup and delivery service to and from the address pecified below or to an alternate address within the Metropolitan Washington, DC, area (25 mile radius of the Pentagon) as specified by the Contracting Officer's Representative (COR). Deliver to: Defense Intelligence Agency, Joint Military Attache School, Bldg 6000, Room E3-832, Bolling AFB, Washington, D.C., 20340-5485. Performance Specifications. Pickup and delivery shall be made in person on Monday, Wenesday and Friday during normal duty hours (7:30 am to 4:00 pm) and at the request of the COR occurring not later than 24 hours after the COR's telephone request. Delivery shall be made no later than three (3) working days for Film Processing only and Five(5) working days for Film Processing and Printing (excluding weekends and Government Holidays) after pickup. (viii) FAR 52.212-1 Instructions to Offerors, Commercial, is incorporated by reference and applies to this acquisition. (ix) FAR 52.212-2, Evaluation, Commercial Items (OCT 1995) is incorporated by reference and applies to this acquisition. ADDENDUM 52.212-2 Para(a). Award will be based on best value.The following factors shall be used to evaluate offers: technical capability, price and past performance. Technical capability and past performance are more important than price. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3,Offeror Representations and Certifications, Commercial Items (OCT 1995) with its offer. (xi) FAR 52.212-4, Contract Terms and Conditions, Commercial Items (OCT 1995) is incorporated by reference and applies to this acquisition and resulting contract. Contract Type: The resulting contract will be firm, fixed price (FFP). (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes (OC 1995) is incorporated in this contract by reference, however, for paragraph (b) only the following provisions apply to this acquisition: 52.212-5(b): 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I (OCT 1995), 52.203-10, Pice 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 Women-Owned Small Business Subcontracting Plan, 52.219-14, Limitation on Subcontracting, 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36, Affirmative Actionfor Handicapped Workers, 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, 52.239-1, Privacy or Security Safeguards (xiii) Additional requirements. Warranty: The contractor shall extend to the Government full coverge of any standard commercial warranty normally offered in a similar commercial sale, provided such warranties available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the "Inspection" clause nor does it limit the Government's rights with regard to the other terms and conditions of this contract. In the event of a onflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The standard commercial warranty period shall begin upon final acceptance of the applicable material and/or services listed in the schedule. (xiv DPAS rating: N/A. (xv) CBD numbered notes: N/A. (xvi) Two (2) technical and (1) cost proposal are due by noon, EST, 5 Jan 97 at the Virginia Contracting Activity, ATTN: DAP-2 (Judith E. Casteel), MacDill Boulevard, Building 6000, Bolling Air Force Base, Washington DC 20340-5100. Offerors shall provide names, addresses and phone numbers of 3 customers, either Government or commercial, that have received thecontractor's photo processing services during the past 2 years. Offerors must acquaint themselves with the new regulations concerning Commercial Item acquisition contained at FAR Subpart 12 and must ensure that all Representations and Certifications are excuted and returned as required in this synopsis/solicitation. (xvii) Name and Telephone number of individual to contact for information regarding the solicitation: Judith E. Casteel, (202) 231-2829, fax (202) 231-3368. CITE: (I-355 SN014276) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: Oklahoma City Satellite Printing Procurement Office, U.S. Government Printing Office, 3420 D Ave., Suite 100, Tinker AFB, OK 73145-9188 SUBJECT: T--OFFSET PRINTING SOL Program 7707-S DUE 020697 POC Timothy Ashcraft, Contracting Officer, (405) 231-4146 DESC: Single award term contract for period of 030197 to 022898--for Department of Transportation--FAA Service Difficulty Reports--assumed Oklahoma City, OK production area--approx. 52 orders per year (two items per order)--4 to 230 total pages per item--11 x 8-1/2"--black ink--approx. 800 copies per item per order--operations include film making, printing, binding, packing and distribution--four workday production schedule--quality attributes level IV--bid request on firm's letterhead. CITE: (M-355 SN014318) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services--Potential Sources Sought OFFADD: U.S. ARMY ENGINEER DISTRICT, MOBILE, ATTN: CESAM-EN-MN, P.O. BOX 2288, MOBILE ALABAMA 36628-0001 OR 109 ST., JOSEPH STREET MOBILE AL 36602 SUBJECT: T--IND DEL CONTRACT FOR SURVEYING, MAPP & PHOTOGRAMM SERVC TO SUPP THE MOBILE DIST MILTARY PROGRAM; DACA01-97-R-0015 SOL AEMXXX-97XX-0005 POC Contact Mr. Jack Pruett, 334/441-5755; Contracting Officer, Edward M. Slana (Site Code W31XNJ) DESC: 1. CONTRACT INFORMATION: A-E services are required for an Indefinite Delivery Contract for Surveying, Mapping, and Photogrammetry Services. This announcement is open to all businesses regardless of size. The Contract will be awarded for a one year peiod. Work to be subject to satisfactory negotiation of individual task orders with the total contract not to exceed $500,000 for the contract period. Selection of AE firms is not based upon competitive bidding procedures, but rather upon the professional qalifications necessary for the performance of the required services. 2. PROJECT INFORMATION: The Contractor selected will be required to perform services in Alaska with work in other locations as may be assigned to the Mobile District. The selected firm will be required to perform services of the following types: Select and evaluate existing monuments for stability and siting; write digital descriptions; set airport ontrol stations including concrete monuments, disk in bedrock and rod marks; establish control by high accuracy Global Positioning System; process data from GPS observations; provide written reports with diagrams, sketches, tables, photographs, and data prcessing files in bluebooking format that is acceptable to NGS; performance of both boundary and land surveys. The contract requires the capability to provide digital surveying and mapping data that is readable and fully operational on an Intergraph computer-aided design and drafting (CADD) system. Current operating software is Intergraph Microstation version 5.0 and delivery of files on 3.5 disk, CD-om and/or in Intergraph Optical Disk Storage format. All land survey work must be performed under the direction of a Registered Land Surveyor registered in the state where the work is performed. 3. SELECTION CRITERIA: See Note 24 for general selection procss. The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A thru E are primary. Criteria F thru H are secondary and will only be used as "tie-breakers" among technically equal firms. A. Professional Qualifications: The contract will require the following disciplines: Use the nomenclature for disciplines as noted in thisadvertisement. (1) Project Managers; (2) Party Chiefs. Resumes (Block 7 of the SF 255) must be provided for these disciplines, including consultants. Additional evaluation factors are provided in order of importance: B. Specialized experience and technicalcompetence in: (1) Surveying In Alaska and/or Other Cold Regions; (2) Global Positioning System Services; (3) Use of Dual Frequency Receivers; (4) Setting Monuments By Driving Stainless Steel Rods to Refusal; (5) Work On And Around Airports; (6) Detailed Topography; (7) Boundary Surveys: (8) Use of CADD systems in surveying & mapping applications; (9) In Block 10 of the SF 255 describe the firms' quality mangement plan, including the team's organization including an organizational chart, quality assurance, cost control, and coordination of the in-house work with consultants. C. Capacity to Accomplish the Work: The capacity to field a minimum of five GPS receiers with personnel to operate the receivers and process the data. D. Past Performance: Past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with performance schedules; E. Knowledge of the Locality: Knowledge of surveying & mapping in very cold climatic conditions; F. Geographic Location: Geographic location with respect to Alaska. G. Small Business, Smal Disadvantaged Business, and Women Owned Business Participation: Extent of participation of Small Businesses, Small Disadvantaged Businesses, Women Owned Businesses, Historically Black Colleges and Universities, and Minority Institutions in the proposed cntract team, measured as a percentage of the total estimated effort; H. Equitable Distribution of DOD contracts: Volume of DOD contract awards in the last 12 months as described in Note 24. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submissions requirements. Firms must submit a copy of their SF 254 and SF 255, and a copy of each consultant's SF 254. The 11/92 edition of the forms must be used, nd may be obtained from the Government Printing Office. A Summary of Capability Worksheet must be requested and submitted with the proposal. The worksheet in Microsoft Word Format (3.5" unformatted Disk must be provided) should be requested by sending a sef addressed envelope or Floppy Disk Mailer with return postage to: District Engineer, U.S. Army Engineer District, Mobile, ATTENTION: CESAM-EN-MS, Post Office Box 2288, Mobile, Alabama 36628-0001. These must be received in the Mobile District Office (CESAM-EN-MN) not later than close of business on the 30th day after the date of publication of this solicitation in the Commerce Business Daily. If the 30th ay is a Saturday, Sunday, or Federal holiday, the deadline is the close of business on the next business day. Regulations requires that any submittals received after this date cannot be considered by the Selection Board. Include ACASS number in Block 3b an RFP Number in Block 2b of the SF 255. Call the ACASS Center at 503-326-3459 to obtain a number. Solicitation packages are not provided. This is not a request for proposal. As required by acquisition regulations, interviews for the purpose of discussing prospective contractors' qualifications for the contract will be conducted only for those firms considered highly qualified after submittal review by theselection board. CITE: (I-355 SN014279) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services--Potential Sources Sought OFFADD: USAED WILMINGTON DISTRICT, CONTRACTING DIVISION W81LJ8, PO BOX 1890 (DARLINGTON AVE 28401-1343), WILMINGTON NC 28402-1890 SUBJECT: T--SURVEYING OF SEDIMENTATION RANGES IN JOHN H. KERR RESERVOIR AND FALLS LAKE IN VIRGINIA AND NORTH CAROLINA SOL 129&&&-9612-0004 POC PAUL MASON, CESAW-EP-EE (910-251-4789); HILDA AYERS, CONTRACT SPECIALIST (Site Code DACW54) DESC: A-E firm fixed price contract is required for surveying of sedimentation ranges across John H. Kerr Reservor and Falls Lake in Virginia and North Carolina. Award of this contract is scheduled for March 1997 with completion scheduled for August 1997. he Service Contract Act will apply to this contract. PROJECT INFORMATION: Sedimentation ranges to be surveyed are located throughout the two (2) lakes. They extend from flood pool elevation on one side of the lake to the same elevation on the other side. Vrtical and horizontal control surveys will be required to locate historic sedimentation ranges and monuments will be reset where they are missing. Upland profiling will be performed on each side of the lakes with hydrographic surveys extending across the lakes. These profiles will be compared with previous surveys to assess accretion and erosion of sediments over time. The Contractor will convert old survey data to dgital format and compute changes in earth volumes. Estimated cost range for this project is between $100,000 and $250,000. SELECTION CRITERIA: Evaluation criteria, listed in descending order of relative importance, have been established for this contract a follows: A. Specialized experience in the type of work described above. B. Professional Qualifications necessary for satisfactory performance of required services. C. Capacity to accomplish the work on schedule: Firm must have ability to provide a minimum of three (3) 3-man survey parties of competent personnel with the required equipment. Firms responding to this notice must furnish a list of all company oned survey equipment that is available to perform this work. D. Past Performance on DOD and other contracts. E. Knowledge of the Locality: Familiarity with the conditions, control and regulations effecting work at the two (2) job locations. F. SB and SDB Prticipation: Extent of participation of small business, small disadvantaged business, historically black college and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. G. Equitable Distribution of DOD Contracts: Volume of DOD contract awards in the last 12 months as described in Note 24. SUBMISSION REQUIREMENTS: See Note 2 for general submission requirements. Interested firms having the capabilities to perform this work must submit a copy of the SF 255 (11/92 edition) and a copy of the SF 254 (11/92 edition) for the prime and all consultants to the above address not later tan the CLOSE OF BUSINESS on the 30th day after the date of this announcement. If the 30th day is a Saturday , Sunday, or Federal holiday, the deadline is the close of business of the next business day. Applicants may supplement the forms with other information deemed appropriate. Solicitation packages are not provided. This is not a request for proposal. SIC CODE 8713. NOTE: THIS PROPOSED PROCUREMENT IS UNRSTRICTED. CITE: (I-355 SN014286) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services--Potential Sources Sought OFFADD: AMC Contracting Flight, AMC CONF/LGCFA, 102 E. Martin St, Rm 216, Scott AFB IL 62225-5015 SUBJECT: T--MULTI-MEDIA PRESENTATION - POTENTIAL SOURCES SOUGHT SOL N/A POC Capt Timothy Haseltine, HQ AMC/DSR 618-256-2214, Susan Sembenotti, AMC CONF/LGCFA, Contract Specialist, 618 256-1900, ext 335, Barbara Steinmann, Contracting Officer, 618-256-1900, ext 261. DESC: The Air Force Mobility Command (AMC) is requesting information for the production of a multi-media product. We are looking for a 10-14 minute presentation to tell the story of the Air Mobility Command. We are interested in the newest technology in delivering both sight and sound to include a wide screen presentation format such as letterbox or HDTV. The presentation should have the capability of being built into several modules to adapt to different audiences and be updatable to add current events. Our office would be able to provide all of the still and video images and ambient sound but would require that the script, narration and music be provided by the contractor. Our equipment includes a 16' by 5' rear projection screen with two Barco Data 801 projectors and two IBM PC's running PowerPoint 7.0. The computers are 166 MHZ Pentium's with 32 Meg of EDO Ram and #9 Motion 771 with 4MB VRAM Video Cards. This Request for Information is not a commercial solicitation and the Government will pay neither for any information submitted nor for any costs incurred in preparing a response to this RFI. Replies to this notice for potential sources must be submitted no later than 30 days after publication in the CBD. Send information to: HQ AMC/DSR, Attn. Capt Timothy Haseltine, 402 Scott Drive Unit 1D2, Scott AFB IL 62225-5310, Phone: (618) 256-2214. DO NOT SEND THE INFORMATION TO THE CONTRACTING FLIGHT. CITE: (I-355 SN014323) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: National Imagery and Mapping Agency, 4600 Sangamore Road, MS PCC-E/D-6, Bethesda, MD 20816-5003 SUBJECT: U--EDUCATIONAL SERVICE SOL NMA401-97-T-0178 DUE 011097 POC Contact Point: Keith E. Holloway, Purchasing Agent, 301/227-2366, or Carleda Morris, Contracting Office, 301/227-5130 DESC: The National Imagery And Mapping Agency (NIMA) intends to issue a Sole source Award to the University of Maryland Instructional Television System Subscription. CLIN 0001: The Contractor shall provide the National Imagery and Mapping Agency with a wide variety of non-credit short courses from various organizations, including 39 other academic institutions. In addition to the above unique services, the NIMA Bethesda distance learning facility requires receipt of a microwave signal; microwave signals must be in a direct line of sight. CITE: (I-355 SN014207) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: U--Education and Training Services--Potential Sources Sought OFFADD: Panama Canal Commission, Logistical Support Division, Purchasing & Contracts Branch, Unit 2300, APO, AA 34011-2300 SUBJECT: U--TRAINING PROGRAM SOL N/A DUE 011797 POC Sarinder Singh, Contract Specialist, (502) 272-3653 DESC: The Panama Canal Commission, a corporation of the U.S. Government, is in the process of identifying qualified institutions of education and training interested in advising and collaborating in the formulation and implementation of an expanded world-class training program at the Panama Canal in such areas as maritime training, marine fire fighting, hazardous materials, industrial training, and executive and managerial development. This program would be directed toward providing services to the private and public sectors as well as the Canal organization. All interested parties shall submit company information, as well as any other information related to the topics indicated in this announcement to the following addresses: via U. S. Postal Services to Panama Canal Commission, Purchasing and Contracts Branch, Attn.: Sarinder Singh, Unit 2300, APO AA 34011-2300, by courier to Panama Canal Commission, Purchasing and Contracts Branch, Attn.: Sarinder Singh, Building 28, Third Floor, Balboa, Republic of Panama, or by fax at 011-507-272-7661. Any information provided shall be at no cost to the Commission. The information received will be considered confidential and will not be disclosed withouth the express authorization of the supplier. This notice does not express or imply the intent to purchase any service or to enter into a contractual agreement. The information is required no later than January 17, 1997. CITE: (I-354 SN014013) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: DOI, Office of Aircraft Services, PO Box 15428, Boise, ID 83715-5428 SUBJECT: V--TRANSPORTATION SERVICES SOL 8097-12 DUE 031997 POC Cindy Knickerbocker, Procurement Technician, 208/387-5760 DESC: Contractor will be required to be certificated under 14 CFR, Chapter 135, Air Taxi Operators and Commercial Operators. Furnish flight services, fully contractor operated and maintained, consisting of one (1) Bell 206B III helicopter, or equal aircraft, in support of the Bureau of Indian Affairs fire suppression programs for the approximate period of June 1, 1997, to August 10, 1997. The term of this contract will be one (1) year with options to renew for two (2) additional years. Designated base is Window Rock, Arizona. See notes 1 and 26. CITE: (W-354 SN014006) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: W--Lease or Rental of Equipment OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: W--FORKLIFT LEASE SOL N00406-97-R-4037 DUE 021097 POC M. Renville DESC: This modification is to change the closing date to 02-10-97. All other terms and condition remain the same CITE: (I-355 SN014209) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: W--Lease or Rental of Equipment OFFADD: U.S. Department of Agriculture, Farm Service Agency, Acquisition Management Branch, STOP 0567, 1400 & INDEPENDENCE AVENUE, SW Washington, D.C. 20250-0567 SUBJECT: W--LEASE OF POSTAGE METERS SOL FSA-R-0002-97DC DUE 010697 POC Scott P. Cook, (202) 720-7349 DESC: REQUEST FOR PROPOSAL FSA-R-0002-97DC: The USDA, Farm Service Agency (FSA), has a requirement for the lease of postage meters, to be located in state and county offices across the country. The location of the meters and the exact quantity will be determined after contract award; however, the current estimate is 1616, plus or minus 300, to be located in 37 states distributed evenly across the US. The actual quantities and the final location of the meters will be determined by the FSA State offices after contract award; the contractor must coordinate the location and timing of meter installations with the State offices. All meters must be installed and operating within 90 days after the states determine the installation locations. The postage meters must have the following characteristics: 1. Meter must have USPS approval and certification. 2. Meter must be capable of printing denomination amounts on envelopes from 1 cent to $9.99, or print postage for packages and oversized envelopes directly onto gummed labels. 3. Meter must have a feeder mechanism. 4. Meter must show postage used and postage remaining. 5. Meter must be able to replenish authorized postage amounts by phone. 6. Meter must have a dollar-lock protection feature to prevent overmetering. 7. Meter must have a repeat function for repetitive selections of postage to be metered. 8. Meter must have an external envelope flap moistener. 9. Meter must be able to track at least 6 multiple accounts. 10. Meter must be accompanied by an instruction manual. The Contractor shall install the meters in the designated locations and instruct the office personnel in the use of the equipment. The Contractor shall provide on-call maintenance (parts and labor) or replacement of the equipment within two business days of receipt of notice of malfunction by the Contractor or his designated point of contact. If maintenance or replacement is not provided within two business days, the lease price shall be decreased on a pro-rata basis to reflect downtime. The Contractor is not responsible for any factors external to the meters (office electrical supply, adding or removing accessories, etc.). The contractor shall provide an 800 toll-free number for ordering of consumable supplies, the price of which shall not be included in the lease price. The Contractor shall provide a monthly lease price, inclusive of the meter, installation, maintenance and instruction, for the meters for the base year (1/1/97 to 9/30/97) and for four option years (FYs 1998, 1999, 2000 and 2001). 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 hereby requested and a written solicitation will not be issued. This solicitation incorporates FAR provisions and clauses that are in effect as of FAR Acquisition Circular 90-39. This is not a set-aside acquisition. The following clauses are hereby incorporated into this RFP by reference: FAR 52.212-1, Instructions to Offerors -- Commercial; and FAR 52.212-2,Evaluation -- Commercial. The following factors are hereby inserted into clause 52.212-2: Past Performance (50% of evaluation); Ability to Meet Specifications (30% of evaluation); and Price (20% of evaluation). The offeror must indicate past performance with regard to the infrastructure for nationwide installation and maintenance of postal meters, and this experience will count towards determining the awardee. The contract resulting from this solicitation will incorporate the following clauses: FAR 52.212-4, Contract Terms and Conditions -- Commercial; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial. All offerors must complete the items in FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and return them with their proposal. Offers are due at 2PM Eastern Standard Time, Monday, January 6, 1997, in room 6957-S, South Building, 1400 Independence Avenue, SW, Washington, DC 20250-0567. The point of contact is Scott P. Cook, Contracting Officer, at 202-720-7349. During the Christmas holidays (Dec 21 - January 2), he can be reached at his home Internet address (spcook@wizard.net). LINKURL: http://wwwaix.fsa.usda.gov/amb/amb.htm LINKDESC: EMAILADD: scook@wdc.fsa.usda.gov EMAILDESC: CITE: (W-355 SN014267) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: W--Lease or Rental of Equipment OFFADD: U. S. ARMY ENGINEER DISTRICT, MOBILE, ATTN: CESAM-CT (PLANS ROOM NO. 1000A), P. O. BOX 2288 MOBILE ALABAMA 36628-0001, OR 109 ST. JOSEPH STREET MOBILE AL 36602 SUBJECT: W--RENTAL OF CONSTRUCT EQUIP W/OPERATORS FOR MAINTENANCE DREDGING OF TTWW & BENDWAYS, ALABAMA & MISSISSIPPI SOL DACW01-97-B-0023 DUE 021197 POC Contact Ms. Karen Johnson, 334/690-2535; Contracting Officer, Sue L. Speights (Site Code W31XNJ) DESC: The work to be performed under this contract consists of rental of a Cutterhead Pipeline Dredge with Operators for maintenance dredging of the Tennessee-Tombigbee Waterway and Bendways, Black Warrior-Tombigbee River System and the Alabama River for aperiod of 240 days. The principal location of work is expected to be the Tennessee-Tombigbee WaterWay (TTW), Alabama and Mississippi. This work will require dredging to depths of 12 feet or greater over varying channel widths. The dredge material will haveto be transported to disposal areas at distances up to 11,000 feet from the dredging site at lifts as high as 70 feet. This contract will require a 20, 22, or 24-inch dredge with respective minimum horsepower requirements of 2500, 2700, and 2700. Estimated cost of work is between $1,000,000 and $5,000,000. Options items are included. All responses should be directed to Ms. Karen Johnson or Ms. Mary Harris. No teephone requests. Only written or faxed requests (334-694-4343), received directly from the requestor are acceptable. Refer to document in request. Bid documents are available on or about 10 January 1997. The proposed contract is unrestricted. The standard ndustrial classification (SIC) code for this acquisition is 1629, the size standard for which is $13.5 million. All responsible sources may submit an offer which shall be considered. CITE: (I-355 SN014278) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: W--Lease or Rental of Equipment OFFADD: VA MEDICAL CENTER, 3350 LA JOLLA VILLAGE DRIVE, SAN DIEGO, CA 92161 SUBJECT: W--LEASED PAGERS SOL IFB-664-096-97:CT DUE 012997 POC Charlene Tyson, Contracting Officer DESC: The VA San Diego Healthcare System, San Diego, CA has a requirement for approximately 549 long range leased pagers and one voice pager to include all repairs and service. On call response service shall be 24 hrs. a day, 7 days per week. Approximate issue date is January 8, 1997. All requests for this solicitation must be in writing or FAXED (619)552-7483. Reference solicitation number IFB-664-096-97:CT and include your company's name, address, telephone and fax number and point of contact. This solicitation is for Base Year and possible four option years. CITE: (I-355 SN014353) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: X--Lease or Rental of Facilities OFFADD: Department of Defense, OSD/WHS, Real Estate and Facilities Directorate, Support Service Division, Procurement Branch, Room 3C345 Pentagon, Washington, DC 20301-1155 SUBJECT: X--PROVIDE RENTAL OF HOTEL AND CONFERENCE FACILITIES FOR A 1997 SPRING CONFERENC SOL MDA94697T0222 DUE 011097 POC Alisa R. Seawright, Contract Specialist, 703/695-4905 DESC: Provide lodging and conference facilities in Fairfax County in support of a Spring Conference scheduled for 7-13 April 1997. The RFQ should be faxed to 703/693-6807 or mailed to OSD/WHS/RE&F/Support Services Division, Attn: Alisa Seawright, Room 3C345, Pentagon, Washington, D.C. 20301-1155. No telephone requests will be accepted. CITE: (W-355 SN014201) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: X--Lease or Rental of Facilities OFFADD: Peace Corps, Office of Contracts, Rm. 6368, 1990 K St. N.W., Washington, DC 20526 SUBJECT: X--CONFERENCE AND LODGING FACILITIES FOR PEACE CORPS COUNTRY DIRECTORS CONFERENCE DUE 010697 POC Neil Xavier, Contracting Officer, (202)606-9510 DESC: The due date for submissions in response to this notice has been extended from December 31, 1996 to January 6, 1997. CITE: (I-355 SN014383) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: DOI, Fish and Wildlife Service, Mail Stop 60181 CGS), P.O. Box 25486, DFC, Denver, CO 80225 SUBJECT: Y--FISH POND LINER INSTALLATION SOL 1448-60181-97-B026 DUE 013097 POC PO: Cathleen DeBerry/Procurement Assistant, 303/236-5412 x221; David M. Clack, Contracting Officer, 303/236-5412 x228. DESC: This is a pre-solicitation notice for a requirement to furnish and install 20 mil Fishgrade PVC liners in five existing fish rearing ponds and associated earthwork. Project site is located at the Gavins Point National Fish Hatchery near Yankton, South Dakota. Solicitations will be available o/a December 30, 1996. Notice to Proceed will not be issued on this project until o/a July 15, 1997. Estmated price range is between $100,000 to $250,000. This project is open to large and small businesses. Please Fax requests for solicitation package to 303/236-4791, state solicitation number, company name, mailing address and telephone number on request. CITE: (I-354 SN014011) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: u.s. FISH AND WILDLIFE SERVICE, CONTRACTING AND GENERAL SERVICES, 300 WESTGATE CENTER DRIVE, HADLEY, MA 01035-9589 SUBJECT: Y--CONSTRUCTION OF FOUNDATION AND ERECTION OF PREFAB BUTLER METAL BUILDING AT THE ERIE NATIONAL WILDLIFE REFUGE, GUYS MILLS, PA. SOL 14485018197B007 DUE 013197 POC Contract Specialist, GARY M. DUPUIS, 413-253-8240 DESC: The U.S. Fish and Wildlife Service invites bids on a contract for the erection and related work to install a Butler Metal Building at the Erie National Wildlife Refuge in Guys Mills, PA. The work consists of the foundation, erection and related work thereof of a Butler Metal Building. Bidders must be authorized Butler Contractors and show evidence of certification prior to award. The work consists of the erection, testing, foundation design, concrete and related work to be performed in accordance with the specifications outlined in the solicitaion. Estimated construction cost is between $25,000 and $100,000. This is an unrestricted procurement and will be open to any business size. All responsible sources may submit a bid which shall be considered for award. Plans and specs for this job are available without charge and shall be requested in writing to the above address; Attention Gary M. Dupuis, Contracting Officer. Issue date will be o/a December 31, 1996. Telephonic requests WIll NOT be accepted. However FAX requests will be accepted at FAX No. 413-253-8450. Any requests for the package must include the company name, address, telephone and FAX numbers, point of contact, and should reference the solicitation number listed CITE: (I-355 SN014187) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Contracting Office, Siuslaw National Forest, P.O. Box 1148, Corvallis, OR 97339 SUBJECT: Y--HEBO WATERBARRING 1997 SOL RFQ 97-8101 DUE 012997 POC Contact, Administrative Services, 541/750-7118 DESC: This project consists of constructing approximately 1200 waterbars on graveled Forest roads. The Contractor shall furnish all labor, equipment, supervision, transportation, supplies (except those designated as Government furnished) and incidentals to accomplish all work necessary. Contract time is 90 calendar days after receipt of the Notice to Proceed. Government estimate is between S25,000 and S100,000. Estimated start work date is February 3, 1997. This Request for Quotations IS NOT set-aside for small business concerns. CITE: (I-355 SN014211) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: US Army Corps of Engineers, LRD (CESWL-CT), PO Box 867, Little Rock, AR 72203-0867 SUBJECT: Y--REHABILITATION & PAINTING TAINTER GATES, DARDANELLE LOCK & DAM, YELL & POPE COUNTIES, ARKANSAS SOL DACW03-97-R-0004 DUE 022097 POC Sharon Spohn, Contract Specialist, (501) 324-5187 FOR SPECIFICATIONS/DRAWINGS: Theresa M. Morris, (501) 324-6844. DESC: The work consists of blasting and painting tainter gates, grinding handrail post remnants flush with trunnion anchorage covers, blasting and painting trunnion anchorage covers, furnishing and installing new side seal and bottom seal assemblies and new anodes, replacing damaged and corroded structural members, grinding structural members, heating and straightening structural members, spot power tool, spot prime and completely paint machinery covers, decks and spillway bridge substructures, blasting and painting stop logs and lifting beam. Machinery covers, decks, and spillway bridge substructure will require lead-based paint removal. Estimated magnitude of work is between 1,000,000.00 and 5,000,000.00. Issue date for solicitation will be on or about January 21, 1997. Solicitation only $30.00, Solicitation and half size drawings $52.50, solicitation and full size drawings $62.00 (all charges are non-refundable). Solicitation documents will be made available upon written request to include check or money order payable to FAO, US Army, LRD, and mailed to Contracting Division at the above address. In order to receive documents in a timely manner, requests should be received by January 9, 1997. Bid opening date will be on or about February 25, 1997 at 4:00 p.m. This proposed procurement is unrestricted. SIC: 1629 The Little Rock District's Subcontracting goals are: Small Business - 53%, Small Disadvantaged Business - 8.5%, Women Owned Business - 3%, and Historically Black Colleges & Universities/Minority Institutions - 5%. CITE: (I-355 SN014223) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: 37th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, TX 78236-5253 SUBJECT: Y--CONSTRUCT MFH MANAGEMENT OFFICE AND MFH MANAGEMENT MAINTENANCE FACILITY SOL F41636B0001 POC Sara Atkins, (210)671-1732 DESC: Note the following correction: a. The subject Invitation for Bids(IFB) is hereby changed to a Request for Proposal(RFP) b. The solicitation number is hereby changed to read as follows: from: F41636B0001 to: F4163697R0019 ***********************************************************************************************************last item********************************** CITE: (W-355 SN014265) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Willamette National Forest, 211 E. 7th, Eugene, Oregon, 97401 SUBJECT: Y--CONSTRUCTION OF STRUCTURES AND FACILITIES SOL R6-18-97-809 DUE 012197 POC Contract Specialist. Telephone No. (541) 465-6506. DESC: A project to remove existing building debris due to fire at the Oakridge Ranger District Complex, Westfir Oregon. Building debris consists of the building foundation, sidewalks, porches, steps, metal office furniture, etc. Estimated start work date is February 3, 1997. Contract performance time is 60 calendar days. Government's estimate is between $25,000.00 and $100,000.00. This contract is NOT set-aside for small business pursuant to Public Law 100-656, Small Business Competitive Demonstration Act. CITE: (M-355 SN014310) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Federal Prison Camp, Allenwood, Regional Contracting Office, P.O. Box 1000, Montgomery, PA 17752 SUBJECT: Y--EXPANSION OF FCI LORETTO SOL IFB 114-0099 DUE 022597 POC Anne E. Wagner, Regional Contract Specialist, 717-547-1641, extension 545 DESC: PreSolicitation Notice: Contractor shall construct a new Segregation Housing Unit, a general Population Housing Unit, and a new Warehouse. Renovation of the existing Food Service area and construction of an addition to the Food Service area will also be completed. Also under an alternate bid the contractor may be required to construct an addition to the existing Receiving and Discharge Unit and renovations to the existing Receiving & Discharge Unit. The construction site will be at the Federal Correctional Institution located at Loretto, Pennsylvania, Cambria County. A firm fixed-price contract award is anticipated in Spring 1997 with a completion period of 720 calendar days. This procurement is unrestricted, open to both large and small business. Estimated price magnitude is between $5,000,000 and $10,000,000. Security investigation/clearance is required. Bid packages will be available from the firm of Kostecky Group, 224 North Front Street, Wormleysburg, PA 17043. A non-refundable bid document charge of $575.00 is required. SIC is 1542. CITE: (I-355 SN014336) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: U.S. Army Engineer District, Savannah, 100 W. Oglethorpe Avenue, Savannah, GA 31401 SUBJECT: Y--SOF SUPPORT BATTALION COMPLEX - FORT BRAGG, NC SOL DACA21-97-B-0019 DUE 021097 POC David Reveley (Technical Questions) 912/652-5764 Linda Elliott (Contractual Questions) 912/652-5076. DESC: Description of work: Construct a new Organizational Direct Support (DS) Maintenance Facility, Supply and Medical Warehouse, and two Company Operations Facilities to include intrusion detection systems, fire detection and protection systems. The DS Maintenance Facility will include a vehicle maintenance shop, oil storage building, deployment storage shop, hardstands and organizational vehicle parking. Supporting facilities include non-organization vehicle parking, sidewalks, curbs, gutters, storm drainage erosion control, utility services, landscaping, and information systems. Heating and air conditioning (100 kw) will be provided by a self-contained system. Network Analysis System will be required. Estimated cost range of project is from $10,000,000 to $25,000,000. Charge for solicitation documents is $85. Make check payable to F&A Officer. Solicitation documents will be available January 10, 1997 (approx.). In order to receive documents in a timely manner, requests should be received by December 31, 1996. This solicitation is issued on an unrestricted basis pursuant to the "Business Opportunity Development Reform Act of 1988" (Public Law 100-656). Only written requests for plans and specifications will be accepted. State area code, telephone number, street address and nine-digit zip code. Plans and specifications are available Monday through Friday, 8:30 A.M. to 5 P.M., 100 West Oglethorpe Avenue, Savannah, Georgia 31401-3640. CITE: (I-355 SN014349) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: U.S. Department of State, Foreign Buildings Operations, A/FBO/AP/AD, Room L-600, Box 12248, Rosslyn Station, Arlington, Virginia 22219 SUBJECT: Y--Y--PRE-QUALIFICATION OF OFFERORS FOR RENOVATION OF THE FUTURE CHANCERY BUILDING (OBC) IN LJUBLJANA, SLOVENIA SOL S-FBOAD-97-R-0025 DUE 020597 POC Mark J. Toler, (703) 875-6291 or facsimile 875-6292. DESC: The Department of State, Office of Foreign Buildings Operations (A/FBO), is seeking to pre-qualify offerors for the renovation of a building to become the U.S. Chancery Building (OBC) in Ljubljana, Slovenia. The Chancery Building is four stories high, plus a basement and attic and the entire 2,000 square meter structure will be renovated. The OBC is unoccupied at this time and will remain so during the project. A four-story plus basement addition for emergency egress, bathrooms and circulation will be constructed in the rear of the OBC. The building addition had been designed for the seismic zone in Ljubljana and the existing structure will be seismically retrofitted for the same zone. The building will be air conditioned and an entirely new mechanical and electrical system will be installed. New concrete floors will be installed on all floors except the basement. New standpipe for fire protection and a sprinkler system will be constructed and installed. The existing ground-floor balcony will be reconfigured into the OBC's main entrance. New fencing around the entire site and guard booth will be constructed. The entire site will be lanscaped. The performance period will be 18 months. The project's estimated value is between $6,000,000 and $8,000,000. Prospective offerors must meet the following pre-qualification criteria and provide details of their qualifications in writing in order to be pre-qualified and receive the solicitation: A). Demonstrate the ability to successfully finance a project of this magnitude, including the ability to obtain the necessary bonding and insurance for a project of this size; B). Demonstrate experience in completing similar construction/renovation type projects between $6,000,000 and $8,000,000; C). Demonstrate successful completion of projects of similar value and complexity which were performed outside the continental United States, Alaska, and Hawaii; D). Demonstrate satisfactory performance on a similar U.S. Government contract, if any. Although previous or ongoing performance of a U.S. Government contract is not a requirement, if such contracts have been performed, the contractor must have satisfactorily performed said contracts. All pre-qualified offerors, including all entities which comprise a joint venture, must possess, or be able to obtain, a Department of Defense (DOD) final SECRET Facility Security Clearance (FCL), issued in accordance with the National Industrial Security Program Operating Manual, DOD 5220.22M, prior to issuance of the solicitation. Specifically designated personnel assigned to this contract must also possess SECRET personnel clearances issued by the Defense Industrial Security Clearance Office. If pre-qualified offerors do not possess the necessary DOD Facility Security Clearance, they will be sponsored by the Department of State. A period of not more than 120 days from the date of pre-qualification will be allowed for prospective offerors to obtain the necessary security clearances. After this period, the Government will not be obligated to delay solicitation issuance or contract award, pending the issuance of necessary security clearances. Interested applicants must request a "Pre-Qualification Package" from Mr. Mark J. Toler at (703) 875-6292 (fax), (phone), within 20 days of publication of this notice. Fax requests only. Offerors shall submit an original and two copies of the completed pre-qualification information to: U.S. Mail Address: U.S. Department of State, Office of Foreign Buildings Operations, A/FBO/AP/AD/DCB, SA-6, Room L-600, P.O. Box 12248, Rosslyn Station, Arlington, Virginia 22219; Courier/Overnight Mail Address: U.S. Department of State, Office of Foreign Buildings Operations, A/FBO/AP/AD/DCB, SA-6, Room L-600, Attention Mark J. Toler, 1700 N. Lynn Street, Arlington, Virginia 22209. Completed pre-qualification packages must be received by February 5, 1997. CITE: (I-355 SN014372) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Operational Contracting Office, 8110 Industrial Dr., Suite 200, USAF Academy, CO 80840-2315 SUBJECT: Y--REPLACE VALVES AT HEAT PLANT #1, PROJ 97-2012 SOL F0561197R0256 DUE 012797 POC Karen Whalen, (719) 333-2734/Contracting Officer MSgt Steven C. Gess, (719) 333-2735 DESC: Project consists of, but is not limited to, installing eleven 300-class, government-furnished gate valves for boilers and expansion tank at Heat Plant #1, Bldg 2560, United States Air Force Academy CO. The first 30 days of performance is administrative. On-site work is also 30 days, but will start on or about 20 May 97 for asbestos removal. The heat plant is scheduled to shut down from 2 Jun 97 - 16 Jun 97 for valve replacement. This acquisition is between $25,000 and $100,000. The site visit is scheduled for 13 Jan 97, 9:00 a.m., 8110 Industrial Drive, Conference Room A. This request for quotation is reserved for small businesses. Responsible sources may request this solicitation in writing or by fax (719 333-4747) including their business size, street address and telephone number. For informational purposes the small business size standard for this solicitation is one where the average annual receipts of the concern and its affiliates for the preceding three fiscal years does not exceed $7 million. Applicable SIC Code is 1711. The Request for Quotation (RFQ) is tentatively scheduled for issuance on or about 6 Jan 97. The anticipated award date is 10 Feb 97. Copies of this RFQ are limited to 20. Availability is on a first-come-first-served basis. Concerns may review the RFQ at this address. CITE: (W-355 SN014384) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: General Services Administration,Public Buildings Service,450 Golden Gate Ave nue,San Francisco,CA 94102-3434 SUBJECT: Z--MULTIPLE AWARD IQ R&A TERM SOL GS-09P-97-KSD-0031 DUE 040197 POC Contact,Militza A. Jennings,/- DESC: Provide all labor, material, supervision, equipment and tools necessary for general repairs, alterations and minor construction to Government owned and lea sed facilities within a specified zone. This will be an Indefinite Quantity Con struction Contract with the ability to perform associated design and contract ma nagement services for construction projects ranging from approximately $2,000.00 to $1.6M. Offerors will be evaluated using the source selection procedures/ gre atest value method outlined in the solicitation. The Government may make multip le awards and estimates to make up to four awards under the subject solicitation for each of the following zones and estimated maximum ordering limitations: Ar izona/San Diego ($15M); Northern California ($15M); Central Valley of California ($15M); Hawaii ($8M) and California/Arizona/Nevada mechnical and electrical ($1 0M). Individual delivery orders exceeding $10,000.00 may be competed among the selected firms under the contract unless the Government deems otherwise on an in dividual task order basis. The contracts will be for one year base period with four (4) one (1) year options, unilateral on the part of the Government. Bid/pe rformance/ payment bonds are required. This is a small business set-aside. The solicitation under No. GS-09P-97-KSD-0031 will be available on or about February 10, 1997. Copies of this solicitation may be requested by FAX (415) 522-3118, Attn: M. Jennings or in writing to GSA, 9PMFC, 450 Golden Gate Avenue, 4th Floor , San Francisco, CA 94102. Telephone requests will not be accepted. This is a new requirement and therefore previous history for this procurement is not avail able. A preproposal conference will be held on a date and time to be announced in the solicitation. CITE: (I-354 SN014000) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Defense Personnel Support Center, Attn: DPSC-PBB, Bldg. 6-1-D, 2800 South 20th Street, Philadelphia, PA 19145-5099 SUBJECT: Z--REPAIR LABORATORY FUME HOODS SOL SP010397Q0015 POC Kathy Arabia, Contract Specialist/215-737-2252, Frank Holder, Contracting Officer/215-737-2257 DESC: The Defense Personnel Support Center, Philadelphia, PA has a requirement to repair ten (10) laboratory fume hood systems including hoods, fans, ductwork, water piping, drains, electrical work, controls, demolition, general construction, testing and other work, etc. All requests for quotation must be sent to the Defense Personnel Support Center, ATTN: Kathy Arabia/DPSC-PBB, 2800 South 20th Street, Philadelphia, PA 19145. EMAILADD: karabia@dpsc.dla.mil EMAILDESC: CITE: (W-355 SN014170) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: NASA Procurement Office, Code DA00, Stennis Space Center (SSC), MS 39529-6000 SUBJECT: Z--E-1 ELECTRICAL DISTRIBUTION SOL RFO 13-SSC-O-96-39 DUE 021697 POC Jerry Misch, 601/688-1634, Contracting Officer: Harold G. Taulbee, 601/688-1640 DESC: NASA/SSC intends to issue a Request for Offer (RFO) for the Modification of the E-1 Test Complex Electrical Distribution at the Stennis Space Center. The work to be performed under this project consists of providing all labor, equipment, and materials to provide all of the electrical distribution for the E-1 Test Complex. Work shall include 13.8 switchgear/transformer installa- tion, motor control centers of various sizes electrical wiring and distribution, lighting, panel installation and cable trays. The Specification and Drawings will be mailed under separate cover to those firms requesting copies. This solicitation will be released via the NASA Acquisition Internet Service (NAIS). All potential offerors will be responsible for downloading their own copy of the solicitation with hardcopies being made available on request, but the closing date will be the same as that required for the NAIS released solicitation. It shall be the responsibility of each offeror to monitor NAIS for solicitation releases as the solicita- tion will be released as soon as practicable whether prior or subsequent to January 3, 1997. This procurement is not set-aside for Small Business Concerns. The estimated price range of this procurement is $1,000,000 to $4,999,999. Transmission of requests by internet E-mail to jerry.misch@ssc.nasa.gov or by facsimile at 601-688-1852 are acceptable. An ombudsman has been appointed to hear concerns from offerors, potential offerors, and contractors during the preaward and postaward phases of this acquisition. The purpose of the ombudsman is not to diminish the authority of the contracting officer, or the selection official, but to communicate concerns, issues, disagreements, and recommendations of interested parties to the appropriate Government personnel and to work to resolve them. When requested, the ombudsman will maintain strict confidentiality in the evaluation of proposals, the source selection process, or the adjudication of formal contract disputes. Interested parties are invited to call the installation ombudsman, Mr. Mark Craig at 601-688-2123. Concerns, issues, disagreements, and recommendations which cannot be resolved at the installation may be referred to the NASA ombudsman, Mr. Tom Luedtke at 202-358- 2090. Before consulting with any ombudsman, interested parties must try to resolve their concerns with the Contract Specialist or the Contracting Officer. DO NOT CALL THE OMBUDSMAN FOR SOLICITATION RE- QUESTS/INFORMATION. EMAILADD: jerry.misch@ssc.nasa.gov EMAILDESC: this job. CITE: (W-355 SN014174) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: U.S. Department of Agriculture, Agricultural Research Service, Room 616A, 6303 Ivy Lane, Greenbelt, Maryland 20770- 1433 SUBJECT: Z--CONSTRUCTION, DEMOLITION, AND RENOVATION OF BUILDING NO. 004, BELTSVILLE AGRICULTURAL RESEARCH CENTER, BELTSVILLE, MARYLAND SOL 8196-3K15-96 DUE 011097 POC Contracting Officer, Kathleen Morris, 301-344-0245 DESC: Z--Solicitation Notice. The Government intends to issue a Request for Proposal (RFP) for technical and cost proposals for construction, renovation of Building 004, Beltsville Agricultural Research Center-West, Beltsville, Maryland. The work will include providing all labor, material, equipment, supplies, transportation, etc., for demolition and renovation of a 3-story, plus attic, 38,920 S.F. building to support agricultural research. The laboratory/office building will house three research groups. Research will be supported by an insectary, soil handling room, environmental rooms, walk-in boxes, and other laboratory support areas. Also included are building additions for mechanical and electrical equipment. The estimated cost of construction is between $5,500,000-$6,500,000. Seven bid alternates are included. The time for completion of construction is 480 calendar days after the notice to proceed is issued. Sets of plans and specifications will be available for a NONREFUNDABLE charge of $150 (check or money order made payable to USDA, Agricultural Research Service). A written request specifying the solicitation number, along with the check or money order, shall be submitted to Bernard Johnson Young, Inc., 6705 Rockledge Drive, 3rd Floor, Bethesda, Maryland 20817-1572, Attention: Brad Linden. The solicitation is scheduled to be issued on or about January 10, 1997, with proposals due on or about February 11, 1997. Proposals will be requested in accordance with Federal Acquisition Regulations Part 15, Contracting by Negotiation. A preproposal site inspection will be conducted January 27, 1997. No formal bid opening will be conducted. Offers will be evaluated on the basis of technical and cost as specified in the solicitation. The Government reserves the right to award without discussions. The following FACTORS shall be the basis for evaluation and award: 1-Experience/Past Performance; 2-Work Plan; 3-Project Staffing; 4-Contract Administration; 5- Subcontractors/Equipment; 6-Price and Related Issues. An additional breakdown of the FACTORS and relevant points, are set forth in the solicitation. CITE: (I-355 SN014179) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Operational Contracts Division, Construction Branch, AFDTC/PKOC, 205 West D Avenue, Suite 541, Eglin AFB FL 32542-6862 SUBJECT: Z--REPLACING OF GARAGE DOORS IN WHERRY HOUSING, EGLIN AFB, FL SOL F08651-97-B-0044 DUE 021897 POC Bertha M. Burns, Contract Specialist, 904-882-5628, EXT 5268, Cecile A. Ramos, Contracting Officer DESC: Eglin AFB, FL has a requirement for Replacing Garage Doors in Wherry Housing at Eglin AFB, FL. Bid opening date of 18 February 1997 is only an estimated date. The performance period is 120 calendar days. In general, the work shall consist of the removal of existing metal garage doors, door tracks, door accessories, and hardware and removal of certain existing wood framing and trim for the garage door openings. Installation of new metal garage doors, tracks, door accessories and hardware. Installation of new wood framing and trim for the garage doors. Patching and finishing of surfaces as required by replacing of doors. Painting of new surfaces. Estimated dollar range is between $25,000 and $100,000. All responsible sources may submit a bid that shall be considered by the agency. Firms responding should indicate if they are a small business. Solicitation packages are available at a $20.00 charge. All requests must be submitted in wringing. Make check/money order payable to DFAS-LI, DSSN 6671, and mail along with your written request to AFDTC/PKO, 205 West D Avenue, Suite 541, Eglin AFB, FL 32542-6862. No telephone requests for solicitation packages are acceptable. CITE: (W-355 SN014189) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: GSA, PBS, Prop. Development,Procurement Br. (WPCA),7th & D Sts., SW, RM 2634 ,Washington,DC 20407 SUBJECT: Z--NEW LIGHTING IN MAIN HALL OF NATIONAL SOL GS-11P-97-MKC-0006 DUE 021497 POC Contact,Bonnie Echoles,202/708-8517,Contracting Officer,Joy A. Walker,202/7 08-8517 DESC: SOL. GS-11P97MKC0006, New Lighting in Main Hall of the Nat'l Bldg Museum in Wash., DC. Bid Invitation Date: 01/15/97. Estimated Cost Range: $500,000 to $1. 0 Million. Description of Work: To provide overhead lighting in great hall and 1st & 2nd floor corridors. This solicitation is not set-aside for small busine ss. However, this procurement is being made under the Small Business Competitiv eness Demonstration Program. Women-owned businesses are encouraged to submit bi ds and so state that they are women-owned. Copies of the solicitation may be ob tained by writing to GSA, NCR, ROB, Procure- ment Branch (WPCA), 7th & D Streets , SW, Rm 2609, Washington, DC 20407; or by telephone on (202)708-9903; or by fa csimile on (202)401-2003. CITE: (I-355 SN014193) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Northern Division, NAVFACENGCOM, 10 Industrial Highway, Mail Stop #82, Lester, PA 19113-2090 SUBJECT: Z--PHASE II ASBESTOS/LEAD ABATEMENT, FT WADSWORTH AND FLOYD BENNETT FIELD, NAVAL STATION, STATEN ISLAND, NY SOL N62472-96-B-0015 DUE 032497 POC NINA FERRARO, Contract Specialist, 610-595-0633. DESC: This is a Pre-Solicitation Notice: Bidders/Offers interested in obtaining plans and specification for this project, must send their request on company letterhead, stating if they are bidding as a prime contractr or sub-contractor/supplier along with a Company check, Cashier's check, Money Order and Visa or Mastercard can also be used for payment in the amount of $43.00 to: DEFENSE AUTOMATED PRINTING OFFICE, PHILADELPHIA NAVAL BASE, BUILDING 77-L, PHILADELPHIA, PA 19112. NORTHERN DIVISION IS NOT ISSUING THE PLANS AND SPECIFICATION. Each check must be made payable to the U.S. Treasury and annotated with the applicable solicitation number. Two sets of plans and specification will be sent via First Class U S mail upon availability to those contractors who have tendered payment. If a contract number is not annonated as required or your check is not made payable to the U.S. Treasury, your check will be returned unprocessed. NO PERSONAL CHECKS WILL BE ACCEPTED. NO PLANS AND SPECIFICATION WILL BE ISSUED UNTIL PROPER PAYMENT HAS BEEN RECEIVED. If you would like information on the mailing of the solicitation package via expedited courier service please contact: Donna Szlener at (215) 897-6551. General Description: The work includes the removal and disposal of asbestos containing floor tile, pipe and fitting insulation, plaster, transite shingles, transite chimney covers and flue packing. The removal and disposal of lead base paint components from walls, ceilings, baseboards, doors, windows, cabinets, floors, hitches, nooks, railings, pipes, poles and soffit and fascia. The provisions of installing new, painting and encapsulating of items with non asbestos and non lead containing materials and incidental related work. Estimated cost range: $1,000,000.00 - $5,000,000.00. The Sic Code is 1799 and the small business size standard is (7.0 million) are applicable to this contract. The proposed contract (solicitation) will be issued as unrestricted and the subject solicitation is subject to evaluation criteria set forth in DFAR 252.219-7003 - Notice of Evaluation Preference for Small Disadvantaged Business Concerns-Construction Acquisitions-Test Program (APR 1996). For technical questions concerning the plans and specifications, please faxed questions to Nina Ferraro at (610) 595-0644. DO NOT FAXED REQUEST TO SHEILA BROWN, SHE IS NOT ISSUING THE PLANS AND SPECIFICATION. CITE: (I-355 SN014220) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Northern Division, NAVFACENGCOM, 10 Industrial Highway, Mail Stop #82, Lester, PA 19113-2090 SUBJECT: Z--REPAIR TO HANGAR #1, ROOF DRAINAGE, NAVAL AIR WARFARE CENTER, LAKEHURST, NJ SOL N62472-96-B-0452 DUE 022097 POC Lou DiGeambeardino, Contract Specialist, 610-595-0626. DESC: This is a Pre-Solicitation Notice: Bidders/Offerors interested in purchasing the plans and specification for this project, must send in their request on company letterhead, state if they are bidding as a prime contractor or sub-contractor/supplier along with a Company Check, Cashier's check or Money Order. Visa and Mastercard can also be used to purchase the plans and specification in the amount of $31.00 to: DEFENSE AUTOMATED PRINTING OFFICE, PHILADELPHIA NAVAL BASE, BUILDING 77-L, PHILADELPHIA, PA 19112. Each check must be made payable to the U. S. Treasury and annotated with the applicable solicitation number. Two sets of plans and specifications will be sent via First Class U.S. Mail upon availability to those contractors who have tendered payment. If a contract number is not annotated as required or your check is no made payable to the U.S. Treasury, your check will be returned unprocessed. NO PERSONAL CHECK WILL BE ACCEPTED. If you would like information on the mailing of the solicitation package via expedited courier service, please contact: Ms Donna Szlener at (215) 897-6551. NO PLANS AND SPECIFICATION WILL BE ISSUED UNTIL PROPER PAYMENT HAS BEEN RECEIVED. GENERAL DESCRIPTION: The work is to remove existing sump boxes at main roof, rerouting existing rainwater PVC conductor and remove 80 metal divider panels between gutter boxes, installing 80 new roof drain with adhered EPDM at roof gutter area. Estimated cost range: $250,000.00 - $500,000.00. The Sic Code is 1761 and the small business size standard is (7.0 million) are applicable to this contract. The proposed contract (solicitation) will be issued as unrestricted and the solicitation is subject to evaluation criteria set forth in DFAR 252.219-7003 - Notice to Evaluation Preference for Small Disadvantaged Business Concerns - Construction Acquisitions - Test Program (APR 1996). For technical questions only concerning the subject notice please faxed in to Lou DiGeambeardino at (610) 595-0644. DO NOT FAXED REQUEST TO SHEILA BROWN, SHE IS NOT ISSUING THE BID PACKAGES. CITE: (I-355 SN014226) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: General Services Administration,Public Buildings Service,450 Golden Gate Avenue, San Francisco, CA 94102-3434 SUBJECT: Z--MULTIPLE AWARD IQ R&A TERM SOL GS-09P-97-KSD-0031 DUE 040197 POC Contact,Militza A. Jennings,415/522-3343,Contracting Officer,Militza A. Jennings,415/522-3343 DESC: Provide all labor, material, supervision, equipment and tools necessary for general repairs, alterations and minor construction to Government owned and lea sed facilities within a specified zone. This will be an Indefinite Quantity Con struction Contract with the ability to perform associated design and contract ma nagement services for construction projects ranging from approximately $2,000.00 to $1.6M. Offerors will be evaluated using the source selection procedures/ gre atest value method outlined in the solicitation. The Government may make multip le awards and estimates to make up to four awards under the subject solicitation for each of the following zones and estimated maximum ordering limitations: Ar izona/San Diego ($15M); Northern California ($15M); Central Valley of California ($15M); Hawaii ($8M) and California/Arizona/Nevada mechnical and electrical ($1 0M). Individual delivery orders exceeding $10,000.00 may be competed among the selected firms under the contract unless the Government deems otherwise on an in dividual task order basis. The contracts will be for one year base period with four (4) one (1) year options, unilateral on the part of the Government. Bid/pe rformance/ payment bonds are required. This is a small business set-aside. The solicitation under No. GS-09P-97-KSD-0031 will be available on or about February 10, 1997. Copies of this solicitation may be requested by FAX (415) 522-3118, Attn: M. Jennings or in writing to GSA, 9PMFC, 450 Golden Gate Avenue, 4th Floor , San Francisco, CA 94102. Telephone requests will not be accepted. This is a new requirement and therefore previous history for this procurement is not avail able. A preproposal conference will be held on a date and time to be announced in the solicitation. CITE: (I-355 SN014250) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Commanding Officer, Engineering Field Activity, Chesapeake, 901 M Street, SE, Bldg. 212, Washington Navy Yard, Washington, DC 20374-5018 SUBJECT: Z--OFFICERS QUARTERS RENOVATION, PHASE 4, U.S. NAVAL ACADEMY, ANNAPOLIS, MARYLAND SOL N62477-95-R-0083 DUE 021197 POC Sandra K. Soderstrom, Contracting Officer, (202)685-3160 DESC: PRE-SOLICITATION NOTICE: This is a REQUEST FOR TECHNICAL PROPOSALS as a BEST VALUE SOURCE SELECTION PROCUREMENT. Evaluation for award will be based on price and other non-priced factors which may incude, but are not limited to: Technical/Management Factors to include Relevant Experience in the renovation of historic housing involving removal of hazardous materials-specifically lead paint and asbestos; Project Staffing; Work Plan, Subcontracting Plan; together with Past Performance evaluation. The project acquisition is UNRESTRICTED with Standard Industrial Classification code (SIC) as 1521 - General Contractors - Residential Buildings. The size standard is $17 million. The work includes, but is not limited, selective interior repairs to single family housing units and duplex housing units. Interior repairs include plaster repair and replacement, upgrading of bathrooms and kitchens, repainting of all painted surfaces, repair and upgrading of all floor surfaces, replacement of electrical, mechanical, and plumbing systems, and abatement of hazardous materials. There is minor exterior work involving replacement of selected skylights and dormer windows and installation of vents through the roof. Requests for plans and specifications must be made in writing accompanied with a check in the amount of $165.00 made payable to the order of U.S. Treasury, c/o EFA Chesapeake, mailed or delivered to the above address. The charge is non-refundable. Contractors within the local area are encouraged to pick up a copy of the solicitation in the plans and specs office, 1st floor, Building 212. The hours of operation are between 7:30 and 3:30 p.m. Monday through Friday. Requests for bidders list must be made separately. There is no charge for bidders list. Please note, the plans and specs will issued on a first-come, first-served basis. The projected date for issuance is 8 January 1997 with an estimated date for receipt of proposals 11 February 1997. CITE: (I-355 SN014262) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Commanding Officer, Civil Engineering Unit, P.O. Box 21747, 709 W. 9th Street, Room 817, Juneau, Alaska 99802-1747 SUBJECT: Z--REPLACE BEAR CREEK BRIDGE AT USCG COMMUNICATIONS STATION KODIAK, ALASKA SOL DTCG87-97-B-643030 DUE 022097 POC R. B. Wade, Contracting Officer, (907)463-2418 DESC: DTCG87-97-B-643030 - Replace Bear Creek Bridge, USCG Communications Station Kodiak, Alaska. Provide all materials, equipment, transportion, incidentals to perform labor for the removal and replacement of an existing bridge, and realign road to allow for larger vehicle access across Bear Creek. Work includes, but is not limited to removal of existing steel frame/steel plater deck bridge and wood footings, installatikon of new pressure treated, timber brige and realignment of existing road roadway. The estimated cost range for this project is between $125000 and $250000. The time for completion of this contract is 150 calendar days after notice of award. The work required by this solicitation is identified as Industry Standard #1611 and the applicable size standard is $7.0 million dollars in annual receipts for the past three years. This procurement is issued pursuant to the Small Business Competitiveness Demonstration Program, Public Law 100-656, as implemented by the OFPP Policy Directive and Test Plan dated 8/31/89. This is not a small business set-aside. All responsible sources may submit a bid which shall be considered by the U. S. Coast Guard. Requests for bid documens must be submitted and received by this office no later than 9 January 1997. 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. This is applicable to any eligible prime or subcontractor at any tier. The DOT Bonding Assistance Program enables firms to apply for bid, performance and payment bonds up to $1.0 million per contract. The DOT provides an 80% guarantee of the bid bond amount to a surety against losses. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide 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. Interested parties can obtain a bid package by sending a check or money order issued to the U. S. Coast Guard in the amount of $25.00 to Commanding Officer (ko), Civil Engineering Unit, P.O. Box 21747, Juneau, AK 99802-1747. This is a non-refundable fee for the plans and specifications. R. Wade/CEUJuneau@internet.uscg.mil Civil Engineering Unit CITE: (D-355 SN014268) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: USAED, KANSAS CITY, 757 FEDERAL BUILDING, 601 E 12TH STREET, KANSAS CITY MO 64106-2896 SUBJECT: Z--LEVEE REPAIR COOPER COUNTY L.D. NO. 1 ITEM NO. 44 COOPER COUNTY, MISSOURI SOL DACW41-97-B-0010 DUE 021897 POC Contract Specialist Winifred A. Dyer (816) 426-5542 (Site Code DACW41) DESC: The work to be performed consists of accomplishing in-place repairs consisting of sidewash and constructing one levee section realignment. These repairs are estimated to require 108,000 CY of fill material and 57 acres of seeding and mulching. Soliciations will be issued on or about 15 January 1997. Bids will be opened on or about 18 February 1997. Estimated time of completion: 30 Days. Estimated cost of proposed procurement: between $100,000.00 and $200,000.00. SIC Code: 1629. Cost of Specifications:$25.00 (Non-Refundable). Contact the administrative support staff at 816-426-5344 for information regarding specifications. SPECIFICATIONS WILL NOT BE ISSUED UNTIL PAYMENT IS RECEIVED IN THIS OFFICE. Make check payable to the Corps of Engineers, Omaha District. Please provide a street address when requesting specifications available for this solicitation. Questions of a technical nature may be addressed to Marge Debrt at 816-426-6135. Questions of a contractual nature may be addressed CITE: (I-355 SN014280) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: DIRECTORATE OF CONTRACTING, DPW SUPPORT DIV - BLDG 116, FORT RUCKER AL 36362-5029 SUBJECT: Z--INDEFINITE QUANTITY CONSTRUCTION CONTRACT FOR ROUTINE MAINTENANCE AND REPAIRS TO FAMILY HOUSING DWELLINGS, FORT RUCKER, AL SOL DABT01-97-B-0001 DUE 022497 POC Contract Specialist MARTHA DIXON (334) 255-1588, FAX NO. (334) 255-1231 (Site Code DABT01) DESC: Furnish all labor, equipment and materials to provide interior painting, floor refinishing, floor replacement (hardwood), gypsum wallboard replacement, kitchen countertops replacement, wood facing, baseboard, HVAC duct installation, accordion door relacement, ceramic tile, wall tile, and base replacement. There will be Government Furnished Property included in this project. The contract period consist of a Base Year (12 consecutive months from the contract award date) with two, one-year options. The aticipated issue date is on about 22 Jan 97, with bid openning on/about 24 Feb 97. The guaranteed minimum quantity of work which will be required under this contract, and which will be ordered by issuance of one or more delivery orders is $60,000.00 for the life of the contract, including options. The proposed acquisition is between $5,000,000.00 and $10,000,000.00, including options. When calling, be prepared to state ame, address, and solicitation number (Facsimile requests are acceptable, Facsimile Number (334) 255-1231). All responsible sources may submit a bid which will be considered. CITE: (I-355 SN014281) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: U.S. Postal Service, Facilities Service Office, 222 S. Riverside Plaza, Suite 1200, Chicago, IL 60606-6150 SUBJECT: Z--GENERAL CONSTRUCTION WORK, INDEFINITE QUANTITY CONTRACT, CHICAGO METRO AREA, ZIP CODES 606-607 SOL 162640-97-A-0013 DUE 012797 POC Contact Point. Teri Wilcox-DuBois, 312/669-5974 or Frederick W. Gleave, 312/669-5995 DESC: Contract term is two (2) years. Work will be done on work orders issued for amounts and types of work. Offer will be a multiplier of the unit prices. Multiplier must contain offeror's overhead, profit and all other costs of doing business. Contract will be for general construction work on various postal facilities at predetermined unit prices. Specific work orders will be issued for not less than $500 each nor more than $250,000 each during this contract. Total quantity of work under this contract will not be less than $10,000 nor more than $300,000. The initial limit of $300,000 may be increased, if required, up to a maximum of $1,000,000 over the two (2) year period. One or more contracts may be awarded at the discretion of the Contracting Officer. Evaluation factors in addition to price will be considered as follows: 1. General Experience; 2. Financial Stability 3. Current workload capacity. Contractor's failure to provide requested information will result in an evaluation of "poor" for all applicable areas not submitted. Contract completion time will be twenty-four (24) months from the date of receipt of Notice to Proceed. Specifications will be available on or about December 27, 1996. Specifications will be provided for a non-refundable charge of $30.00 (Cashier's check, Money order, Bank certified check, Company check or Personal check) NO CASH, for all requests received no later than January 20, 1997. Solicitation(s) may be obtained by request to Teri Wilcox-DuBois, 312/669-5974. CITE: (I-355 SN014288) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 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:/Kathleen Dellenger SUBJECT: Z--RENOVATE DOLAN HALL SOL F2260097B0028 DUE 022097 POC Kathleen Dellenger tel: 601/377-1818/Robert F. Winland, Contracting Officer, 601-377-3642 DESC: The project consists of all crafts required to perform renovation, to include generally but not limited to, interior finishes, electrical, mechanical, site work, asbestos and lead-based paint abatement, at Dolan Hall located at Keesler AFB, MS. Magnitude of proposed construction is between $1,000,000. and $5,000,000. This action will be issued on an unrestricted basis. Therefore, replies to this office are requested from all interested business concerns. Project requirement will be made available on or about 20 Jan 97. The estimated bid opening is 20 Feb 97. Cost for the IFB package is $100.00 nonrefundable, which should be submitted with the request by certified check or money order only, made out to Keesler Accounting and Finance Office. All requests for plans and specifications must be submitted in writing by letter or fax to (601-377-3298 or 601-377-1811). CITE: (I-355 SN014289) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 122LS/LGC--Operational Contracting, Indiana Air National Guard, 3005 W. Ferguson Road--Bldg. #758, Ft. Wayne Int'l Airport, IN 46809-0122 SUBJECT: Z--REPLACE BOILER SYSTEM, BLDG. #798 SOL DAHA12-97-B-3001 DUE 020497 POC SSgt Michael C. Nagel, (219) 478-3463, Contracting Officer, SMSgt Michael R. Lents, (219) 478-3265. DESC: Proposed project consists of furnishing all necessary plant, labor, materials, supplies, equipment and services required to remove and replace existing boiler at Building 798, Base Motor Pool at the Indiana Air National Guard Base at Fort Wayne International Airport, Fort Wayne, Indiana. The SIC Code is 1711 and the size standard is a concern, including it's affiliates, having average annual gross revenues for its preceding three (3) fiscal years not in excess of $17M. The magnitude of this project is between $25,000.00 and $100,000.00. It is anticipated that the solicitation will be issued o/a 02 Jan 1997 and opened 04 Feb 1997. Telephone requests will not be honored. The Government intends to award a Firm-Fixed price contract, interested firms may request a bid package by submitting a written request to the above address or a FAX request to (219) 478-3412. Requests should include Commercial and Government Entity (CAGE) Code, Dun & Bradstreet Number (DUNS) and should indicate interest in bidding as a prime or as a subcontractor. See Note 1. CITE: (M-355 SN014294) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: GSA McAllen CSC, 320 N. Main, Room 106, McAllen, Texas 78501 SUBJECT: Z--SITE IMPROVEMENTS SOL GS-07P-97-UJC0006 DUE 013197 POC Louis Carrol, (210) 618-8125, Contracting Officer. DESC: Contractor shall furnish all the necessary supplies, materials, equipment, labor, & supervision to accomplish Site Improvements at the Pharr Border Station, Pharr, Texas. Proposed acquisition provides for a total small business set-aside. Request for written quotation. All responsible sources may submit an offer which will be considered. Bid opening is set for 31 Jan 1997, with 45 day completion period. CITE: (M-355 SN014302) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Facilities Service Office, U.S. Postal Service, 7800 N. Stemmons Freeway, Suite 400, Dallas, TX 75247-4217 SUBJECT: Z--AUSTIN, TX 78731-9998--CHIMNEY CORNERS STATION, RENOVATION AND ADDITION SOL 482980-97-A-0314 DUE 011797 POC Anthony Regojo, Project Manager, (214) 819-7216; or Jerry Caldwell, (512) 916-0276. DESC: The project consists of renovation of an existing building into full service postal facility. Existing construction is masonry walls with masonry backup and steel truss and joist roof framing. Work involves demolition, concrete work, structural steel, millwork, HVAC, plumbing, electrical, flooring, USPS specialties and equipment, retail store and other miscellaneous work typical of a postal facility at the Chimney Corners Station, Austin, TX 78731-9998. Estimated cost range $1,150,000.00-$1,450,000.00 and construction time is 240 calendar days. Successful offeror must submit their Subcontracting Plan for Small and Minority-Owned, and Women-Owned Business initially and thereafter with their progress payment requests. The contractor must subcontract with minority business firms in an amount aggregating not less than 10% of the total value of its subcontracts. A 20% proposal bond is required on all proposals. The successful contractor will be required to provide 100% Performance and 50% Payment Bonds. All interested contractors are encouraged to attend a field inspection of the job site which is located at Far West Blvd. and Village Center Drive, Austin, TX 78731-9998 on January 7, 1997 at 10:00 a.m. Offers will be received in this office, prior to, but not later than 3:30 p.m. on January 17, 1997. Proposal documents, plans and specifications will be available on December 17, 1996 at a cost of $100.00 per set (NON-REFUNDABLE) payable by check or money order only. Requests for packages shall be forwarded to Brown Reynold Watford Architects, 3535 Travis Street, Suite 250, LB 102, Dallas, TX 75204-1494, Telephone: (214) 528-8704. Checks or money orders must be made payable to BROWN REYNOLD WATFORD ARCHITECTS. Plans may be inspected at the issuing office and any questions and/or information regarding this solicitation may be obtained by calling Mary-Ellen Bothwell at (214) 819-7217. Offerors are encouraged to submit their requests for plans and proposals by one of the methods offered by the U.S. Postal Service (First Class, Priority Mail, or Express Mail). CITE: (M-355 SN014313) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 341st Contracting Squadron, 7015 Goddard Drive, Malmstrom AFB, MT 59402-6863 SUBJECT: Z--DEMOLITION AND RENOVATION OF THE INTERIOR AND EXTERIOR OF BLDG. 768 SOL F24604 96 B0008 DUE 020597 POC Warren Hart, Contract Administrator, (406) 731-4001, or Russell A. Bryan, Contracting Officer (406) 731-4008. DESC: Work consists of providing all labor, equipment, materials, transportation, quality control and supervision necessary for demolition and renovation of the interior and exterior of Dormitory Bldg 768 to include door and window replacement, installation of new standing seam metal roof/fascia/soffit system, installation of exterior stucco system, stairwell repairs, upgrade kitchen areas and living room, upgrade and repair exterior/interior utility systems and site improvements including landscaping and irrigation system at Malmstrom AFB MT in accordance with the specifications and drawings. Invitation for Bid will be issued on or about 6 Jan 97. Bid Opening will be on or about 5 Feb 97. Performance period is 475 calendar days after issuance of Notice to Proceed, with the first 60 days restricted to mobilization. The acquisition is open competition for large and small business in accordance with the Small Business Competitive Demonstration Program. Only written request for the solicitation will be considered. All responsible sources may submit an offer which shall be considered by the agency. The magnitude of this project is between $1,000,000.00 and $5,000,000.00. Standard Industrial Code is 1522. CITE: (M-355 SN014319) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: National Park Service, New England System Support Office, 15 State St. Boston, Ma 02109-3572 SUBJECT: Z--WINDOW RESTORATION AT GENERAL GRANT NATIONAL MEMORIAL, 122ND STREET & RIVERSIDE DRIVE, NEW YORK, NEW YORK SOL 1443-IB4520-97-003 DUE 020797 POC For plans and specifications contact Lisa Blair via mail at National Park Service, Contracting Office-7th Floor, 15 State Street, Boston, MA 02109-3572 or via facsimile at (617) 223-5208. No telephone requests will be accepted. DESC: The work of this contract includes in-tact removal of nine (9) existing, 6' X 7', leaded windows from the interior of Grant's Tomb. Fabrication of nine (9) leaded, purple-glass windows identical in design motif and size with repect to existing yellow-glass windows. Government will supply the glass. Installation of newly fabricated purple-glass windows within the main space of Grant's Tomb. The estimated construction range of this project is $100,000.00 to $250,000.00. This solicitation will be pursuant to P.L. 100-656, Small Business Competitive Demonstration Program, and as such is open to all concerns regardless of size. All requests for solicitation packages must be made in writing, either by mailing to the above address or via fax at (617) 223-5208, attention Lisa Blair, Procurement Assistant. No Telephone Requests For Bid Packages Will Be Accepted. CITE: (W-355 SN014387) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 10--Weapons OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 10--AUTOMATIC SEAR ASSEMBLY. SOL SP0750-97-Q-0544 DUE 020697 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer, Shirley Spratt, (614)692-3971. DESC: PR-NO: YPC96295001726 NSN 1005-00-992-6649, CAGE 13629 Part No 61622 CAGE 19200 Part No 8448595 CAGE 2C085 Part No CF61622 automatic sear assembly. in accordance with drawing 8448595. 12,712 -EA Del to New Cumberland PA 17070-5001 Del by 180 days after date of award. See NOTES 1 & 9. Solicitation not available until 15 days after published in the CBD. Written requests for drawings are to be submitted to Defense Supply Center, Columbus, Attn: DSCC-VTRD, P.O. Box 3990, Columbus, OH 43216-5000, by FAX (614)692-2998 or Call (614)692-2344. Requests should include the IFB/RFP/RFQ number, opening/ closing, NSN, YPC/ZPC or NPC number; buyer's name and your complete name and address. Federal, military and commercial specifications cannot be provided by DSCC. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in the solicitation. Delivery Evaluation Factor (DEF) applies. While price is a significnat factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-355 SN014137) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 10--Weapons OFFADD: US Army Armament and Chemical Acquisition and Logistics Activity (ACALA) Attn: AMSTA-AC-PCC (WSH), Rock Island, IL 61299-7630 SUBJECT: 10--TRIGGER SUBASSEMBLY SOL DAAE20-96R0264 DUE 021397 POC Contract Specialist: Cean Hartleben (309) 782-3429, PCO: Brian W. Schmidt (309) 782-8490 DESC: 1005-01-219-2402, Part Number 9392518. Trigger Assembly consisting of a steel casting approximately 2 1/8" x 1 7/8" x 3/4" and 1 spring stainless steel type 631 .366 free length and numerous gages. Requirements are 6,126 each Trigger Assembly. For use on the M16A2 Rifle. FOB is Destination. Proposed contract is a 100% small business set-aside. ANSI/ISO/ASQC Q9002 or equivalent. Statistical Process Control is required. The proposed action will include a 100 percent option. All or part of this action is an unfunded FY96 requirement. Estimated issue date of this solicitation is 011397. A License Agreement between Colt's Manufacturing Company and the United States Government requires the items procured to be manufactured in the United States or Territories. United States means the fifty states and the District of Columbia. Bidders are hereby notified of the following requirement: In order to receive the solicitation and technical data package, all bidders are required to execute a nondisclosure agreement binding each bidder to the terms and conditions of the agreement. Copies of the nondisclosure agreement shall be requested from ACALA, ATTN: AMSTA-AC-PCW/Ms. Cean Hartleben, Rock Island, IL 61299-7630. The nondisclosure agreement must be signed by an official authorized to legally bind the company. Upon execution of the nondisclosure agreement, the original copy must be returned by certified mail to the above address. The nondisclosure agreement will be available prior to the issuance of the solicitation. Bidders are encouraged to request, complete, and return the agreement as soon as possible. Failure to properly address requests for solicitation in accordance with this CBD notice will result in non-receipt of the solicitation package. Failure to properly address bids/offers in accordance with solicitation instructions may result in a late bid which cannot be considered. Written, fax or electronic requests for solicitation packages are accepted. No telephone requests will be honored. Requests for copies of this solicitation should include your commercial and government entity (CAGE)(if a CAGE code has been assigned to you) along with your name, address, datafax number, and solicitation number. The fax number for requests is (309) 782-4728. Electronic requests may be accepted through the Automated Acquisition Information System (AAIS). All ACALA solicitations are available for viewing/downloading, in addition to procurement history, via the AAIS. The AAIS can be accessed electronically, 24 hours a day, using a modem set to dial (309) 782-7648. Terminal emulation should be VT100, no parity, 8 data bits and 1 stop bit. Once connected, enter "aais" at the "LOGIN" prompt. At the "PASSWORD" prompt depress the "ENTER" key. If electronic means is not possible, procurement history will be provided telephonically at (309) 782-8094 on a limited basis. CITE: (I-355 SN014216) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 10--Weapons OFFADD: Commander, Naval Sea Systems Command, SEA 02631A, 2531 Jefferson n Davis Hwy, Arlington, VA 22242-5160 SUBJECT: 10--VARIOUS MINE COUNTER-MEASURE (MCM) SYSTEMS AND UNDERWATER WEAPONS USED IN VERY SHALLOW WATER AND SURF ZONE ENVIRONMENTS SOL N00024-97-G-6366 POC John C. Piunno, Contract Specialist 703-602-0951 DESC: The Naval Sea Systems Command (NAVSEA) intends to issue orders on multiple occasions over the period of Basic Ordering Agreement (BOA) N00024-97-G-6366 with GSI Incorporated, 108 Morrow Avenue, Trussville, AL 35173. Orders will be issued to obtain test hardware, test demonstrations, Technical Data Packages (TDP) necessary to evaluate and test various Russian mine counter-measure (MCM) systems and underwater weapons used in shallow water and surf zone environments. These MCM systems/underwater weapons will be evaluated to support the mission of clearing an assault path for ships, landing craft, equipment and personnel. Orders will be issued pursuant to 10 U.S.C. 2304 (c)(1). GSI Incorporated is the only known company that has proven their ability to successfully obtain the required information, technical data, demonstrations and equipment for the MCMs and underwater weapons from Russia. No other source currently possesses the expertise, licenses and contacts necessary to satisfy the certification requirements for access to the technology and personnel described herein, nor will any other supplies or services satisfy the Navy's requirements. See Numbered Note(s): 22. CITE: (I-355 SN014252) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 12--Fire Control Equipment OFFADD: US Army Armament and Chemical Acquisition and Logistics Activity (ACALA) Attn: AMSTA-AC-PCC (FQD), Rock Island , IL 61299-7630 SUBJECT: 12--M1 ABRAMS TURRET HYDRAULIC VALVES SOL DAAE20-97R0217 DUE 021397 POC Contract Specialist: Holly Miller (309) 782-5054, PCO: John E. Holmgren (309) 782-4836 DESC: The repair/upgrade of 233 ea M1 Abrams Turret Hydraulic Valves from part number 12273262-2 to the current configuration part number 9376467-1. All or part of this action is an unfunded FY96 requirement. FOB is Destination. Estimated issue date of this solicitation is 011397. The sole source contractor for the proposed action is: Real-Time Laboratories, L.C., 350 Northwest 12th Avenue, Deerfield Beach, FL 33442. Published for subcontracting purposes only. Failure to properly address requests for solicitations in accordance with this CBD notice will result in non-receipt of the solicitation package. Failure to properly address bids/offers in accordance with solicitation instructions may result in a late bid which cannot be considered. Written, fax or electronic requests for solicitation packages are accepted. No telephone requests will be honored. Requests for copies of this solicitation should include your commercial and government entity (CAGE) (if a CAGE code has been assigned to you) along with your name, address, datafax number, and solicitation number. The fax number for requests is (309)782-7428. Electronic requests may be accepted through the Automated Acquisition Information System (AAIS). All ACALA solicitations are available for viewing/downloading, in addition to procurement history, via the AAIS. The AAIS can be accessed electronically, 24 hours a day, using a modem set to dial (309)782-7648. Terminal emulation should be VT100, no parity, 8 data bits and 1 stop bit. Once connected, enter "aais" at the "LOGIN" prompt. At the "PASSWORD" prompt depress the "ENTER" key. If electronic means is not possible, procurement history will be provided telephonically at (309)782-8094 on a limited basis. See Note(s): 22. CITE: (I-355 SN014231) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 12--Fire Control Equipment OFFADD: USDA, Forest Service, Lolo National Forest, Attn: Contracting, Building 24, Fort Missoula, Missoula, MT 59801 SUBJECT: 12--FIBERGLASS PUMPER TANKS SOL R1-16-97-450Q DUE 021097 POC Contact Point, Judy Martin, 406/329-3889, Contracting Officer, Joan A. McNab, 406/329-3766 DESC: The Forest Service requires the supply of reinforced fiberglass water tanks for use on fire truck service bodies located at the Aerial Fire Depot, Missoula County, MT. The quantities are unknown at this time; therefore, an indefinite quantity/indefinite delivery contract will be awarded. Delivery will be F.O.B. Forest Service Aerial Fire Depot, Missoula, Montana. This project will be advertised as a written quotation and will be solicited under the new Simplified Acquisition Procurement (SAP) rules. Quotes are due February 10, 1997. The work is estimated to start on February 20, 1997. Performance period will be 1 year. All responsible sources may submit a quote which will be considered. The proposed project listed here is a 100 percent small business set-aside. CITE: (I-355 SN014347) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives OFFADD: Supply Dept, Indian Head Division, Naval Surface Warfare Center 101 Strauss Ave, Indian Head MD 20640-5035 SUBJECT: 13--DISTRIBUTED EXPLOSIVE TECHNOLOGY (DET) ASSEMBLIES AND SUBASSEMBLIES SOL N00174-97-R-0009 DUE 021897 POC Contact Michael L. Burch, Contract Specialist, 1141B, (301)743-6662, Celeste A. Mills, Contracting Officer, 1141. DESC: The contractor shall furnish all labor and materials for the fabrication of various assemblies and subassemblies of the Mine Clearance System Distributed Explosive Technology (DET), EX 10 MOD 0 in support of the Shallow Water Mine Countermeasures Program. The assemblies and subassemblies shall be fabricated to the technical data package (TDP) from the IHD/NSWC design effort. The fabrication will serve to demonstrate producibility and provide the Government with systems and assemblies for technical and operational evaluation. The contractor shall deliver 24 Frame Assembly Shipping and Storage (13 explosive loaded, 10 inert loaded, and 1 partial explosive loaded), 9 MID Panel Assemblies, 59 Fuze Assemblies (43 explosive loaded and 16 inert loaded), 6 Landing Craft, Air Cushion, (LCAC) Interface Kits. Explosive and inert detonating cord will be provided as Government Furnished Material. First Article Tests shall be conducted on 2 Frame Assemblies (inert loaded, with inert fuze), 1 LCAC Interface Kit, and 16 Fuze Assemblies. First Articles will be due by 25 November 1997. Delivery of fabricated systems shall be intermittent, with final delivery due by 21 December 1998. Delivery schedule is critical. Contract will contain an option for Initial Production quantities (min/max). Award shall be based on "best value". Technical Factors are 1) Technical Capability, 2) Delivery Schedule, 3) Quality Assurance/Inspection, 4) Management Plan/Facilities. Past Performance shall be evaluated. Upon request B size prints of the TDP shall be provided. The Government will host a pre-proposal conference to be conducted at Indian Head Division, Naval Surface Warfare Center on or about 28 January 1997. Reservations are limited to no more than 5 representatives per company and must be received by Fax indicating name, SS# and citizenship of attendee no later than 31 Jan 1997. All responsible sources may submit a proposal which shall be considered by the Indian Head Division, Naval Surface Warfare Center. Request for this solicitation should be addressed to the attention of Michael L. Burch, (301) 743-6662, Fax # (301) 743-6546. CITE: (I-355 SN014239) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives OFFADD: US ARMY ARDEC, TACOM, AMSTA-AR-PCW-B, BLDG. 10, PICATINNY ARSENAL NJ 07806 SUBJECT: 13--MEDIUM CALIBER MINE NEUTRALIZER SOL DAAE30-97-R-0052 DUE 021497 POC Paul Milenkowic email=pmilen,Contracting Officer 201-724-5391 (Site Code W15BW9) DESC: This notice is for a Broad Agency Announcement (BAA) soliciting proposals in support of scientific study and experimentation directed toward advancing the state-of-the-art in conventional, direct-attack mine neutralizer technology. Technologies fallig within this scope include vehicle mounted medium caliber gun systems and alternate methods for launching explosive munitions to defeat surface and buried mines. Organizations are encouraged to submit proposals for this research area. A research investigaion is underway at the US Army Armament Research, Development and Engineering Center (ARDEC) to develop and demonstrate new improved methods for neutralizing anti-tank and anti-personnel mines using medium caliber munitions. This effort is supporting the Mine Hunter/Killer (MH/K) ATD Program being conducted by the Night Vision Electronic Sensors Directorate (NVESD), CECOM. Existing mine neutralizing technologies include ehicle mounted flails, plows, and rollers, man operated detectors, probes and sniper rifles. The goal of the MH/K ATD Program is to develop and demonstrate a vehicle mounted detection/neutralizing system having greater standoff range and improved breachingspeed. This BAA addresses conventional, medium caliber neutralizer technology development only. Detection technology and non-conventional neutralizer technology will be considered under related BAAs being issued by NVESD. All offerors are required to be eligible to receive U.S. Category 2 and 3 information at the secret level to include having the necessary security clearance. Contingent upon meeting esablished security requirements, industry of the following countries have been determined to be eligible to participate in the Medium Caliber Mine Neutralizer program: UK, Canada, Germany and France. Foreign industry desiring copies of classified RFPs/BAAs nd have been identified in the Commerce Business Daily (CBD) as eligible will submit an official request through their embassy to HQ DA (DAMI-POC), Washington, DC 20310-1001. Countries other than those listed may request copies of the RFP/BAA but release cannot be guaranteed. This Broad Agency Announcement is available from the World Wide Web Electric Commerce Home Page called the Procurement Network PROCNET) available at the following Web address: "http://procnet.pica.army.mil/". CITE: (I-355 SN014274) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives--Potential Sources Sought OFFADD: Naval Surface Warfare Center, Crane Division, Code 1164EH, Bldg. 64, 300 Highway 361, Crane, IN 47522-5001 SUBJECT: 13--EXPLOSIVE BELLOWS, DETONATORS, AND CIRCUIT BOARDS SOL N00164-97-R-0030 POC Contact point, Mr. Gary Mundy, Contract Specialist, Code 1164EH, 812/854-1391, Fax 812-854-3465, E-Mail glm759@smtp.nwscc.sea06.navy.mil DESC: The Navy requires additional sources for manufacture of Explosive Bellows, Detonators, and Circuit Boards in support of the M1134A3E1 Linear Demolition Charge (LDC) fuze redesign efforts utilizing semi-conductor bridge (SCB) technology. The current fuze system is susceptible to static electricity which sometimes causes premature detonation. (This is classified as one of hazards of electromagnetic radiation to ordnance (HERO)). Substantial modifications are required to improve the fuze system. No fuze utilizing SCB technology, which is inherently HERO resistant has passed testing and been certified for military use by the Weapons System Explosives Safety Review Board (WSERB). A sole source contract (N00164-97-C-0012) was awarded to Quantic Industries, Inc., 2751 San Juan Road, Hollister CA 95023, in accordance with FAR 6.302-1 (Only one responsible source and no other supplies or services will satisfy agency requirements) on 6 December 1996 to provide Explosive Bellows and Detonators for use in testing and WSERB certification. An additional requirement, solicited under N00164-97-R-0011, has been synopsized on a sole-source basis to Quantic Industries to provide Explosive Bellows, Detonators, and Circuit Boards to meet current requirements through calendar 1998. The navy anticipates a requirement of 2000 each M1134A31 LDC fuzes per year through fiscal year 2001. To satisfy this requirement, an indefinite-delivery requirements contract is contemplated. We anticipate issuance of a competitive solicitation for Explosive Bellows, Detonators, and Circuit Boards in approximately July 1997. All interested sources may submit prior contract history information for similar supplies to the point of contact shown above. CITE: (I-354 SN013994) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--PANEL, STRUCTURAL, AIRCRAFT SOL SPO460-97-Q-C575 DUE 021097 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement. for copies of RFQ Sil icitations, contact thebuyer: Robert Tobin/BU713/804-2 79-3639 contracting officer: Margaret Adams/804-279-51 37 DESC: PR-NO: YPG96299000351 NSN 1560-00-077-0131, panel, structural, aircraft Mfg: Lockheed Martin, CAGE 98897 P/N 3F11058-101, Rev 'd' Tech data package availability: 17 -EA Del to New Cumberland PA 17070-5001 Del by: 182 DARO first article test required. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Other than full and open (10 U.S.C. 2304(C)(1) (FAR 6.302-1) more than one source, intended sources: Specialty Engineering, CAGE 60607 honeycomb Co., CAGE 99115 aerospace Tech., CAGE 32818 total small business (SB) set-aside (NOTE 1) critical application item. All responsible sources may submit offer which DGSC shall consider. CITE: (I-355 SN014071) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 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, POD, MAIN LANDING GEAR SOL SPO460-97-Q-C576 DUE 021097 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement. for copies of RFQ Sol icitations, contact thebuyer: Robert Tobin/BU713/804-2 79-3639 contracting officer/Margaret Adams/804-279-513 7 DESC: PR-NO: YPG96299000366 NSN 1560-00-482-5709, panel, POD, main landing gear Lockheed Martin, CAGE 98897 P/N 3F11038-172, Rev 'e' Tech data package availability: 5 -EA Del to Robins AFB GA 31098-1887 Del by: 182 DARO 15 -EA Del to New Cumberland PA 17070-5001 Del by: 182 DARO first article test required. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Other than full and open (10 U.S.C. 2304(C)(1) (FAR 6.302-1) more than one source, intended sources: Lockheed aeronautical systems, CAGE 98897 honeycomb Co., CAGE 99115 critical application item. All responsible sources may submit offer which DGSC shall consider. CITE: (I-355 SN014072) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd, St. Louis, MO 63120-1798 SUBJECT: 15--PROOF OF PRINCIPLE FLIGHT EVALUATION OF MODIFIED SECOND GENERATION FORWARD LOOKING INFRARED COMMANCHE NIGHT VISION SENSOR SOL DAAJ09-96-G-0005 DUE 012197 POC Jill Schroeder, Contracting Officer, (314)263-3677 DESC: The Government proposes to acquire a Proof-of-Principle flight evaluation of a modified 2nd Generation Forward Looking Infrared (FLIR) Commanche Night Vision Pilotage Sensor (NVPS) for testing on a surrogate aviation platform, an AH-64 Apache helicopter. The proposed program is intended to serve as a risk reduction effort to the Commanche Program and to evaluate the feasibility of a prototype aviation B-Kit derived from Commanche FLIR components. The Government does not own specifications and drawings to permit full and open competition. Justification for other than full and open competition is FAR 6.302-1. Intended source is Lockheed Martin Electronics and Missiles, 5600 Sand Lake Road, Orlando, FL 32819-8907. See Numbered Note(s): 12, 22. CITE: (W-355 SN014251) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: 92d Contracting Squadron W. 110 Ent St. (Suite 200), Fairchild AFB, WA 99011-9403, Attn: Theodore D. Sweet, Director Of Business Programs SUBJECT: 16--HIGH PERFORMANCE HELICOPTER HOIST SOL F4561397R0008 DUE 021897 POC Bonnie M Pless (509)247-2070 DESC: MFG:Lucas Western Inc., Lucas Aerospace Cargo Systems; Provide 5 each High Performance Helicopter Hoists; Part Number 42305R1; NSN: 1680010583671. The hoist has a rated load of 270 kg, usable cable length of 76m with controlled acceleration and override capability. This is an unrestricted acquisition in which only the brand name specified will be considered. See note 22. CITE: (W-354 SN014016) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 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--HOUSING, PLUNGER SOL SP0460-97-X-2457 DUE 011797 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, for copy of RFQ/solici tation contact the buyerrodney Bonner/BV511/804-279-32 31/FAX 804-279-6078 or X4300/contracting officer/bar bara Stansbury/804-279-3416 DESC: PR-NO: YPG96330000784 NSN 1680-00-009-9024, housing, plunger, Martin Baker Acft, CAGE U1604, P/N MB300-1124. origin inspection required. DSCR does not currently have an approved Tech data pkg. 65 - EA Del to San Diego CA 92132-5044 Del by 150 DARO. NOTE 22. specifications, plans or drawings relating to the procurement described are not avail able and cannot be furnished by the government. solicita tions will be made in writing. All responsible sources may submit offer which DGSC shall consider. CITE: (I-355 SN014075) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 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--HANDLE SUBASSEMBLY SOL SP0460-97-Q-B539 DUE 011797 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, for copy of RFQ/solici tation contact the buyerrodney Bonner/BV511/804-279-32 31/FAX 804-279-6078/X4300/CONTRAC-TING officer/Barbara Stansbury/804-279-3416 DESC: PR-NO: YPG96331000287 NSN 1680-00-009-9025, handle subassembly, Martin Baker Acft, CAGE U1604, P/N MB300-500. origin inspection req. DSCR does not currently have an approved Tech data pkg. 75 -EA Del to Richmond VA 23297-5900 Del by 100 DARO. sole source. 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. All responsible sources may submit offer which DGSC shall consider. CITE: (I-355 SN014076) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 16--CYLINDER, ACTUATIONG, LINEAR. SOL SP0740-97-Q-0593 DUE 021097 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Mike Theado 614/692 -1407 DESC: PR-NO: FPC96284001868 NSN 1650-00-960-0795, CAGE 76301 Part No 32-69526-5 CAGE 76301 Part No 32-69526-7 cylinder, actuating, linear. McDonnell (76301) P/N 32-69526-5. 92 -EA Del to Hill AFB UT 84056-5734 Del 120 days after award. Solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not available. This is an unrestricted acquisition with a 10% preference for SDB concerns. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performanc, as described in the solicitation. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-355 SN014130) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 16--PARTS KIT, LANDING GEAR ON THE F-14 AIRCRAFT SOL SP0740-97-Q-0216 DUE 021097 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Mike Theado 614/692 -1407 DESC: PR-NO: YPC96277001615 NSN 162J0-00-432-3356 CAGE 17576 Part No. 173163A CAGE 55284 Part No. 173163A CAGE 55284 Part No. 173163B parts kit, landing gear. 144 -EA Del to Stockton CA 95296-0130 Del 120 days after award. 152 -EA Del to New Cumberland PA 17070-5001 Del 120 days after award. Solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not available. This is an unrestricted acquisition with a 10% preference for SDB concerns. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluaiton of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-355 SN014133) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 16--RETAINER, SLIPPER. SOL SP0740-97-Q-0569 DUE 020697 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone)Wilma Ruff/ADAA7/(61 4)692-1075 DESC: PR-NO: YPC96317001467 NSN 1650-01-211-2081, CAGE 99167 Part No 722600 retainer, slipper. Sundstrand Aerospace P/N 72260. 17 -EA Del to Tinker AFB OK 73145-9013 Del by 08 May 97. Small business size standard is 1000 employees. Solicitation not availalbe until 15 days after published in the CBD. this acquisition is for suppies for which the government does not possess complete, unrestrictive technical data; therefore, the government intends to solicit and contract with only approved sources under the authority of 10 U.S.C.2304(C)(1). approved sources are: Sundstrand Aerospace (99167). All responsible sources may submit offer which DCSC shall consider. CITE: (I-355 SN014162) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 16--PISTON, HYDRAULIC MOTOR-PUMP SOL SP0740-97-Q-0574 DUE 021097 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone)Wilma Ruff/ADAA7/(61 4)692-1075 DESC: PR-NO: YPC96320000693 NSN 1650-01-254-0044, CAGE 99167 Part No 737225GC piston, hydraulic motor-pump 1,925 -EA Del to Tinker AFB OK 73145-9013 Del by 03 Oct 97. Small business size standard is 1000 empoyees. Solicitation not available until 15 days after published in the CBD. this acquisition is for supplies for which the government does not possess complete, unrestrictive technical data; therefore, the government intends to solicit and contract with only approved sources under the authority of 10 U.S.C.2304(C)(1). approved sources are: Sundstrand Aerospace (99167) all responsible sources may submit offer which DCSC shall consider. CITE: (I-355 SN014165) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421 Jefferson Davis Hwy, Arlington, Va 22243-5120 SUBJECT: 16--COMMON CRASHWORTHY TROOP SEAT PROGRAM SOL N/A POC Contact, Deirdre Chernomas, Phone (703)604-2119 DESC: The Naval Air Systems Command intends to issue a competitive solicitation for development and qualification of a crashworthy troop seat that can be implemented in the UH-1N, H-3, and H-46 helicopters. This resulting contract will be firm fixed price with production options for each helicopter. The UH-1N option will include up to 1350 seats, the H-3 option will include up to 504 seats, and the H-46 option will include up to 8075 seats. All interested parties may request a copy of this solicitation. The Navy intends to release the RFP via the Internet on the World Wid Web Server at the NAVAIR Home Page at the following direct cite: "http://www.navair.navy.mil/air20/air214/conthome.htm" Requests for RFPs may be sent via E-mail to CHERNOMASD.JFK@NAVAIR.NAVY.MIL with a copy sent to MARASTM.JFK@NAVAIR.NAVY.MIL. Written requests may be sent to the Naval Air Systems Command, Air 2.5.1.5.2, 1421 Jefferson Davis Hwy, Arlington, VA 22243-5120. Facsimile requests are acceptable at 703-604-2968. However, all prospective offerors are encouraged to use the Internet to respond. Telephone requests will not be honored. All Internet responses must give the return address and the mailing address in the body of the request. Internet responses without a return address will not be recognized. The solicitation will be made available on the Internet in Word 6.0 format. The home page may be accessed utilizing WEB browsers such as MOSAIC. Offerors who have requested a copy of the RFP will be notified via E-Mail when it is released. Written inquiries may be submitted to the point of contact, Ms. Deirdre Chernomas, at FAX 703-604-2968. NAVAIR Synopsis No. 50072-96. NAVAIR Synopsis No. 50072-96. CITE: (I-355 SN014224) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste 2ah77a, Tinker Air Force Base Ok 73145-3028 SUBJECT: 16--SEPARATOR, WATER SOL F34601-97-07049 DUE 021097 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Captain Dan Hicks/Lidab/[405]739-5997 DESC: Item 0001 NSN 1660-01-005-6297 P/N: 753622-1, Dim: 26.29 inch length by 14.79 inch diameter by 18 inch height. Material content is aluminum, fiberglass and AMS-5673 steel. Removes moisture from air cycle machine turbine discharge air. Appl E3A. 14EA. Applicable to: E3a. Destn: Tinker Air Force Base Ok 73145-3028. Delivery: 31 Jul 98 14 ea The approximate issue/response date will be 10 Jan 97. To: United Technologies Corp, Windsor Locks Ct 06096-1010. 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. 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. CITE: (I-355 SN014389) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 17--SUPPORT, STABILATOR. SOL SP0750-97-Q-0458 DUE 020697 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer, William Chavez, (614)692-1288. DESC: PR-NO: YPC96310002613 NSN 1740-01-256-6346, CAGE 02731 Part No 7-367310023 support, stabilator.mcdonnell Douglas helicopter Co. P/N 7-367310023, code 02731. 38 -EA Del to Richmond VA 23297-5900 Del by 120 days after date of award. 24 -EA Del to McClellan AFB CA 95652-1621 Del by 120 days after date of award. See NOTE 22. Solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not available. This is an unrestricted acquisition with a 10% preference for SDB concerns. All responsible sources may submit offer which DCSC shall consider. CITE: (I-355 SN014161) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 19--Ships, Small Craft, Pontoons, and Floating Docks OFFADD: Contracting and Purchasing Division, P.O. Box 5069, Marine Corps Recruit Depot/ERR, Parris Island, S.C. 29905-5000 SUBJECT: 19--JET SKIS WITH TRAILERS AND LIFE VESTS SOL M00263-97-Q-0006 DUE 012397 POC Contact Barbara Coppinger, Contract Specialist, (803) 525-2190, Linda Stroh, Contracting Officer, (803) 525-2151 DESC: (i) 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; quotes are being requested and written requests for quotation will not be issued. (ii) Solicitation M00263-97-Q-0006 is being issued as a Request For Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-42. (iv) This acquisition is a 100% small business set aside. The associated standard industrial classification code is 5091. The small business size standard is 100 employees. (v) The solicitation contract line item number, quantity, unit, and item description follows: Line item 0001- Quantity-2; Unit-each; Description-Two 3 seater jet ski on one double trailer. Line item 0002-Quantity 4; Unit-each; Description -Four 3 seater jet skis on individual trailers; Line item 0003- Quantity-8; Unit-each; Description-Eight ski life vest,s size adult medium. Line item 0004- Quantity-8; Unit-each; Description-Eight ski life vests, size adult large. Line item 0005- Quantity-8; Unit-each; Description-Eight ski life vests, size adult X-large. (vi) The following specifications apply: This requirement is for 6 commercial Jet Skis, with a minimum seating capacity for three; one (1) jet ski trailer with a capacity for two jet skis; four (4) jet ski trailers, with a capacity for one jet ski; and 24 adult life vests. The jet skis shall come equipped, at a minimum, with a 65 HP motor; easy-to-read gauges; multiple storage compartments; extra large fuel tanks; protective bumpers all around; automatic bulge system; comfortable seating for a minimum of three adults; ignition stop switch with floatable wrist lanyard; super carburetor, lubrication system and shall comply with all safety requirements. (vii) Inspection and acceptance shall be performed at Marine Corps Recruit Depot, Parris Island, SC. Delivery shall be FOB Destination, to the Receiving Section Building #295 on or before 60 days from date of award, Mon-Fri, 7:30 a.m. to 4:00 p.m. Eastern Standard time. (viii) The following Federal Acquisition Regulations (FAR) provision and clauses apply to this acquisition: 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. (ix) FAR 52.212-2, Evaluation-Commercial Items, to include the specific evaluation criteria in paragraph (a): (1) Lowest price and price related factors will be utilized in evaluating the lowest bid. (2) Ability to meet required delivery date. (3) Past performance. (x) Offerors shall include a completed copy of provision FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with a copy of its quotation. (xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The FAR clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items, applies to this acquisition. The following additional clauses cited in the clause by reference apply: 52.222-3, Convict Labor; 52.233-3, Protest After Award; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. The following Defense Federal Acquisition Regulations Supplement (DFARS) clauses and provisions apply to this contract: The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisitions of Commercial Items, and 252.225-7001, Buy American Act and Balance of Payments Program apply to this acquisition. Facsimile Bids is also included in this acquisition (FAX (803) 525-2151 Attn: Linda Stroh and itentify that this is a bid for RFQ M00263-97-Q-0006). Offerors shall include a completed copy of provision 252.225-7000, Buy American Act-Balance of Payments Program Certificate, with a copy of its quotation. Each Offeror shall review the preceding clauses and provisions incorporated by reference in paragraphs (viii through xii) above, and return a completed copy of the two required provisions with its quotation. Copies of clauses and provisions may be provided upon request. (xiii) This acquisition will be paid by Government (Visa) credit card upon delivery and acceptance of the above requirements. Mail invoice to Contract and Purchasing Division. P. O. Box 5069, MCRD, Parris Island, SC 29905. Invoice must be issued in accordance with Far 52.212-4(g). (xiv) The Defense Priorities and Allocation System (DPAS) assigned rating is DO C9E. (xv) Commerce Business Daily numbered note 1 signifies that this acquisition is a 100% set-aside for small business organizations. (xvi) Submit quotes, to include completed provisions,, to Contract and Purchasing Division, Attn Formal Contracts Branch, Bldg 159, Marine Corps Recruit Depot, Parris Island, SC 29902. Offerors must submit their quotation packages to reach destination by 5:00 P.M., Eastern Standard Time, January 23, 1996. (xvii) Contact Barbara Coppinger, Contract Specialist, (803) 525-2190, Linda Stroh, Contracting Officer, (803) 525-2151. All responsible sources may submit a quotation which shall be considered by the agency. See Numbered Note 1 CITE: (I-354 SN013995) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 20--Ships and Marine Equipment OFFADD: Commander, Naval Sea Systems Command, SEA 02222, 2531 Jefferson Davis Hwy, Arlington, VA 22242-5160 SUBJECT: 20--TRAILERS FOR 42 FOOT PCC AND 48 FOOT PCC SOL N00024-97-R-2206 DUE 021497 POC Chris Sherman, Contract Specialist, (703) 602-3102, Stephen V. Piasecki, Contracting Officer, (703) 602-3102 DESC: The Naval Sea Systems Command intends to issue a sole source contract to Long Trailer Co., Inc., Tarboro, NC, to build two (2) trailers for 42 foot Patrol Craft Coastal (PCC) and one (1) trailer for 48 foot PCC for a Foreign Military Sales (FMS) customer. As a result of a market survey, Long Trailer Co., Inc. has been identified as the only capable source who would meet the requirements for these trailers. The trailers shall be NMMA certified, constructed of commercial heavy duty galvanized steel (hot dipped) or aluminum, be suitable for use in salt water, be suitable for hauling over paved roads at speeds up to 60 kilometers per hour, and include all necessary electrical and mechanical equipment for connection to a tractor (Military truck M916A1) pintle hitch. The trailers, with technical and operational manuals, are to be delivered six (6) months after contract award. None of the PCCs are available for test fitting or trailer demonstration. Therefore assurance tests may be required prior to acceptance of the trailers. The contractor may be required to provide a representative in Egypt at the time of delivery. This will be a FAR Part 12 (Acquisition of Commercial Items) procurement. See Numbered Note(s) 22. CITE: (I-355 SN014242) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 20--Ships and Marine Equipment OFFADD: Coast Guard Engineering Logistics Center; Propulsion Systems Contracting Branch (Code 046); 2401 Hawkins Point Road; Baltimore, MD 21226-5000 SUBJECT: 20--INSPECT/RECERTIFY/REPAIR MK6 LIFERAFTS POC Kelly Carney, Contract Specialist, (410) 636-7745; S. M. McKay, Contracting Officer, (410) 636-4286. DESC: The inspection/recertification/repair of Coast Guard Engineering Logistics Center MK6 Liferafts is being achieved by the issuance of a MIPR to Norfolk Naval Shipyard, Portsmouth, VA. Liferafts shall be recertified/repaired in accordance with Navy Specification No. S9008-AA-PRO-010/MK5 MOD2, MK6 MOD2. This Notice is for informational purposes for Minority, Women-Owned, and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization (OSDBU), has a program to assist minority, women-owned, and disadvantaged business enterprises to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000.00. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169. For information concerning the acquisition, contact the contracting official listed above. CITE: (M-355 SN014381) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers, and Cycles OFFADD: General Services Administration, bid room phone (703) 305-6145 Jefferson Davis Highway, FSS, bid room c-39, Arlington, VA 22202. SUBJECT: 23--BUSES SOL FCAP-V6-BUS96-N DUE 012197 POC Sherman E. Farves (703) 308-4188 DESC: Correction: solicitation for FCAP-VE-BUS96-N is amended to revise the specification requirement for buses, 6X2 only, Transit type with an estimated quantity of 23 units. Award will result in a requirements type contract, firm-fixed price with a base year plus four one-year options. The contract willinclude provisions for an annual economic price adjustment. The new closing date is on or about January 21 1997. All reponsible sources may submit an offer, which will be considered by the agency. Offers must be in English and u.s dollars. Copies of the RFP and amendments are available from the address above. See NOTE 12. CITE: (I-354 SN014034) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers, and Cycles OFFADD: General Services Administration, bid room (phone (703) 305-6145), 1941 Jefferson Davis Highway, FSS, bid room c-39, Arlington, VA 22202 SUBJECT: 23--MULTISTOP VANS SOL FCAP-V4-USP97-N DUE 021197 POC Contact point, Deborah okon, 703-308-4674, contracting officer, Denise Banks 703-308-4148 DESC: Description: specialized multistop vans (estimated quantity 56 units) to beused as Mobile U.S. post offices, with specifications in accordance with federalstandard 307Z and additional minimum requirements. The solicitation will resultin an indefinite quantity requirements type contract. Contract duration will have a base year plus three one-year option periods, and will contain an annual economic price adjustment cluase. Quality will be evaluated relative to price in order to determine the first production vehicles will be required IN 90 days arna. Delivery of all other units ordered required 150 days afeter receipt of order. Solicitation will be awareded in the aggregate. Solicitation will be issued on or about January 7, 1997 and will close on or about February 11, 1997. copies of the solicitation are available from the address shown above. See NOT12. CITE: (I-354 SN014035) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers, and Cycles--Potential Sources Sought OFFADD: HQ AFSOC/PKMZ, 100 Bartley Street, Suite 224, Hurlburt Field, FL 32544-5273 SUBJECT: 2330--AIR-TRANSPORTABLE TRAILERS, POTENTIAL SOURCES SOUGHT DUE 012797 POC CARMELLA A. NOLL/CONTRACTING OFFICER, HQ AFSOC 100 Bartlet St. STE 224 Hurlburt Fld. FL 32544-5273 (904) 884-2435 DESC: Market survey/request for information (RFI). AFSOC is soliciting information from public and private sector commercial organizations on the design and build of an air-transportable (tie-down/sling points) trailer to enhance the rapid deployment of the Textron-manufactured mobile microwave landing system (MMLS). The MMLS is a lightweight, transportable, ground-based precision guidance approach system that provides a cat ii landing capability for aircraft equipped with MLS avionics. When deployed it is in a split-site configuration with system equipment separated by some extended distance. The MMLS is currently transported in several cases weighing 1500 lbs which can be loaded on a 463L Pallet, a M101A2 trailer, or a M998 HMMWV. AFSOC seeks a trailer whose design protects an assembled MMLS on the trailer bed during both transportation and operation, eliminates the need for transport cases and minimizes time (within 5 minutes) needed to setup in the field with minimum lifting and attachment of components by field personnel. Trailer must provide a roll on roll off capability; be air-transportable by cargo aircraft (C130, C141, C5, C17, UH47, AND V 22) and on the ground with a ball or pintle hook compatible with a tow vehicle (HMMWV or ATV QUAD). Trailer should offer levelers and locking down during field setup; dual mounting that allows the four generators to be removed from the trailer in the field if required; antenna folddown; split site or collocated siting option,.; Shock and vibration protection during transportation, including during towing conditions over paved and unpaved surfaces when towed at 55 mph. Trailer mounting must not degrade the ability of the MMLS to meet its system requirements. Responses to this market Survey/Rfi should provide information on fielded systems that meet this requirement; fielded systems that can be modified to meet this requirement; or technical capability to design/build with special emphasis on demonstrated experience with similar trailer applications. Firms responding to this RFI should indicate whether or not they are a small or small disadvantaged business concern as defined in far 52.210-1 and 52.219-2. Sic code 3715 applies. All corporate and proprietary information should be so marked and will be fully protected to the extend allowed. Respondents may request and receive the technical order for the MMLS by submitting a fax request. .responses to the market Survey/Rfi should be sent to the agency or faxed to 904-884-2476. AFSOC is under no obligation to pay for any material provided. This is not a request for proposal, but rather a market Survey/Rfi and may not result in a future contract. CITE: (W-355 SN014173) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) 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--ADJUSTER, SOL SP0750-97-Q-0545 DUE 020797 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Robert Garman (614) 692-1329 DESC: PR-NO: YPC96318000563 NSN 2540-01-359-9280, CAGE 19200 Part No 12918999 adjuster. IAW U.S. Army drawing 12918999. 132 -EA Del to New Cumberland PA 17070-5001 Del by 90 days after date of award. 83 -EA Del to Lathrop CA 95330 Del by 90 days after date of award. See NOTE 1. Small business size standard is 500 employees. Solicitation not available until 15 days after published in the CBD. Written requests for drawings are to be submitted to Defense Supply Center Columbus, Attn: dsccvtrd, P.O. Box 3990, Columbus OH 43216-5000, by FAX (614) 692-2998 or Call (614) 692-2344. Requests should include the IFB/RFP/RFQ number, opening/closing date, NSN YPC/ZPC or NPC number; buyer's name and your complete name and address. Federal, military and commercial specifications cannot be provided by DSCC. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performnce, as described in the solicitation. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. CITE: (I-355 SN014129) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 25--Vehicular Equipment Components OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 25--ARM ASSEMBLY, PIVOT, SOL SP0770-97-R-5804 DUE 021097 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Renee L. Frederick (614)692-3198 DESC: PR-NO: RPC96326001336 NSN 2530-01-070-9506, CAGE 19207 Part No 12268700 arm assembly, pivot track suspension. IAW army (19207) Dwg. 12268700 216 -EA Del to New Cumberland PA 17070-5001 Del by 180 days after date of award. 251 -EA Del to Barstow CA 92311-5014 Del by 180 days after date of award. See NOTE 1. Small business size standard is 500 employees. Written requests for drawings are to be submitted to Defense Supply Center Columbus, Attn: DSCC-VTRD, P.O. Box 3990, Columbus, OH 43216-5000, by FAX (614) 692-2998 or Call (614) 692-2344. Requests should include the IFB/RFP/RFQ number, opening/closing, NSN, YPC/ZPC or NPC number; buyer's name and your complete name and address. Federal, military and commercial specifications cannot be provided by DSCC. Proposed procurement contains 100% option for increased quantities. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-355 SN014132) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 25--Vehicular Equipment Components OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 25--BRAKE SHOE. COMES WITH 1 EA. SHOE, 2 EA. LINING AND RIVITS. SOL SP0750-97-Q-0515 DUE 021797 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Lori spang (614) 69 2-4214 DESC: PR-NO: YPC96289001515 NSN 2530-01-234-8466, CAGE 52304 Part No 805896 CAGE 7P109 Part No 4311-21A brake shoe. 1,410 -EA Del to New Cumberland PA 17070-5001 Del by 100 days after date of award. See NOTE 1. Small business size standard is 500 employees. Solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not available. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in the solicitation. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. Automated Best Value Model (ABVM) and Delivery Evaluation Factor (DEF) apply. While price is a signficant factor in the evalaution of offers, the final award decision will be based upon a combiantion of price, delivery, and past performance as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-355 SN014136) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 25--Vehicular Equipment Components OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 25--CONTROL ASSEMBLY, PUSH-PULL. ON AM GENERAL UTILITY TRUCKS MODEL M996 (HMMWV). SOL SP0750-97-Q-0522 DUE 021797 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer, Lori spang, (614)692-4214. DESC: PR-NO: YPC96297000851 NSN 2590-01-212-4956, CAGE 19207 Part No 12340531-4 CAGE 34623 Part No 12340531-4 CAGE 70436 Part No 64E-632-6 control assembly, push-pull. used on AM General HMMWV: M996. in accordance with U.S. Army drawing 12340531, part number 12340531-4. 2,600 -EA Del to New Cumberland PA 17070-5001 Del by 180 days after date of award. 2,700 -EA Del to Lathrop CA 95330 Del by 180 days after date of award. See NOTE 1. Small business size standard is 500 employees. Solicitation not available until 15 days after published in the CBD. Written requests for drawings are to be submitted to Defense Supply Center, Columbus, Attn: DSCC-VTRD, P.O. Box 3990, Columbus, OH 43216-5000, by FAX (614)692-2998 or Call (614)692-2344. Requests should include the IFB/ RFP/RFQ number, opening/closing, NSN, YPC/ZPC or NPC number; buyer's name and your complete name and address. Federal, military, and commercial specifications cannot be provided by DSCC. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. Automated Best Value Model (ABVM) and Delivery Evaluation Factor (DEF) apply. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, and past performance as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-355 SN014139) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 25--Vehicular Equipment Components OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 25--INDICATOR, SHIFT. POLYCARBONATE PLASTIC. ON M998: HMMWV TRANSMISSION SHIFT CONTROL. SOL SP0750-97-Q-0530 DUE 021797 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer, Julie Lewis, (614)692-1097. DESC: PR-NO: YPC96311000880 NSN 2540-01-184-5502, CAGE 19207 Part No 12338439 CAGE 34623 Part No sf-5583192 CAGE 34623 Part No SF5583192-D CAGE 34623 Part No 5583192 CAGE 60602 Part No 51007 indicator, shift. material: polycarbonate plastic in accordance with U.S. Army drawing 12338439. Used on HMMWV. 2,000 -EA Del to Lathrop CA 95330 Del by 150 days after date of award. 1,410 -EA Del to New Cumberland PA 17070-5001 Del by 150 days after date of award. Solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not available. this is an unrestricted acquisition with a 10% preference for SDB concerns. Delivery Evaluation Factor applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-355 SN014143) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 25--Vehicular Equipment Components OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 25--DISK, CLUTCH. PART OF ALLISON TRANSMISSION MODEL AT540, INTERNAL SPLINE FOR 2ND AND 3RD RANGE. SOL SP0750-97-Q-0438 DUE 012197 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer, Shirley Walker, (614)692-3515. DESC: PR-NO: YPC96312001228 NSN 2520-00-163-0713, CAGE 13475 Part No BD809990 CAGE 45152 Part No 2AX235 CAGE 59556 Part No 039-90008-222 CAGE 73342 Part No 23042199 CAGE 73342 Part No 6884958 CAGE 79370 Part No wpc-4665 DISC, clutch. part of Allison transmission model AT540, internal spline for 2ND and 3RD range. Used on MB4 aircraft towing tractor and c-het commercial heavy equipment transporter model M911. 1,709 -EA Del to Lathrop CA 95330 Del by 90 days after date of award. 894 -EA Del to New Cumberland PA 17070-5001 Del by 90 days after date of award. Solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not available. This is an unrestricted acquisitiuon with a 10% preference for SDB concerns. This acquisition is for supplies for which the government does not possess complete, unrestrictive technical data; therefore, the government intends to solicit and contract with only approved sources under the authority of 10 U.S.C.2304 (C)(1). Approved sources are: Raybestos, Oshkosh, kovatch, General Motors, and wellman.automated best value model (ABVM) and Delivery Evaluation Factor (DEF) apply. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, and past performance as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-355 SN014144) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 25--Vehicular Equipment Components OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 25--LADDER ASSEMBLY, VEHICLE BOARDING, ALUMINUM. SOL SP0750-97-Q-0540 DUE 012397 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer, Shirley Spratt, (614)692-3971. DESC: PR-NO: YPC96313000916 NSN 2540-00-846-8483, CAGE 80063 Part No SCD147189 ladder assembly, vehicle boarding, aluminum, 40-1/16INCHES Long by 16 inches wide. US Army Communications and Electronics command drawing scd-147189, P/N SCD147189. 678 -EA Del to Tobyhanna PA 18466 Del by 60 days after date of award. 375 -EA Del to New Cumberland PA 17070-5001 Del by 60 days after date of award. See NOTES 1 & 9. Small business size standard is 500 employees. Solicitation not available until 15 days after published in the CBD. Written requests for drawings are to be submitted to Defense Supply Center, Columbus, Attn: DSCC-VTRD, P.O. Box 3990, Columbus, OH 43216-5000, by FAX (614)692-2998 or Call (614) 692-2344. Requests should include the IFB/RFP/RFQ number, opening/closing, NSN, YPC/ZPC or NPC number; buyer's name and your complete name and address. Federal, military and commercial specifications cannot be provided by DSCC. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-355 SN014146) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 25--Vehicular Equipment Components OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 25--COUPLER, DRAWBAR. OFFSET, TAPER SHANK, 60,000 LB GROSS VEHICLE WEIGHT (GVW). SOL SP0750-97-Q-0534 DUE 021797 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer, Julie Lewis, (614)692-1097. DESC: PR-NO: YPC96341000655 NSN 2540-00-999-5584, CAGE 19207 Part No 11592597 CAGE 96906 Part No A52464-3 coupler, drawbar. offset, taper shank, 60,000 lb Gross vehicle weight. Per CID A-A-52464, pin No. A52464-3 414 -EA Del to Lathrop CA 95330 Del by 110 days after date of award. Small business size standard is 1,000 employees. Solicitation not available until 15 days after published in the CBD. Written requests for drawings are to be submitted to Defense Supply Center, Columbus, Attn: DSCC-VTRD, P.O. Box 3990, Columbus, OH 43216-5000, by FAX (614)692-2998 or Call (614)692-2344. Requests should include the IFB/RFP/RFQ number, opening/ closing, NSN, YPC/ZPC or NPC number; buyer's name and your complete name and address. Federal, military and commercial specifications cannot be provided by DSCC. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-355 SN014147) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 25--Vehicular Equipment Components OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 25--DISC, CLUTCH. ON TRUCK TRACTOR MODEL M911CS SOL SP0750-97-Q-0507 DUE 021797 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer, Lori spang, (614)692-4214. DESC: PR-NO: YPC96243001166 NSN 2520-01-055-8337, CAGE K2709 Part No CV60597 CAGE K4914 Part No 23010436 CAGE 1EN78 Part No 23041786-V CAGE 45152 Part No 2AX988 CAGE 59556 Part No 039-90005-255 CAGE 73342 Part No 23041786 DISC, clutch. used on truck tractor model M911CS. Viking Inc. , CAGE 1EN78, P/N 23041786-V is acceptable per DLA form 339, dated 4/30/96. D.LEWIS/D.JOHNSON, Ver, 2-1796. 1,641 -EA Del to New Cumberland PA 17070-5001 Del by 75 days after date of award. 900 -EA Del to Lathrop CA 95330 Del by 75 days after date of award. See NOTE 1. Small business size standard is 500 employees. Solicitation is not available until 15 days after published in the CBD. Specifications, plans, or drawings are not available. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in the solicitation. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. Automated Best Value Model (ABVM) and Delivery Evaluation Factor (DEF) apply. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, and past performance as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-355 SN014151) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 25--Vehicular Equipment Components OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 25--DIFFERENTIAL, DRIVING AXLE (FORWARD REAR). 8.31 TO 1 RATIO. ON NAVISTAR 5010 SERIES SOL SP0700-97-Q-0059 DUE 021097 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T buyer Mary Jo coffey A/C614-692=3847 or contracting officer, Rebecca Smith, A/C614-692-1271. DESC: PR-NO: YPC96254000203 plus YPC96254000535 NSN 2520-01-046-7258, CAGE 78500 Part No A3800D758 8.31 differential, driving axle. Rockwell International Corp, CAGE 78500, P/N A3800D758 8.31. No technical data at DCSC for this solicitation. 1EA Del to Knoxville, TN 37916 3EA Del to Richmond, VA 23297 delivery by 60 days after receipt of order. Small business size standard is 500 employees. Solicitation not available until 15 days after published in the CBD. Specifications, plans, or drawings are not available. This acquisition is for supplies for which the government does not possess complete, unrestrictive technical data; therefore, the government intends to solicit and contract with only approved sources under the authority of 10 U.S.C.2304(C) (1). Approved sources are: Rockwell International Corp. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performaance, as described in the solicitation. While price will be a significant factor in the evaluation of offers, the final contract award price may be based upon a combination of price and delivery as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-355 SN014152) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 25--Vehicular Equipment Components OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 25--BRAKE BAND AND LINING. SOL SP0750-97-Q-0529 DUE 021797 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer, Julie Lewis, (614)692-1097. DESC: PR-NO: YPC96298001079 NSN 2530-01-409-2507, CAGE 11862 Part No 24200468 brake band and lining. General Motors Corp. P/N 24200468 634 - EA Del to Richmond VA 23297-5900 Del by 60 days after date of award. Solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not available. This is an unrestricted acquisition with a 10% preference for SDB concerns. Automated Best Value Model (ABVM) applies. While price may be a significnat factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-355 SN014155) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 25--Vehicular Equipment Components OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 25--COLLAR, TRANSMISSION. ON CATERPILLAR TRANSMISSION FOR AM GENERAL M915 SERIES TRUCKS. SOL SP0750-97-Q-0516 DUE 021797 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Lori spang (614) 69 2-4214 DESC: PR-NO: YPC96304000962 NSN 2520-01-077-2793, CAGE 11083 Part No 9N1425 CAGE 34623 Part No MA72-21002 collar, transmission. Caterpillar Inc., CAGE 11083, P/N 9N1425. no other technical data at DCSC for this solicitation. 201 -EA Del to Lathrop CA 95330 Del by 60 days after date of award. 41 -EA Del to Barstow CA 92311-5014 Del by 60 days after date of award. See NOTE 1. Small business size standard is 500 employees. Solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not available. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in the solicitation. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combiantion of price and past performance as described, in this solicitation. Automated Best Value Model (ABVM) and Delivery Evaluation Factor (DEF) apply. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery and past performance as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-355 SN014156) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 25--Vehicular Equipment Components OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 25--FLYWHEEL ASSEMBLY. ON FWD FIRETRUCK, U. S. AIR FORCE MODEL A/S32P-2. SOL SP0750-97-Q-0518 DUE 021797 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Lori spang (614) 69 2-4214 DESC: PR-NO: YPC96304000963 NSN 2520-01-090-1409, CAGE 59556 Part No 000502T CAGE 73342 Part No 23016968 flywheel assembly. used on fwd firetruck, U. S. Air Force model A/S32P-2. 15 -EA Del to New Cumberland PA 17070-5001 Del by 150 days after date of award. 32 -EA Del to Lathrop CA 95330 Del by 150 days after date of award. See NOTE 1. Small business size standard is 500 employees. Solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not available. Automated Best Value Model (ABVM) applies. While price may be a signficant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluaiton of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. Automated Best Value Model (ABVM) and Delivery Evaluation Factor (DEF) apply. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price delivery and past performance as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-355 SN014157) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 25--Vehicular Equipment Components OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 25--CUSHION ASSEMBLY, COMMANDER'S SEAT BACK. ON M998: HMMWV. THE USE OF 1.7 STITCHES IN LIEU SOL SP0750-97-Q-0519 DUE 021797 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer, Lori spang, (614)692-4214. DESC: PR-NO: YPC96304000988 NSN 2540-01-314-9378, CAGE 19207 Part No 12338534 CAGE 19207 Part No 12342067 CAGE 34623 Part No 12342067 CAGE 34623 Part No 5575946 cushion assembly, commander's seat back. used on AM General M998 (HMMWV) series trucks. Per army drawing 12342067 and all related data. 4,150 -EA Del to New Cumberland PA 17070-5001 Del by 150 days after date of award. See NOTE 1. Small business size standard is 500 employees. Solicitation not available until 15 days after published in the CBD. Written requests for drawings are to be submitted to Defense Supply Center, Columbus, Attn: DSCC-VTRD, P.O. Box 3990, Columbus, OH 43216-5000, by FAX (614)692-2998 or Call (614) 692-2344. Requests should include the IFB/RFP/RFQ number, opening/closing, NSN, YPC/ZPC or NPC number; buyer's name and you complete name and address. Federal, military, and commercial specifications cannot be provided by DSCC. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. Automated Best Value Model (ABVM) and Delivery Evaluation Factor (DEF) apply. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, and past performance as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-355 SN014158) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 25--Vehicular Equipment Components OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 25--INSULATION PANEL, INTERIOR RIGHT HAND FRONT TUNNEL SIDE. ON AM GENERAL M998 (HMMWV) SOL SP0750-97-Q-0532 DUE 021797 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer, Julie Lewis, (614)692-1097. DESC: PR-NO: YPC96317001491 NSN 2510-01-335-7363, CAGE 19207 Part No 12342455 CAGE 34623 Part No 12342455 CAGE 55674 Part No 12342455 insulation panel, vehicle CAB. 540 -EA Del to New Cumberland PA 17070-5001 Del by 120 days after date of award. 1,225 -EA Del to Lathrop CA 95330 Del by 120 days after date of award. Solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not available. This is an unrestricted acquisition with a 10% preference for SDB concerns. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-355 SN014163) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 25--Vehicular Equipment Components OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 25--ARM ASSEMBLY, PIVOT, TRACK SUSPENSION. SOL SP0750-97-Q-0533 DUE 021797 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer, Julie Lewis, (614)692-1097. DESC: PR-NO: YPC96326001224 NSN 2530-01-108-5018, CAGE 19207 Part No 12299011-1 CAGE 80212 Part No 12299011-1 pivot, track support. in accordance with drawing 12299011, P/N 12299011-1. 16 -EA Del to Texarkana TX 75507 Del by 120 days after date of award. Solicitation not available until 15 days after published in the CBD. Written requests for drawings are to be submitted to Defense Supply Center, Columbus, Attn: DSCC-VTRD, P.O. Box 3990, Columbus, OH 43216-5000, by FAX (614)692-2998 or Call (614)692-2344. Requests should include the IFB/RFP/RFQ number, opening/closing, NSN, YPC/ZPC or NPC number; buyer's name and your complete name and address. Federal, military and commercial specifications cannot be provided by DSCC. This is an unrestricted acquisition with a 10% preference for SDB concerns. Delivery Evaluation Factor applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-355 SN014167) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 26--Tires and Tubes OFFADD: General Services Administration, (4FQP), 401 West Peachtree St., NW., Atlanta, GA 30365-2550 SUBJECT: 26--PNEUMATIC HIGHWAY TIRES, NEW PASSENGER AND LIGHT TRUCK SOL AT/TC 20252 POC Patricia G. Walker, Contracting Officer, Tel: (404) 331-3059, Facsimile, (404) 331-2073. DESC: The General Services Administration, Federal Supply Service contemplates the award of fixed price contract for new passenger and light truck tires. The tires must be nominated by the manufacturer as an original equipment tire for one or more vehicle models produced by Ford, GM or Chrysler. No oral requests for the solicitation package will be honored. Facsimile number is (404) 331-2073. CITE: (M-355 SN014301) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 28--HOUSING HALF, COMPRESSOR INLET ALLIEDSIGNAL INC. SOL SP0480-97-Q-JA41 DUE 020397 POC Contact: for copies of RFP/IFB solicitations for copies of RFQ solicitations, contact the buyer Mimi Kirkland/BL4 71/804-279-5702. contracting officer Donna Cartwright/ BL479/804-279-3774. DESC: PR-NO: YPG96312000434 NSN 2835-01-199-0451, Alliedsignal Inc. CAGE 99193 P/N 3810019-5 12 EA Del to New Cumberland, PA 17070-5001 Del by July 97 8 EA Del to Tracy, CA 95376-5000 Del by Jul 97 start system (ESS), thunderbolt II, a-10 Acft. All responsible sources may submit offer which DGSC shall consider. CITE: (I-355 SN014074) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 28--RING, AUGMENTOR SOL SPO480-97-Q-JA28 DUE 013197 POC Contact: for copies of RFQ solicitations (available at leas T 21 days from announcement, phone or write DSCR Attn: DSCR-JLP, Richmond VA 23297-5312 AC (804)279-3717 or F AX to 804-279-3123. contact the buyer. Crystal Ober, B L371, DSCR-JLP, 804-279-3717. contracting officer: Mar tha Gay, 804-279-3717. DESC: PR-NO: YPG96345000720 NSN 2840-01-180-6125, 63 -EA Del to Tracy CA 95376-5000 60 days ARO. General Electric aircraft engines, CAGE 07482, P/N 5053M42G01. Specs, plans or Dwgs relating to the procurement described are not avail and cannot be furnished by the GOVT. Unrestricted. All responsible sources may submit offer which DGSC shall consider. CITE: (I-355 SN014091) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 28--HOUSING, ANTIFRICTION SOL SPO480-97-Q-JA29 DUE 013197 POC Contact: for copies of RFQ solicitations (available at leas T 21 days) from announcement, phone or write DGSC Attn DSCR-JLP, Richmond VA 23297-5312 AC (804)279-3717. Co ntact the buyer. Crystal Ober, BL371, jlp, 804-279-371 7. contracting officer: Martha Kay, (804) 279-3717. DESC: PR-NO: YPG96345000721 NSN 2840-01-198-2101, 375 -EA Del to Tinker AFB OK 73145-9013 60 days ARO. General Electric Co., CAGE 07482, P/N 5051M93G03. Specs, plans or Dwgs relating to the procurement described are not avail and cannot be furnished by the GOVT. Unrestricted. All responsible sources may submit offer which DGSC shall consider. CITE: (I-355 SN014092) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 28--RING SET, PISTON SOL SP0770-97-R-6283 DUE 021097 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer Ruth Smith, 614/692-4749. DESC: PR-NO: RPC96248001690 NSN 2815-00-410-1236, CAGE 19207 Part No 5704476 CAGE 75370 Part No C5795-81 ring set, piston. Kaydon Corp P/N C5795-81. 874 -EA Del to New Cumberland PA 17070-5001 Del by 115 days after date of award. 874 -EA Del to Lathrop CA 95330 Del by 115 days after date of award. Solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not available. Proposed procurement contains a 100% option for increased quantities. This is an unrestricted acquisition with a 10% preference for SDB concerns. This acquisition is for supplies for which the government does not possess complete, unrestrictive technical data; therefore, the government intends to solicit and contract with only approved sources under the authority of 10 U.S.C.2304(C)(1). Approved sources are: Kaydon Corp. Automated Best Value Model (ABVM) and Delivery Evaluation Factor (DEF) apply. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, and past performance as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-355 SN014131) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 28--RING SET, PISTON. ACCOMMADATES ONE PISTON, 0.75 MM. OVERSIZE. IN GMC 6.2 LITER DIESEL SOL SP0750-97-Q-0531 DUE 021797 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer, Julie Lewis, (614)692-1097. DESC: PR-NO: YPC96312001268 NSN 2815-01-163-9999, CAGE 11862 Part No 15537020 CAGE 53781 Part No W10297KX +0.75MM CAGE 76602 Part No SPS1229.030 ring set, piston, 0.75 MM, accommodates one piston. used in General Motors Corp. 6.2 liter Diesel engine. General Motors P/N 15537020, SPX Corp. P/N W10297KX+0.75MM. No additional technical data available at DCSC for this solicitation. 2,800 -EA Del to New Cumberland PA 17070-5001 Del by 150 days after date of award. 5,600 -EA Del to Lathrop CA 95330 Del by 150 days after date of award. Solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not available. This is an unrestricted acquisition with a 10% preference for SDB concerns. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Delivery Evaluation Factor (DEF) applies. While price is a signficant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-355 SN014145) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 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--PLATE,COOLING,TURBO SOL N0038396X1979 DUE 021097 POC Contact Point, Charles J Farrell, 0232.03, (215)697-2572, Fax, (215)697-3161, Twx, Not-avail DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 1R-2840-00-045-6347-SN, Ref Nr 4027T15P02, Qty 110 EA, Delivery FOB Origin, RFQ N0038396X1979, Approx Due Date O/A Feb 10 97-----. NO Drawings. NAVY SOURCE APPROVAL PROCEDURES APPLY., See Note 22 CITE: (I-355 SN014175) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 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--RETAINER,SHROUD SOL N0038397RM143 DUE 012997 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 1R-2840-01-139-7162-TN, SPEC NR TDP VER 005, Ref Nr 5031T08G01, Qty 508 EA, Delivery FOB Origin-----. Drawings are not available. Since this is a "source controlled" item, competition shall be restricted to (16126) Tri-Mfg., See Note 22 CITE: (I-355 SN014176) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Commanding Officer (CODE 047/53), Electrical Systems Contracting Branch, USCG Engineering Logistics Center, 2401 Hawkins Point Rd, Mail Stop 26, Baltimore, MD 21226-1793 SUBJECT: 28--ENGINES, TURBINES AND COMPONENTS SOL DTCG40-97-R-70014 DUE 031297 POC Jo Ann deBullet, Contract Specialist (410) 762-6485, Nancy M. Dean, Contracting Officer, (410) 762-6461. DESC: The USCG Engineering Logistics Center anticipates awarding a firm-fixed requirements type contract for Pratt and Whitney (P&W)/Turbo Power & Marine (TP&M) new and/or reconditioned parts for the FT4A Marine Gas Turbine Engines and Power Turbines. All parts required are listed in Pratt & Whitney/Turbo Power & Marine Illustrated Parts Catalogs P/N 547055, P/N 547058, and P/N 544027. All parts must possess a P&W/TP&M part number and have been originally sold by P&W;/TP&M. If the part is J-75 part it must be a direct cross reference to TP&M part number Technical data and/or drawings pertaining to P&W/TPM parts are not available within the Government and are proprietary to P&W/TP&M. The contract term will be for one (1) base year and one (1) option year. Delivery is FOB Destination. Various quantities. All responsible sources may submit a proposal which shall be considered by the agency. Numbered Note (22). ``THIS NOTICE IS FOR INFORMATIONAL PURPOSES FOR MINORITY, WOMEN-OWNED AND DISADVANTAGED BUSINESS ENTERPRISES: The Department of Transportation (DOT). Office of Small and Disadvantaged Business Utilization (OSDBU) has a program to assist minority, women-owned and disadvantaged business enterprises to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000.00. For further information and applicable forms concerning the STLP call the OSDBU at (800) 532-1169. For information concerning the acquisition contact the contracting official listed above.'' CITE: (M-355 SN014309) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste 1ag81, Tinker Air Force Base Ok 73145-3032 SUBJECT: 28--BAFFLE,AIR SOL FD2030-97-49531 DUE 021097 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Alex Varughese/Lpdpb/[405]739-5490 DESC: Item 0001 NSN 2840-01-368-6542PR P/N: 1523M96P01, Item is an air baffle,an integral part of the HPT nozzle inner support. Circular in configuration. Function is to deflect the compressor air around the in support for cooling. Dimensions are 3 in wide by 23 in DIA. Material is inco 718 used on F110-100/129 ENGS,F16C/D ACFT. 54EA. Applicable to: F110-100/129 Engines. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 29 AUG 97 27 ea 30 SEP 97 27 ea The approximate issue/response date will be 10 JAN 97. The anticipated award date will be 10 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. 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. 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-355 SN014394) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components--Potential Sources Sought OFFADD: USCG Engineering Logistics Center, CODE 047/53, 2401 Hawkins Point Rd., Baltimore, MD 21226 SUBJECT: 28--ENGINES, TURBINES AND COMPONENTS SOL 15 days after this notice POC Jo Ann L. deBullet, Contract Specialist, (410) 762-6485 or Nancy M. Dean, Contracting Officer, (410) 762-6461. DESC: Potential Source Sought. The Coast Guard is seeking qualified sources that can overhaul/repair Pratt & Whitney Power Turbines, FT4A's (-2), (-6), and (-12). All efforts shall be in accordance with Pratt & Whitney/Turbo Power & Marine Systems, Inc. specification, standards and recommended procedures for Marine Power Turbines. The power turbines are utilized on the 378' High Endurance Cutters and the 400' Ice Breakers. A requirements type contract for one (1) base year and one (1) option year is anticipated. This will be a Full and Open Competitive Requirements using OEM Pratt & Whitney parts only. Technical data and/or drawings pertaining to Pratt & Whitney parts are not available within the Government and are proprietary to Pratt & Whitney. Accordingly, it is believed that this non-availability of technical data precludes the USCG Engineering Logistics Center from obtaining competition (for parts only) as they are available from only one source. However, other organizations having the expertise and required capabilities to provide equivalent parts are invited to submit complete information discussing their capabilities as follows: (i.e., salient physical, functional and serviceability, characteristics) (1) Show that they have satisfactorily manufactured the part for the government or the prime equipment manufacturer; or (2) submit complete and current engineering data comparing the offered parts to the OEM's to demonstrate the acceptability of the parts. Organizations having the capabilities and expertise required are invited to submit complete detailed information discussing their capabilities in duplicate within fifteen (15) days of this announcement. No cost or pricing data is required. This is not a Request for Proposal (RFP). The Government does not intend to pay for the information solicited. Responses must be concise and be specifically directed to the requirement mentioned above. Concerns that respond to the notice must fully demonstrate their capabilities to meet the requirements. Adequate detailed data by which to evaluate capabilities should be sent to the attention of Jo Ann L. deBullet, Contract Specialist (CODE 047/53). THIS NOTICE IS FOR INFORMATION 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 maximum line of credit is $500,000.00. For further information and applicable forms concerning the STLP call the OSDBU at (800) 532-1169. For information concerning the acquisition, contact the contracting official listed above. See Number Note 22 and 26. CITE: (M-355 SN014293) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 29--FILTER ASSY, VALVE SOL SP0480-97-R-0206 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. Buyer: Roseanne Phillips/BL379/ 804-279-3571. contrac ting officer: Stephen Mason/804-279-3724. DESC: PR-NO: ARG96282043001 NSN 2995-00-909-9935, filter assembly, valve Vickers Inc., CAGE 99643 P/N 18162. DSCR does not currently have an approved technical data package available for this NSN. Data is proprietary or insufficient for competitive procurement orogin inspection required critical application item option to extend term of contract - 12 months duration of contract period: 60 months total other than full and open (10 U.S.C. 2304(C)(1)) only one source (NOTE 22), intended source: Vickers Inc. 1 -EA Del to (Call contracting office) Del by 31 Dec 96. Trade Agreements Act (NOTE 12) requirement will be a requirements contract with 4 option years. Minimum order quantity is 40 each, maximum order quantity 100 each. Total estimated annual quantity is 320 each. All responsible sources may submit offer which DGSC shall consider. CITE: (I-355 SN014069) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 29--COVER ASSEMBLY, STARTER SOL SP0480-97-R-0122 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. Buyer: Roseanne Phillips/BL379/ 804-279-3571. contrac ting officer: Stephen Mason/804-279-3724. DESC: PR-NO: ARG96262043004 NSN 2995-00-357-1897, cover assembly, starter Vickers Inc., CAGE 90166 P/N 5358 DSCR does not currently have an approved technical data package available for this NSN. Data is proprietary or insufficient for competitive procurement. Option to extend term of contract - 12 months. Duration of contract period: 60 months total other than full and open (10 U.S.C. 2304(C)(1)) only one source (NOTE 22), intended source: Vickers Inc. Trade Agreements Act (NOTE 12) requirement will be a requirements contract with 4 option years. Minimum order quantity is 5 each, maximum order quantity 135 each. Total annual quantity is 525 each. 1 -EA Del to (Call contracting office) all responsible sources may submit offer which DGSC shall consider. CITE: (I-355 SN014089) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 29--PUMP, FUEL, METERING AND DISTRIBUTING ON 5 TON MODEL M939 SERIES TRUCK. SOL SP0750-97-Q-0513 DUE 021797 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer, Lori spang, (614)692-4214. DESC: PR-NO: YPC96281002794 NSN 2910-01-218-5158, CAGE 15434 Part No 3045424-9254 CAGE 7U403 Part No 3045424-9254RX pump, fuel injection, Cummins Engine Co. P/N 3045424-9254. no additional technical data available at DCSC for this solicitation. 20 -EA Del to Lathrop CA 95330 Del by 100 days after date of delivery. 29 -EA Del to New Cumberland PA 17070-5001 Del by 100 days after date of delivery. See NOTE 1. Small business size standard is 500 employees. Solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not available. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. Automated Best Value Model (ABVM) and Delivery Evaluation Factor (DEF) apply. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, and past performance as described in in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-355 SN014134) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 29--HEAD ASSEMBLY, HYDRA SOL SP0750-97-Q-0527 DUE 021797 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer, Julie Lewis, (614)692-1097. DESC: PR-NO: YPC96284001951 NSN 2910-00-871-5435, CAGE 01843 Part No HD9065A CAGE 19207 Part No 10914599 head assembly, hydramatic. Ambac Intl Corp. FSCM 01843, P/N HD9065A. No additional technical data is available at DCSC for this solicitation. 151 -EA Del to (Call contracting office) Del by 60 days after date of award. Solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not available. This is an unrestricted acquisition with a 10% preference for SDB concerns. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-355 SN014135) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 29--PLATE SET, ATOMIZER. ON MODEL GTC100-54 BURNER SOL SP0740-97-Q-0591 DUE 021097 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Mike Theado 614/692 -1407 DESC: PR-NO: YPC96241000664 NSN 2910-00-220-5539, CAGE 04320 Part No AV3000-23 CAGE 71895 Part No D2N23346-23 CAGE 72599 Part No 371570-23 CAGE 92264 Part No 511150-23 CAGE 99193 Part No 371570-23 "plate set, atomizer, includes two plates, one plate has single orifice, other plate has nozzle. P/O fuel injection system, applicable for gas turbine engine". 507 -SE Del to Cherry Point NC 28533-5001 Del 90 days after award. Solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not available. This is an unrestricted acquisition with a 10% preference for SDB concerns. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combinaiton of price and past performance, as described in the solicitation. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-355 SN014149) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 29--PLUG, FILLER (NON-VENTED). ON M1 SERIES TANKS. SOL SP0750-97-Q-0489 DUE 020797 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer, Robert Garman, (614)692-1329. DESC: PR-NO: YPC96318000580 NSN 2910-01-115-1572, CAGE 01417 Part No XM6349-1 CAGE 19207 Part No 12273121-1 CAGE 97484 Part No b-6542 P plug, filler (NON-VENTED). Per army (19207) drawing 12273121, Part No. 12273121-1, and all related data. 527 -EA Del to New Cumberland PA 17070-5001 Del by 250 days after date of award. 262 -EA Del to Lathrop CA 95330 Del by 250 days after date of award. See NOTE 1. Small business size standard is 500 employees. Solicitation not available until 15 days after published in the CBD. Written requests for drawings are to be submitted to Defense Supply Center, Columbus, Attn: DSCC-VTRD, P.O. Box 3990, Columbus, OH 43216-5000, by FAX (614)692-2998 or Call (614)692-2344. Requests should include the IFB/RFP/RFQ number, opening/ closing, NSN, YPC/ZPC or NPC number; buyer's name and your complete name and address. Federal, military and commercial specifications cannot be provided by DSCC. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. Automated Best Value Model (ABVM) and Delivery Evaluation Factor (DEF) apply. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, andpast performance as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-355 SN014164) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 30--PLATE, TURBINE, BALANCE. EXCEPTION DATA AS FOLLOWS: 1) SURFACE FINISH IN ACCORDANCE WITH SOL SP0740-97-Q-0642 DUE 020797 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Alicia M. Ray/692-2 370 DESC: PR-NO: YPC96310002871 NSN 3040-00-015-2188, CAGE 24617 Part No 6844615 CAGE 63005 Part No 6844615D plate, turbine, balance. I/A/W Allison Division of General Motors drawing 6844615. 534 -EA Del to Kelly AFB TX 78241-5312 Del by 21 Apr 97. Solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not available. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-355 SN014140) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 30--LEVER, MANUAL CONTROL MATERIAL USE SAE 1008-SAE1020 SOL SP0750-97-Q-0505 DUE 021797 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Lori spang (614) 69 2-4219 DESC: PR-NO: YPC96211001725 NSN 3040-00-737-3238, CAGE 19207 Part No 7373238 CAGE 22852 Part No 757M3 CAGE 26051 Part No MT82L lever, manual control. I/A/W army drawing 7373238. 400 -EA Del to New Cumberland PA 17070-5001 Del by 100 days after date of award. 564 -EA Del to Lathrop CA 95330 Del by 100 days after date of award. See NOTE 1 small business size standard is 500 employees. Solicitation not available until 15 days after published in the CBD. Written requests for drawings are to be submitted to Defense Supply Center Columbus, Attn: dsccvtrd, P.O. Box 3990, Columbus OH 43216-5000, by FAX (614) 692-2998 or Call (614) 692-2344. Requests should include the IFB/RFP/RFQ number, opening/closing date NSN YPC/ZPC or NPC number; buyer's name and your complete name and address. federal, military and commercial specifications cannot be provided by DSCC. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-355 SN014148) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 30--BELTS, V, MATCHED SET OF 2. 3/4 IN. TOP WIDTH, 40 7/8 IN. EFFECTIVE LENGTH, PLAIN, NOTCHED OR SOL SP0750-97-Q-0435 DUE 012197 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer, Shirley Walker, (614)692-3515. DESC: PR-NO: YPC96304001074 NSN 3030-00-791-1357, CAGE 04NP0 Part No 24407 CAGE 15434 Part No 178634 CAGE 24161 Part No 607 set 2 CAGE 81300 Part No 24408 set 2 CAGE 82181 Part No 2207-1065 belts, V, matched set of 2. 3/4 IN. top width, 40 7/8 IN. effective length, plain, notched, or cogged. Goodyear P/N 24407, Gates rubber P/N 8176-0019, Cummins P/N 78634. No additional Tech data avaialble at DCSC. 5,664 -SE Del to Memphis TN 38114-5210 Del by 80 days after date of award. Solicitation not available until 15 days after published in the CBD. Specifications plans or drawings are not available. This acquisition is for supplies for which the 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: Goodyear tire, lume, Cummins engine, Gates ruber, and Dayco. Automated Best Value Model (ABVM) and Delivery Evaluation Factor (DEF) apply. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, and past performance as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-355 SN014159) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 30--GEAR, SPUR. STEEL, 22 TEETH, 16 DIAMETRAL PITCH, 25 DEGREES PRESSURE ANGLE, 1.500 INCHES OUTSIDE SOL SP0740-97-Q-0641 DUE 020797 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Alicia Ray/692-2370 DESC: PR-NO: YPC96324000540 NSN 3020-01-084-3967, CAGE 63005 Part No 23001425 gear, Spur. steel, 22 teeth, 16 diametral pitch, 25 degrees pressure Angle, 1.500 inches outside diameter, 0.438 inches overall length, 0.438 inches face width, splined bore: 28 teeth, 32/64 diametral pitch, 30 degrees pressure Angle 0.8750 inches pitch diameter, 0.438 inches bore length. Allison Div. of general motor Corp. Part number 23001425. technical data available not adequate for manufacturing purposes. 63 -EA Del to Kelly AFB TX 78241-5312 Del by 29 May 97. Solicitation not available 15 days after published in the CBD. Specifications, plans or drawings are not available. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-355 SN014166) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 30--BELL CRANK SOL N0038397RN081 DUE 012997 POC Contact Point, Harry G Burkart, 0233.12, (215)697-4870, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Francis X Mcglinn, 0233.04, (215)697-3453 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-3040-01-232-9182-LU, SPEC NR TDP VER 002, Ref Nr 65415-11251-044, Qty 44 EA, Deliver to Receiving Officer Bldg 147 Cherry Point NC -----,Drawings not available., See Note 22 CITE: (I-355 SN014177) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: US Army Armament and Chemical Acquisition and Logistics Activity (ACALA) Attn: AMSTA-AC-PCC (WW7), Rock Island, IL 61299-7630 SUBJECT: 30--PLATE, RETAINING, SHA SOL DAAE20-96T0489 DUE 021797 POC Contract Specialist: Carol Staib (309) 782-7114, PCO: Barry R. Hartleben (309) 782-7116 DESC: 3040-01-219-6721, Part Number 12009247. Plate, retaining, 5.75 dia. x 1.25 thickness with several groves and several threaded holes, plate externally threaded 5.75 - 12 ACME-3C. Requirements are 360 ea Plate, Retaining, Sha. For use on the M198 Towed Howitzer. FOB is Destination. All or part of this action is an unfunded FY97 requirement. Proposed contract is a 100 percent small business set-aside. ANSI/ISO/ASQC Q9002 or equivalent is required, acceptance inspection equipment (AIE) is required. Estimated issue date of this solicitation is 011697. Failure to properly address requests for solicitation in accordance with this CBD notice will result in non-receipt of the solicitation package. Failure to properly address bids/offers in accordance with solicitation instructions may result in a late bid which cannot be considered. Written, fax or electronic requests for solicitation packages are accepted. No telephone requests will be honored. Requests for copies of this solicitation should include your commercial and government entity (CAGE)(if a CAGE code has been assigned to you) along with your name, address, datafax number, and solicitation number. The fax number for requests is (309) 782-4728. Electronic requests may be accepted through the Automated Acquisition Information System (AAIS). All ACALA solicitations are available for viewing/downloading, in addition to procurement history, via the AAIS. The AAIS can be accessed electronically, 24 hours a day, using a modem set to dial (309) 782-7648. Terminal emulation should be VT100, no parity, 8 data bits and 1 stop bit. Once connected, enter "aais" at the "LOGIN" prompt. At the "PASSWORD" prompt depress the "ENTER" key. If electronic means is not possible, procurement history will be provided telephonically at (309) 782-8094 on a limited basis. CITE: (I-355 SN014217) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: Arnold Engineering Development Center, ATTN: PKP, 100 Kindel Drive, Suite A332, Arnold AFB TN 37389-1332 SUBJECT: 30--GEARBOX SOL F40650-97-Q-0018 DUE 011597 POC Alan C. Fudge, Contracting Officer, (615) 454-7841 DESC: This procurement is for a gearbox, 150 horsepower, service factor 2, input RPM 1775, output RPM 106.29, gear ratio 16.7-1, must be a direct replacement for Philadelphia Gear Model 3512UBHTC, serial #530376. Firms responding to this synopsis should do so to facsimile number 615-454-7330 and indicate whether they are a small disadvantaged business concern. CITE: (I-355 SN014326) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 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--BUSHING 78286 UNITED TECHNOLOGIES SOL SP0500-97-Q-J797 DUE 122496 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: YPI96283004808 NSN 3120-01-214-0177, 8,200 -EA Del to New Cumberland PA 17070-5001 Del by 24 Nov 96. RFQ due date: 96DEC24 incremental bidding: primary qty: 8200 1ST alt qty: 9000 2ND alt qty: 10,000 delivery schedule: 120 offers will be evaluated with a 10% preference for small disadvantaged business concerns. NOTE 9 applies to obtain a copy of this solicitation please send FAX to 215-697-6333 or X1462 or X2978. CITE: (I-355 SN014098) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 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--RETAINER AND ROLLERS UNITED TECHNOLOGIES CORP (73030) SOL SP0500-97-Q-J628 DUE 010197 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Denise lowry/HCB20/X3653. buyer: Denise lowry/HCB20/X3653. DESC: PR-NO: YPI96310003112 NSN 3110-00-517-9090, Technologies Corp CAGE 73030, P/N 97075 610 -EA Del to Robins AFB GA 31098-1887 Del by 23 Feb 97. RFQ due date: 02 Jan 97. Primary quantity: 610. Deliveries to CONUS (excluding Alaska). Delivery schedule: 120 days ADO. Offers will be evaluated with a 10% preference for small disadvantaged business concerns. Specs/Dwgs are not required. To obtain a copy of this solicitation, please send FAX request to (215) 697-6333 or X1462 or X 7928. CITE: (I-355 SN014101) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 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 SMITH INDUSTRIES AEROSPACE & DEFENSE SYS.(35351) SOL SP0500-97-Q-H906 DUE 012497 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Steve Ewing/HAB20/X9236 buyer: STE VE Ewing/HAB20/X9236 DESC: PR-NO: YPI96345000517 NSN 3110-00-948-6093, 131700-03, critical application, used on a-10 A/C and h-53 H/C, displacement gyro vendor substantion required 1,500 -EA Del to New Cumberland PA 17070-5001 Del by 11 Jan 97. RFQ due date 97 Jan 24 primary quantity 1500 delivery schedule: 180 days offers will be evaluated with a 10% preference for small disadvantaged business concerns. While price will be a significant factor in the evaluation of offers, the final contract award price will be based upon a combination of price and delivery as described in section M of this solicitation. 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-355 SN014120) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 34--Metalworking Machinery OFFADD: Fleet & Industrial Supply Center, Norfolk Naval Shipyard Annex, Purchase Division, Building 1500, Portsmouth, VA 23709-5000 SUBJECT: 34--VALVE ASSEMBLY SOL N00181-97-R-0017 POC Cindi Newcomb, Code 531.4C, (757) 396-8352; Nancy Hassell-Sitar, Code 532, (757) 396-8352 DESC: Four (4) each valve assembly rotary, 3-way diverter, 6" IPS, 150 PSIG, Navy standard flanges, monel body and trim, 180 PSIG and 95 degree temperature rating, Leslie Control class ERVBNX, drawing 31244N Rev. B. F.O.B. destination to Norfolk Naval Shipyard, Portsmouth, VA 23709-5000. Shock test reports, PTD's and manuals. The closing date for receipt of offers will be specified in the solicitation when issued. Fax and/or phone requests to this notice are not allowed and will not be considered. All requests for copies of this solicitation must be in writing and submitted via regular or expedited mail service to Contracts Division, Code 531.4C/Cindi Newcomb, Fleet & Industrial Supply Center, Norfolk Naval Shipyard Annex, Bldg. 1500, 2nd Floor, Portsmouth, Va 23709-5000. Numbered note 22 applies. CITE: (I-355 SN014261) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 34--Metalworking Machinery OFFADD: ANNISTON ARMY DEPOT, DIRECTORATE OF CONTRACTING, 7 FRANKFORD AVE, ANNISTON AL 36201-4199 SUBJECT: 34--RETROFIT OF TWO (2) SKIAKY, INC., TYPE GMRX-50 SEAM WELDING MACHINES. SOL DAAC01-97-R-0005 DUE 013096 POC Contract Specialist WANDA ADAMS (205) 235-6319 Contracting Officer Cathy C. Higginbotham (205) 235-7323 (Site Code DAAC01) DESC: Contractor shall be responsible for the retrofit of two (2) each ID/OD recouperator resistance seam welders. Each resistance welder is a Sciaky, Inc., type GMRX-50 single phase, computer controlled electric resistance, low-inertia gun model, seam weling machine, for welding ID and OD joints. The present Mark VII computerized welding control shall be removed and replaced with a VME (Versa Module European) computerized welding system to control and monitor all welding and positioning functions for each f two single phase resistance welders. New hardware such as encoders, drive motors, air solenoids, etc. shall be included in the retrofit. No remanufacturing of mechanical components, other than those necessary to update the machine to a VME-based controller, shall be performed. This is a negotiated 100% set-aside for small business procurement. All responsible sources may submit a bid which shall be considered. Rquests for solicitation must be in writing and are acceptable by FAX at 205/235-6353. Telephone request will not be acknowledged. CITE: (I-355 SN014272) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 34--Metalworking Machinery OFFADD: 482nd Operational Contracting Office, 29050 Coral Sea Blvd, Box 50, Homestead Air Reserve Station, Florida 33039-1299 SUBJECT: 34--ENGRAVING/CUTTING MACHINE SOL FA6648-96-T2981 DUE 012497 POC Johnnie Jacobs Jr. (305) 244-7403, or R.T. Andry (305) 244-7405, Contracting Officer Gloria Reed (305) 224-7066. DESC: The Homestead Operational Contracting Office intends to solicit quotations in accordance with FAR, Part 12 Acquisition of Commercial Items, for 1 each, Engraving/cutting Machine, 24" x 18" work area, size: 38" high x 43" wide x 34" deep, 25 watt, air cooled, RF driven, sealed CO2 laser, computer compatible, LCD display, blower/exhaust, single phase, 110V AC, 15 amp, 60Hz. Standard is Universal Laser System's CO2 Laser System P/N ULS-25PS. Requests for solicitation packages must be in writing, to the above address or by FAX (305) 224-7055. Requests should include RFQ number, company name, address, phone number and FAX number, business size and point of contact. Quotation on other than the standard must be accompanied by specifications. Interested parties must respond to this synopsis no later than 27 Dec 96. All responsible sources may submit an offer which will be considered. See Note 1. CITE: (M-355 SN014311) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 35--Service and Trade Equipment OFFADD: General Service Administration, Business Service Center, (7FXIS-K5) 819 Taylor St., room 6A24, Fort Worth, TX. 761026195 SUBJECT: 35--WRAPPING AND PACKAGING MACHINERY SOL 7FXI-K5-96-3503-S DUE 022097 POC John Bell Contract Specialist, 817/9787391 DESC: Preinvitation notice scheduled to issue on or about 01/02/97. Solicitation scheduled to issue on or about 01/20/97. 1. 23 NSNS 11. see NOTE 12 (trade agreement) 13. all responsible sources may submit an offer which will be considered. CITE: (I-354 SN014027) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 35--Service and Trade Equipment OFFADD: Contracting Office, Siuslaw National Forest, P.O. Box 1148, Corvallis, OR 97339 SUBJECT: 35--ELECTRONIC TICKET DISPENSING MACHINES SOL SOL R6-12-97-402 DUE 022197 POC Contact, Administrative Services, 541/750-7118 DESC: It is the intent of the Government to purchase through a supply contract six Pay and Display Electronic Ticket Dispensing Machines (with credit/debit card acceptance capability), steel mounting pedestals, additional cash bags and additional bill acceptors. The Forest Service will install each machine, the successful Contractor will provide a field representative to set up and field-test each machine for operational readiness; and, provide on-site training to Forest Service personnel which will consist of maintenance, operation, and programming of machines. Delivery phases will be outlined in the solicitation. This solicitation is 100% set-aside for small business concerns. CITE: (I-355 SN014204) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 38--Construction, Mining, Excavating, and Highway Maintenance Equipment--Potential Sources Sought OFFADD: HQ AFSOC/PKMZ, 100 Bartley Street, Suite 224, Hurlburt Field, FL 32544-5273 SUBJECT: 3830--AIR-TRANSPORTABLE TRAILER, POTENTIAL SOURCES SOUGHT DUE 012796 POC CARMELLA A. NOLL /CONTRACTING OFFICER HQ AFSOC 100 Bartley St. STE 224 Hurlburt Fld. FL 32544-5273 (904) 884-2435 DESC: Market survey/request for information (RFI). AFSOC is soliciting information from public and private sector commercial organizations on the design and build of an air-transportable (tie-down/sling points) trailer to enhance the rapid deployment of the Textron-manufactured mobile microwave landing system (MMLS). The MMLS is a lightweight, transportable, ground-based precision guidance approach system that provides a cat ii landing capability for aircraft equipped with MLS avionics. When deployed it is in a split-site configuration with system equipment separated by some extended distance. The MMLS is currently transported in several cases weighing 1500 lbs which can be loaded on a 463L Pallet, a M101A2 trailer, or a M998 HMMWV. AFSOC seeks a trailer whose design protects an assembled MMLS on the trailer bed during both transportation and operation, eliminates the need for transport cases and minimizes time (within 5 minutes) needed to setup in the field with minimum lifting and attachment of components by field personnel. Trailer must provide a roll on roll off capability; be air-transportable by cargo aircraft (C130, C141, C5, C17, UH47, AND V 22) and on the ground with a ball or pintle hook compatible with a tow vehicle (HMMWV or ATV QUAD). Trailer should offer levelers and locking down during field setup; dual mounting that allows the four generators to be removed from the trailer in the field if required; antenna folddown; split site or collocated siting option,.; Shock and vibration protection during transportation, including during towing conditions over paved and unpaved surfaces when towed at 55 mph. Trailer mounting must not degrade the ability of the MMLS to meet its system requirements. Responses to this market Survey/Rfi should provide information on fielded systems that meet this requirement; fielded systems that can be modified to meet this requirement; or technical capability to design/build with special emphasis on demonstrated experience with similar trailer applications. Firms responding to this RFI should indicate whether or not they are a small or small disadvantaged business concern as defined in far 52.210-1 and 52.219-2. Sic code 3715 applies. All corporate and proprietary information should be so marked and will be fully protected to the extend allowed. Respondents may request and receive the technical order for the MMLS by submitting a fax request. .responses to the market Survey/Rfi should be sent to the agency or faxed to 904-884-2476. AFSOC is under no obligation to pay for any material provided. This is not a request for proposal, but rather a market Survey/Rfi and may not result in a future contract. CITE: (W-354 SN014008) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 39--Materials Handling Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 39--WINCH, DRUM, POWER OPERATED. SOL SP0750-97-Q-0510 DUE 021797 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer, Lori spang, (614)692-4214. DESC: PR-NO: YPC96264000840 NSN 3950-01-329-9771, CAGE 0EJ14 Part No 45BDX1L1D CAGE 34623 Part No MA369-21002 CAGE 64678 Part No 45BDX1L1D winch, drum, power operated. Freightliner (64678) Part No. 45BDX1L1D DP Mfg (0EJ14) Part No. 45BDX1L1D 11 -EA Del to Mechanicsburg PA 17055-0789 Del by 100 days from date of award. 9 -EA Del to Tracy CA 95376-5000 Del by 100 days from date of award. See NOTE 1. Small business size standard is 500 employees. Solicitation not available until 15 days after published in the CBD. Specifications, plans, or drawings are not available. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. Automated Best Value Model (ABVM) and Delivery Evaluation Factor (DEF) apply. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, and past performance as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-355 SN014154) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 40--Rope, Cable, Chain, and Fittings OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 40--WIRE ROPE EXTRA IMPROVED PLOW STEEL, UNCOATED SOL SP0500-97-Q-J031 DUE 012997 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Robert Kubiak/VAB22/X9238. buyer: Bob Kubiak/VAB22/X9238. DESC: PR-NO: YPI96346000763 NSN 4010-00-142-6486, 35 -RL Del to Mechanicsburg PA 17055-0789 Del by 04 Mar 97. RFQ due date: 29 Jan 97. Primary quantity: 35 deliveries to CONUS (excluding Alaska). Delivery schedule: 90 days ADO. Offers will be evaluated with a 10% preference for small disadvantaged business concerns. Specs/Dwgs are not required. To obtain a copy of this solicitation, please send FAX request to (215) 697-6333 or X1462 or X7928. CITE: (I-355 SN014121) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 41--Refrigeration, Air Conditioning and Air Circulating Equipment OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 41--COOLER, AIR, EVAPORATIVE CAMPBELLS PORTABLE BUILDINGS (0T3G1) TYLER, TX SOL SP0500-97-Q-K339 DUE 013097 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Terri A. Ryder/WFA10/X5516 buyer: Terri Ryder/WFA10/X5516 DESC: PR-NO: YPI96351000946 NSN 4120-01-393-3717, technical data availability 16 -EA Del to Mechanicsburg PA 17055-0789 Del by 25 Mar 97. 15 -EA Del to Tracy CA 95376-5000 Del by 25 Mar 97. RFQ due date 97 Jan 30 specs: cooler, air, evaporative primary quantity: 15 delivery schedule: 130 days NOTE 1 applies sizestandard: 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 request to (215) 697-6333 or X1462 or X2978. Specs/Dwgs are not required. CITE: (I-355 SN014122) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 42--Fire Fighting, Rescue and Safety Equipment OFFADD: USDA, Forest Service, Lolo National Forest, Attn: Contracting, Building 24, Fort Missoula, Missoula, MT 59804 SUBJECT: 42--MODEL 52 STEEL STRUCTURE COMPONENTS SOL R1-16-97-451 DUE 021097 POC Contact Point, Judy Martin, 406/329-3889, Contracting Officer, Joan A. McNab, 406/329-3766 DESC: The Forest Service requires delivery of custom fabricated steel components for Forest Service Model 52 Fire Engines. The quantities are unknown at this time; therefore, an indefinite quantity/indefinite delivery contract will be awarded. Delivery will be F.O.B. Forest Service Aerial Fire Depot, Missoula, Montana. Bids are due February 10, 1997. Estimated start work date, April 6, 1997. Contract time, 365 calendar days. Two additional option years may be awarded at the Government's option. All responsible sources may submit an offer which will be considered. The proposed contract is a 100 percent small business set-aside. CITE: (I-355 SN014350) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 43--Pumps and Compressors OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 43--PUMP,RECIPROCATING SOL N0010497RGB00 DUE 020797 POC Contact Point, Larry D Eichelberger, 02152.5, (717)790-6449, Fax, (717)790-2284, Twx, Not-avail DESC: NSN 7H-4320-01-182-0200, SPEC NR TDP VER 004, Ref Nr 6532D326-1, Qty 10 EA, Delivery FOB Origin, See Note 22 CITE: (I-355 SN014185) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 44--Furnace, Steam Plant, and Drying Equipment and Nuclear Reactors OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: 44--CARTRIDGE TYPE DUST COLLECTOR SOL N00406-97-R-4038 DUE 021097 POC M. Renville DESC: 3 each dust collectors, continuous duty, pulse-jet cleaned, cartridge type providing a minimum of 8000 sq.ft. of filter media area and be a "bag-in/bag-out" type. Units shall be suitable tor removing and collecting airborne dust and fine particulate byproducts in a moderately loaded exhaust stream resulting from large scale ship recycling operations, including cutting, welding/burning, sanding and grinding within a enclosure. The assembly shall consist of a dust collector and hopper(s), a dust collector outlet to blower inlet transition, a blower and motor, a flanged multi-blade discharge volume damper, and a electrical control panel, all skid mounted within a rigid structural frame. MIL-STD 282 applies polychorinated biphenyls (PCB) and OSHA certifications required to be submitted with equipment delivery. delivery 30 days FOB destination puget sound naval shipyard bremerton wa 98314-5000 all responsible sources may submit (offer/bids/quotation) which shall be considered by the fleet & industrial supply center puget sound telephone requests will not be honored Fax requests will be honored at (360) 476-2931 100% small business set-aside notes 1 and 9 and 26 CITE: (I-355 SN014210) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 45--Plumbing, Heating and Sanitation Equipment OFFADD: IHS, Alaska Area Native Health Service, Division of Extramural Awards and Agreements, 250 Gambell Street, Anchorage, Alaska 99501 SUBJECT: 45--HOT WATER BOILERS SOL 243-IFB-97-1006 DUE 012297 POC Anna Sharon Okbaok, Contract Specialist (907) 257-1039. DESC: The Alaska Area Native Health Service at 250 Gambell Street, Anchorage, Alaska 99501 intends to procure Hot Water Boilers. F.O.B. Seattle, WA. The specifications will outline the essential characteristics. The solicitation will be ready on or about January 2, 1997. Fax No. (907) 257-1144. No telephone requests for the solicitation package will be accepted. CITE: (M-355 SN014304) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 45--Plumbing, Heating and Sanitation Equipment OFFADD: USDA, Forest Service, Lolo National Forest, Attn: Contracting, Building 24, Fort Missoula, Missoula, MT 59804 SUBJECT: 45--AIRCRAFT SERVICES SOL R1-16-97-446 DUE 021897 POC Contact Point, Audrey Boller, 406/329-3764, Contracting Officer, Harlan F. Johnson, 406/329-3950 DESC: Furnish four aircraft, fully operated and maintained, consisting of three 4-place minimum, high wing, single engine aircraft; one 6-place minimum, pressurized twin turbine engine aircraft, to be used in the administration of National Forests. Mandatory availability periods are May 1 through September 30 for two single engine aircraft, June 1 through September 30 for the twin engine aircraft and June 15 through September 30 for the remaining single engine aircraft. Guaranteed amount for all aircraft is S80,000. Proposals are due February 18, 1997. The Government has the option to renew for two additional 1 year periods. Aircraft are based at Johnson-Bell Field, Missoula, Montana. All responsible sources may submit an offer which will be considered. The proposed contract is a 100 percent small business set-aside. CITE: (I-355 SN014322) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 47--HOSE, AIR DUCT. SOL SP0750-97-Q-0506 DUE 021797 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Lori spang (614) 69 2-4214 DESC: PR-NO: YPC96242001059 NSN 4720-01-271-6151, CAGE 19207 Part No 12341591 CAGE 34623 Part No 5589485 20 -EA Del to Mechanicsburg PA 17055-0789 Del by 150 days after date of award. 55 -EA Del to Tracy CA 95376-5000 Del by 150 days after date of award. See NOTE 1. Small business size standard is 500 employees. Solicitation not available until 15 days after published in the CBD. Written requests for drawings are to be submitted to Defense Supply Center Columbus, Attn: dsccvtrd, P.O. Box 3990, Columbus, OH 43216-5000, by FAX (614) 692-2998 or Call (614) 692-2344. Requests should include the IFB/RFP/RFQ number, opening/closing date NSN YPC/ZPC or NPC number; buyer's name and your complete name and address federal, military and commercial specifications cannot be provided by DSCC. Automated Best Value Model (ABVM) applies. while price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. Automated Best Value Model (ABVM) and Delivery Evaluation Factor (DEF) apply. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, and past performance as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-355 SN014150) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 47--FLANGE, PIPE. 70-30 COPPER NICKEL ALLOY MATERIAL, 2.500 INCH SIZE, SOCKET-WELD TYPE, SOL SP0770-97-Q-MJ07 DUE 021097 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer Anna Austin (614) 692-2486 DESC: PR-NO: YPC96254000782 NSN 4730-01-421-8828, CAGE 80064 Part No 810-4715319 item 44 fig 5-C CAGE 80064 Part No 810-4715319 item 44 SW flange, pipe. I/A/W Navy (80064) Dwg 810-4715319. 130 -EA Del to McClellan AFB CA 95652-1621 Del by 60 days ADO 129 -EA Del to Norfolk VA 23512-0001 Del by 60 days ADO. see NOTES (1), and (9). Solicitation not available until 15 days after published in the CBD. Automated Best Value Model (ABVM) and Delivery Evaluation Factor (DEF) apply. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, and past performance as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-355 SN014153) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 48--DIAPHRAGM ASSEMBLY SOL SP0740-97-Q-0650 DUE 021097 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Mike Theado 614/692 -1407 DESC: PR-NO: YPC96296000669 NSN 4810-01-317-7832, CAGE 92003 Part No 2803760-102 diaphragm assembly. I/A/W Parker-Hannifin dertea Aerospace Group, P/N: 2803760-102. 341 -EA Del to Cherry Point NC 28533-5001 Del 90 days after award. Solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not available. This is an unrestricted acquisition with a 10% preference for SDB concerns. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Delivery evaluaiton factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-355 SN014138) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 48--VALVE, SOLENOID. SOL SP0740-97-Q-0652 DUE 021097 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Mike Theado 614/692 -1407 DESC: PR-NO: YPC96310003087 NSN 4810-01-134-5157, CAGE 93835 Part No 975149-1 CAGE 99643 Part No 60490-1 valve, solenoid. 23 -EA Del to Jacksonville FL 32212-0097 Del 190 days after award. Solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not available. This is an unrestricted acquisition with a 10% preference for SDB concerns. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-355 SN014141) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 48--VALVE, BUTTERFLY. ON MCDONNELL DOUGLAS MODEL F-18 AIRCRAFT. SOL SP0740-97-Q-0653 DUE 021097 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Mike Theado 614/692 -1407 DESC: PR-NO: YPC96310003119 NSN 4820-01-198-4043, CAGE 6T459 Part No 2772012-105 valve, butterfly. I/A/W Parker-Hannifin Corp part number 2772012-105. 21 -EA Del to Cherry Point NC 28533-5001 Del 90 days after award. 6 -EA Del to Tracy CA 95376-5000 Del 90 days after award. Solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not available. This is an unrestricted acquisition with a 10% preference for SDB concerns. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination OS price and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-355 SN014142) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 48--DISK, VALVE SOL SP0740-97-Q-0651 DUE 021097 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Mike Theado 614/692 -1407 DESC: PR-NO: YPC96304001182 NSN 4820-01-253-7052, CAGE 92003 Part No 2852000-101 disk, valve. 175 -EA Del to Cherry Point NC 28533-5001 Del 60 days after award. Solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not available. This is an unrestricted acquisition with a 10% preference for SDB concerns. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluaiton of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-355 SN014160) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves--Potential Sources Sought OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968 Gilbert St., Suite 600, Norfolk, VA 23511-3392 SUBJECT: 48--VALVE PACKING SYSTEM (SOURCES SOUGHT) SOL N00189-97-R-0012 DUE 011597 POC Mr. Bill Shearer, (757) 444-4659 (Fax (757) 445-4502 DESC: The U.S. Navy is seeking sources who can provide a valve packing system that offers long-term protection against leakage and valve stem deterioration. The following areas are of interest for a valve packing system and should be addressed by potential sources: (1) must have a passive inhibitor, (2) pre-measured and pre-cut packing, (3) must be easy to install and remove, (4) longevity of packing, (5) reduction in: (a) feed water and fuel consumption, (b) ambient temperature/humidity in space(s), (c) the level of effort required to adjust and to repack valves and, (d) wet lagging; (6) training, (7) support, and (8) removal/installation procedures. Potential contractors are to submit technical, and descriptive literature to support above requirements. The descriptive literature may be printed matter, and/or video tape (VHS format). The above requested information is to be submitted to: Fleet and Industrial Supply Center Norfolk, Acquisition Group, Hampton Roads Detachment, Code 02H1E, 1968 Gilbert Street, Suite 600, Norfolk, VA 23511-3392, no later than 4:00 p.m. local time, January 08, 1997. LINKURL: N/A LINKDESC: EMAILADD: hrdet9@mindspring.com EMAILDESC: address CITE: (W-355 SN014308) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 49--Maintenance and Repair Shop Equipment OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 49--COLLIMATOR, TELESCOPE SOL SP0920-97-Q-A101 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: YPE96325000410 NSN 4931-01-243-8617, collimator, telescope Micro radian (50223) P/N MRA-107-M6C part numbered item. Products offered clause applies. PR quantity: 12 EA 6 EA Del to Monrovia CA 91017-7105 6 EA Del to New Cumberland PA 17070-5001 delivery schedule: 12 IN 90 days 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-354 SN014056) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 49--Maintenance and Repair Shop Equipment OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga 31098-1611 SUBJECT: 49--REEL ASSEMBLY, HOSE SOL F09603-97-Q-71128 DUE 021097 POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional information contact Andrea Prichard/Lvka/[912]926-2470 DESC: Item 0001 NSN 4940-01-100-2330YK P/N: 698695, P/N 69869, Dim: Dia. 26", width 8". Matl: Rubber, Steel (screws, adapters, washers, studs, springs, hoses, clamps). Funct: Reel assy with included hose provides service air for the MC-1A compressor. Option: 100%. 100ea. Applicable to: Mc1a A/C. Destn: Robins Air Force Base Ga 31098-1611. Delivery: 31 Mar 97 100 ea FAX 912-926-7572 The approximate issue/response date will be 10 Jan 97. The anticipated award date will be 03 Mar 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. This acquisition may/does involve technology that has a military or space application. The only US contractors who may participate are those that are certified and registered with DLSC (1-800-352-3572) and have a legitimate business purpose. US contractors must submit a copy of their current, approved DD Form 2345 with their request for solicitation. To request this certification, write to the Commander, Defense Logistics Services Center, ATTN: DLSC-FEB, Federal Center, Battle Creek MI 49017- 3084 and request a copy of Department of Defense Form 2345 or call DLSC at the above number. The solicitation/data package will be mailed to the data custodian identified in block 3 of the DD Form 2345. The extent of foreign participation has not yet been determined. MOU country sources must contact the Contracting Officer within 15 calendar days of the date of this synopsis notice to receive a copy of the solicitation at the time it is initially issued. Issuance of the RFP will not be delayed to review requests from MOU country sources received after 15 days or from non-MOU country sources. Nothing in this notice contradicts other restrictions, identified in the synopsis notice or solicitation, regarding eligible sources (e.g., if this is a small-business set-aside, foreign sources may not participate as potential prime contractors but could, if otherwise eligible, participate as subcontractors). The Data Package for this requirement is available on CD-ROM only. Aperture Cards are not available for this procurement. The minimum set-up requirements to view this data package are as follows: 386 DX/33; 4 Megabytes RAM; VGA Monitor; Mouse; 2X (Dual Speed) CD ROM Drive; Microsoft Windows, Version 3.1 or Later; MS DOS, Version 5.0 or Later. See Note (s) 1 26. CITE: (I-355 SN014397) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: General Service Administration, Business Service Center, (7FXIS-K5), 819 Taylor St., room 6A24, Fort Worth, TX. 761026195 SUBJECT: 53--MAGNETIC STRIPS SOL 7FXI-K5-96-5335-S DUE 022097 POC John Bell Contract Specialist, 817/9787391 DESC: Solictation scheduled to issue on or about 01/20/97. 1. 4 NSNS 11. see NOTE 1 (total set-aside for small business) 13. all resopnsible sources may submit an offer which will be considered. CITE: (I-354 SN014026) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 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--9EAL, PLAIN ENCASED (19207), US ARMY TANK AUTOMOTIVE COMMAND SOL SP0500-97-Q-J997 DUE 010397 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Edward F brogan/LCC03/X6182 buyer: Sue McFarland/LCC27/X9363 DESC: PR-NO: RPI96339001328 NSN 5330-00-740-9550, 30,000 -EA Del to New Cumberland PA 17070-5001 Del by 25 Jan 97. RFQ due date 97 Jan 01 deliveries to CONUS(excluding Alaska). Delivery schedule: 90 days required. Offers will be evaluated with a 10% preference for small disadvantaged business concerns. This purchase is for a national defense item and therefore restricted to U.S. sources. 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-355 SN014097) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--SEAL, PLAIN ENCASED PARKER-HANNIFIN CORP. (09523) SOL SP0500-96-Q-G039 DUE 020397 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Dale Harris/LCC01/X2430 buyer: S Davis/LDA20/X2430 DESC: PR-NO: YPI96283005547 NSN 5330-01-168-6868, 885 -EA Del to McClellan AFB CA 95652-1621 Del by 30 Jan 97. RFQ due date 97 Feb 10 specs: Parker-Hannifin P/N 1434-633046 primary quantity: 885 deliveries to CONUS(excluding Alaska) delivery schedule: 340 days NOTE 12 applies offers will be evaluated with a 10% preference for small disadvantaged business concerns this solicitation contains an option for increased quantity: percent: 50 specs/Dwgs are not required to obtain a copy of this solicitation please FAX request to (215) 697-6333, X1462, X2978. CITE: (I-355 SN014099) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--SPACER, SLEEVE 80020 NAVAL AIR ENGINEERING CENTER SOL SP0500-97-Q-9148 DUE 012197 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Robert J Goraj/VBA49/X2894 buyer: Rob Goraj/VBA49/X2894 DESC: PR-NO: YPI96283005941 NSN 5365-00-294-1262, outside dia. .734-.766 in in side dia. .507-.538 IN 26.0 Rockwell C min & 32.0 Rockwell C max. 12,530 -EA Del to Bremerton WA 98314 Del by 30 Dec 96. RFQ due date 97 Jan 21 specs: 80020 11-20328 spacer sleeve primary quantity 12530 other NOTES: at time of original solicitation, it was believed that the actual dollar valve wou; D be below $25.000. a shorter solicitation period is desired to avoid further delay. NOTE 1 applies. Sizestandard: 500 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-355 SN014100) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 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--PIN, LATCH BOEING HELICOPTERS (77272) SOL SP0500-97-Q-K198 DUE 012497 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: D. Neff/MAB06/215-697-5057 buyer: Richard knatz/MAB13/215-697-4298 DESC: PR-NO: YPI96352000727 NSN 5340-00-757-7201, 16 -EA Del to New Cumberland PA 17070-5001 Del by 07 Aug 97. RFQ due date: 97JAN24 specs: Boeing P/N 114S5909-58 primary qty: 100 each deliveries to CONUS (excluding Alaska) delivery schedule: 90 days ADO indefinite delivery type contract 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-355 SN014103) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 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--PACKING ASSEMBLY CONOVER C E AND CO (07060) SOL SP0500-97-Q-H822 DUE 011497 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Howard Tevelson/LCB20/X6426 buye R: Marsha goldberg/LCB24/X6183 DESC: PR-NO: YPI96326001143 NSN 5330-01-123-2048, 149 -AY Del to Cherry Point NC 28533-5001 Del by 18 Jan 97. 30 -AY Del to New Cumberland PA 17070-5001 Del by 18 Jan 97. 30 -AY Del to Jacksonville FL 32212-0097 Del by 18 Jan 97. RFQ due date 97 Jan 14 specs: packing assembly conover C E & Co primary quantity: 30 deliveries to CONUS(excluding Alaska) indefinite delivery type contract 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) 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-355 SN014118) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 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 73030 UNITED TECHNOLOGIES, HAMILTON STANDARD SOL SP0500-97-Q-H333 DUE 010397 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Rosemarie Rexer/LAC24/X3075 buyer: Rosemarie Rexer/LAC24/X3075 DESC: PR-NO: YPI96332000805 NSN 5330-01-206-1621, 785 -EA Del to Cherry Point NC 28533-5001 Del by 24 Jan 97. Specs: seal ring, metal incremental bidding: primary quantity: 785 1ST alt quantity: 885 deliveries to CONUS(excluding Alaska) delivery schedule: 30 days ADO this is a small set-aside, the size standard is 500 NOTE 9 applies to obtain a copy of this solicitation please FAX request to (215) 697-6333, X1462, X2978. CITE: (I-355 SN014119) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: US Army Armament and Chemical Acquisition and Logistics Activity (ACALA) Attn: AMSTA-AC-PCC (FQX), Rock Island, IL 61299-7630 SUBJECT: 53--NUT, PLAIN, ROUND SOL DAAE20-97T0094 DUE 021397 POC Contract Specialist: Myrna Foster (309) 782-7294, PCO: Dave L. Elliott (309) 782-3814 DESC: 5310-01-251-8678, Part Number 9377500. Requirements are 36 each Nut, Plain, Round. For use on the M1A2 Abrams Tank. FOB is Destination. ANSI/ISO/ASQC Q9002 or equilavent inspection criteria required. Proposed contract is a 100% small business set-aside. Estimated issue date of this solicitation is 011397. Failure to properly address requests for solicitation in accordance with this CBD notice will result in non-receipt of the solicitation package. Failure to properly address bids/offers in accordance with solicitation instructions may result in a late bid which cannot be considered. Written, fax or electronic requests for solicitation packages are accepted. No telephone requests will be honored. Requests for copies of this solicitation should include your commercial and government entity (CAGE)(if a CAGE code has been assigned to you) along with your name, address, datafax number, and solicitation number. The fax number for requests is (309) 782-4728. Electronic requests may be accepted through the Automated Acquisition Information System (AAIS). All ACALA solicitations are available for viewing/downloading, in addition to procurement history, via the AAIS. The AAIS can be accessed electronically, 24 hours a day, using a modem set to dial (309) 782-7648. Terminal emulation should be VT100, no parity, 8 data bits and 1 stop bit. Once connected, enter "aais" at the "LOGIN" prompt. At the "PASSWORD" prompt depress the "ENTER" key. If electronic means is not possible, procurement history will be provided telephonically at (309) 782-8094 on a limited basis. CITE: (I-355 SN014229) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 56--Construction and Building Materials OFFADD: Sequoia & Kings Canyon National Parks; Ash Mtn Supply Center; Three Rivers, CA 93271-9700 SUBJECT: 56--BASE COURSE GRAVEL ROCK SOL 1443RQ8550-97-002 DUE 011597 POC Technical - Joseph Gambsky, 808-967-7696; Contracting Officer, John P. Bauer, 209-565-3180 DESC: Approximately 1400 T of 1-1/2" base course gravel rock and 1100 T of 3/4" base course gravel rock meeting State of Hawaii specifications, delivered to the job site near Pauahi Crater in Hawaii Volcanoes National Park, HI. When calling be prepared to state name, address and solicitation number. All responsible sources may submit a bid, which, if timely received, will be considered. Written or faxed requests for this solicitaion will be accepted. Fax No: 209-565-3700. EMAILADD: patrick_bauer@nps.gov EMAILDESC: CITE: (D-354 SN014002) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 56--Construction and Building Materials OFFADD: Sequoia & Kings Canyon National Parks; Ash Mtn Supply Center; Three Rivers, CA 93271-9700 SUBJECT: 56--BITUMINOUS HOT MIX SOL 1443RQ8550-97-003 DUE 011597 POC Technical - Joseph Gambsky, 808-967-7696; Contracting Officer - John P. Bauer, 209-565-3180 DESC: Approximately 600 T of bituminous hot mix meeting State of Hawaii specification V, delivered to the job site near Pauahi Crater in Hawaii Volcanoes National Park, HI. When calling, be prepared to state name, address, and solicitation number. All responsible sources may submit a bid, which, if timely received, will be considered. Written or faxed requests for this solicitation will be accepted. Fax No: 209-565-3700 EMAILADD: patrick_bauer@nps.gov EMAILDESC: CITE: (D-354 SN014005) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: 89th Contracting Squadron/LGCS, 1419 Menoher Drive, Andrews AFB, MD 20762-6500 SUBJECT: 58--SIMULTANEOUS INTERPRETATION SYSTEM SOL FA4416-97RA016 DUE 013197 POC Contact Point, POC: L. Ray, Contract Specialist, TSgt Piedmonte, Contracting Officer. Phone (301) 981-2366/Facsimile (301) 981-1911; All responses to this synopsis must be in writing. Telefax responses welcome DESC: Request for Proposal (RFP) for commercial items prepared in accordance with format in FAR Subpart 12.6, as supplemented with additional information included in this notice. Prices preferred as FOB Destination to Andrews AFB, MD. Vendors quoting other than FOB Destination must include all freight and shipping charges with their quotation at the time of the offer. Responses to this RFP must be received by 31 Jan 97, 2:00 P.M., Eastern Standard Time. Delivery and Finance addresses will be provided upon award. Award is to be based upon price and other factors in accordance with FAR Clause 52.212-2 and as specified in descending order of importance: 1. Past Performance with regard to the offers ability to obtain, manufacture or provide and deliver the supplies in the time specified, 2. Technical capability and quality of the items offered and 3. Price. Past performance and technical capability and quality rate considerably higher than Price. Offers are required to document Past Performance suitably and provide opportunity for verification. Award will be in the aggregate on all "ALL or NONE" basis. Required Delivery: 90 Calendar Days. This solicitation is 100 percent Small Business Set Aside. SPECIFICATIONS: Contractor to furnish all parts, labor, material and equipment for a Simultaneous Interpretation System (SIS) capable of supporting up to six languages simultaneously. System will include redundancy of key equipment to provide back-up capability. The following provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2, Evaluation- Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; and FAR 52-212-4, Contract Terms and Conditions-Commercial Items, and 52.212-5, and 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items. All inquiries and concerns must be addressed in writing. Facsimile requests will be accepted. No collect calls will be accepted. Interested sources must provide product information/data at time of submission of offer in support of proposed product. No exceptions to required data submission on proposed product. Failure to provide such information with your offer, may render your offer non-responsive and could cause rejection of offer. It is the responsibility of the offeror to insure that the offer, with required data, is received at or prior to the noted date/time set forth in this announcement. CITE: (I-354 SN014024) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: NISE East, 4600 Marriott Drive, PO Box 190022, North Charleston, SC 29419-9022 SUBJECT: 58--SHIPBOARD BLACK ANALOG SWITCHES SOL N65236-97-R-5603 DUE 012397 POC Point of Contact - Jan Shirey, Code 1115JS, (803)743-8118, Contracting Officer, Jean C. Duncan DESC: Firm fixed price type contract for one (1) SA-2112(V)6/STQ shipboard black analog switching system (BAS) and two (2) SA-2112(V)3/STQ BAS systems. The Standard Industrial Classification (SIC) Code is 3679 with a business size standard of 500 employees. Submit requests for copies of solicitation in writing to the above address, Attn: Code 1115JS or fax request to (803)743-6160. This procurement will be issued on a sole source basis to Palomar Products, Carlsbad, CA. Note #22 applies. EMAILADD: shireyj@niseeast.nosc.mil EMAILDESC: CITE: (D-355 SN014195) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: US Army, CECOM Acquisition Center, Ft. Monmouth, New Jersey 07703-5008 SUBJECT: 58--BROAD AGENCY ANNOUNCEMENT (BAA) FIREFINDER AN/TPQ-37 BLOCK II PROGRAM SOL DAAB07-97-R-S609 DUE 011797 POC Point of Contact - Virginia Knight, Contract Specialist,AMSEL-AC-CC-C-CR 908-532-4347. Contracting Officer,Yvonne H. Bova, AMSEL-AC-CC-C-CR 908-532-4347. DESC: : This single topic Broad Agency Announcement is issued under the Provisions of paragraph 6.102(d)(2) of the Federal Acquisition Regulation (FAR) which provides for the competitive selection of basic research proposals. Proposals submitted in response to this BAA that are selected for award are considered to be the result of Full and Open Competition and are in full compliance with the Provisions of Public Law 98-369, "The Competition in Contracting Act of 1984". Questions concerning contractual and pricing proposal format matters may be directed to Virginia Knight, Contract Specialist at (908) 532-4347. Individuals with questions on technical matters may refer to Stan Dobies at (908) 427-5244. Solicitation No. DAAB07-97-R-S609 will be used for this effort. STATEMENT OF WORK: 1. Scope. The intent of the Broad Agency Announcement (BAA) is to gather information on Risk and Cost/Performance Trade - offs associated with achieving the technical parameters of the FIREFINDER BLOCK II program. The contractor will have 30 days to complete this study. It is the intent of the Government to award multiple Firm Fixed Price (FFP) contracts individually not to exceed $50,000. 2. Background. PM FIREFINDER has a requirement to upgrade the performance of the current AN/TPQ-37 radar system. An ORD for improvement to the current system was approved in September 96. The contractor shall use the latest version of the FIREFINDER Block II System Specification as the baseline for the technical requirements. The contractor shall evaluate schedule risk against a baseline program for design, test and delivery of three (3) prototypes within thirty-six (36) months after contract award. 3. Program Overview. This BAA is a risk analysis and trade-off study to determine the technical and programmatic challenges in meeting the objectives of the FIREFINDER BLOCK II program. The study will be used to assess the risk of meeting the design requirements within cost and schedule limitations. The study will be utilized in defining system performance priorities and program requirements to support the competitive Engineering and Manufacturing (EMD) contract. The key interest of this analysis is to determine the level of risks associated with designing a system which meets the Objective values called out in the draft Specification vs. meeting the minimum requirements- defined as the Threshold values. The contractor shall concentrate on requirements which have the greatest impact on cost and schedule and identify the design trade-offs which optimize the performance of the system while maintaining affordability. 4. Risk Analysis and Trade-Offs. The contractor shall provide an analysis, based on his own conceptual system, of the level of risk involved in meeting each of the technical and operational parameters of the current Draft Specification. The contractor shall provide a Level III Preliminary Work Breakdown Structure (WBS) for his design. Cost, technical, and schedule risks should be identified to the WBS to the maximum extent possible. The contractor shall identify long lead items and their estimated delivery schedule. Major hardware cost drivers shall be identified and their relation to the schedule discussed. The contractor shall address software issues to include level of difficulty, risk associated with software development, estimate range of lines of code, and estimate re-use of previous software (whether AN/TPQ-36(V)8, original AN/TPQ-37, or other). 5.Cost/Performance Trade-off. The contractor shall provide Cost Performance Trade-offs for his design by using cost vs. performance curves for each of the Key Performance Parameters and Best Value requirements to show the effect of moving from Threshold to Objective. 6.Schedule:17 January 1997-Receive proposals up to 17 January 1997;27 January 1997-Award BAA;30 January 1997-IPT General Kickoff Meeting;27 February 1997- Study Report Received. PROPOSAL EVALUATION:It is policy of CECOM to treat all proposals as privileged information before award, and to disclose the contents thereof only to Government personnel for purposes of evaluation. All evaluators are made aware that proposals in their possession should not be duplicated, used or disclosed in whole or in part for any purpose other than for evaluation without written permission of the offeror. If a contract is awarded pursuant to an offer resulting from this Broad Agency Announcement (BAA), the terms of the contract should control disclosure and use. Proposals submitted in response to this BAA will be evaluated as they are received. Proposals not considered to have sufficient scientific merit or relevance to the U.S. Army's needs may be rejected without further review. Evaluation Factors: Proposals submitted in response to the BAA will be evaluated with the following criteria: 1. The overall technical merit of the proposal and the degree to which they address the trade-off study's goals listed in the SOW; 2. The potential contributions of the proposed effort to the PM FF missions as they relate to enhanced U.S. Army capabilities; 3. The reasonableness and realism of the proposed costs for the proposed effort. PROPOSAL PREPARATION AND SUBMISSION INSTRUCTIONS: 1. General. BAA proposals should be submitted not later than close of business on 17 January, 1997; Your transmittal letter as well as the proposal must be clearly marked as a CECOM BAA response and include the specific area of interest listed herein. Copies of the report shall be submitted via electronic mail or on a 3 1/2" floppy disk. Proposals and deliverables shall be provided in Microsoft Word 6.0, and/or Microsoft PowerPoint 4.0, and/or Microsoft Excel 5.0. The proposal shall be submitted to the following address: Commander, U.S. Army CECOM, ATTN: AMSEL-AC-CC-C-CR (Yvonne Hicks Bova), Fort Monmouth, NJ 07703-5008. Copies of the deliverable shall be submitted to the following address: Product Manager, FIREFINDER, ATTN:SFAE-IEW-FF(Mr. Stan Dobies), Fort Monmouth, NJ 07703-5305. Electronic address: dobies@doim6.monmouth.army.mil. 2.Content of the Proposal: In presenting the proposal material, prospective offerors are advised that the quality of the information is significantly more important than the quantity. Therefore, the offerors are requested to confine their submissions to essential matters, providing sufficient information to define their offer and establish an adequate basis for the Government to conduct its evaluation. a. Technical. The Technical portion shall not exceed five (5) pages in length and should contain the information as outlined in the SOW. 3. Deliverables. a. PM FIREFINDER intends to host an Integrated Product Team (IPT) Kick-Off Meeting to all BAA recipients within one (1) week after contract award in order to discuss the purpose of the study and clarify any contractual or technical issues. b. Scientific and Technical Report. A written scientific and technical report shall be prepared and delivered not later than 30 days after contract award. The report shall cover in detail the findings of the risk analysis and cost/performance design trade-off study. Copies of the report shall be submitted via electronic mail or on a 3 1/2" floppy disk. Proposals and deliverables shall be provided in Microsoft Word 6.0, and/or Microsoft PowerPoint 4.0, and/or Microsoft Excel 5.0. 4. Government Furnished Information. The Government shall supply the Contractor with the following information upon award. AN/TPQ-36(V)8 Software Source Code; AN/TPQ-36(V)8 Software Requirements Specification (SRS); RCS Data; System Threat Assessment (STA). This BAA will also be located on the Electronic Bulletin Board, at CECOM, Ft. Monmouth, NJ. The U.S. Army Communications Electronics Command (CECOM) has established an Electronic Bulletin Board (EBB) to provide electronic transmittal of Request for Proposals (RFPs) and Invitations for Bids (IFBs) from Government to Industry. All interested parties wishing to do business with CECOM are invited to access, operate, send and receive data from the CECOM EBB system. To become a user of the EBB, you will need an identification code and password in addition to a computer terminal equipped with the necessary hardware and software to interface with the EBB system. A user's identification code and password will be issued upon request along with instructions for downloading the EBB User's Manual. All requests must include (1) company name, (2) point(s) of contact name(s) and title(s), (3) return address(es) and (4) telephone number(s). Please send your request in writing to ebb system operator, U.S. Army CECOM, AMSEL-AC-SB-AA, Attn: EBB, Ft. Monmouth, New Jersey 07703-5000. Fax #: (908)-532-6020; Commercial #: (908)-532-3820. Contractors may request aperture cards and notice of revision(s) via EBB, e-mail, or by written request to the Contracting Officer at the address set forth in paragraph 11 above. Bids shall be submitted in hard copy at the time and place specified in the solicitation. No bid responses shall be submitted to the Contracting Office. EMAILADD: knightv@doim6.monmouth.army.mil EMAILDESC: CITE: (D-355 SN014253) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Contracting Office, RI Air National Guard, 5 Minuteman Way, North Kingstown, RI 02852-7504 SUBJECT: 58--DATA CONTROLLER, ANALOG/DIGITAL COMMUNICATIONS INTERFACE DUE 122096 POC Gwen L. Jones (401) 886-1322, Contracting Officer SMSGT Kenneth O. Lewis, (401) 886-1318. DESC: The RI Air National Guard, 5 Minuteman Way, North Kingstown, RI, has a requirement for four Data Controllers, Compact and adaptive forward error correction. Operating modes: Half Duplex, Full Duplex (Interoperability), Simplex, Channel rate: up to 16 kbps, Channel Types: UHF, VHF, Telephone line, Message Protocol; CSMA, Compatible Devices; KY 0957/58, ANDVT Tacterm and Minterm, KY-99, AN/CSZ-12, AN.CSZ-4A, AN/CSZ-1A, STU III, KG-84A/C, MST-ICOM. Data Interfaces: RS-232 interface to PC or dumb terminal 9600 or 19.2 kbps, async. COMSEC Interface: MIL-STD-188-114 Compatible (2400-16 kbps synchronous). Voice Interface: H-189/H-250 Handset Power Source: 9 to 30 Vdc. CITE: (M-355 SN014317) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Naval Surface Warfare Center, Crane Division, Code 11665Z7, Bldg. 64, 300 Highway 361, Crane, IN 47522-5001 SUBJECT: 58--BINOCULAR NIGHT VISION COMPONENTS SOL N00164-97-Q-0057 DUE 010997 POC Contact point, Ms. Kathy Noel, Code 1165Z7, 812/854-3692, Contracting Officer, Mary Sheetz DESC: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested under this announcement, and a written solicitation will not be issued. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-42 and Defense Acquisition Circular 91-11. This procurement is for the following: 100 ea, 1x sacrificial, drawing #0209508-100; 2 ea, purge kit, drawing # JA216170; 50 ea, retainer, L.C. drawing #0241878-100; 70 ea, lens cover, drawing #0241877-100; 100 ea, L.I.F. adapter, drawing # 0241825-100; 201 ea, eyecup assy, drawing #0241821-100; 25 ea, knob switch, drawing #3202851; 10 ea, label ID, drawing #0241881-100; 5 ea, binocular assy, drawing #0241857-100; 11 ea, housing assy, drawing #0241855-100; 20 ea, eyepiece assy, drawing #0241843; 20 ea, RBR mount, drawing #0241960-100; 5 ea, spanner wrench, P/N 021959; 4 ea, purge adapter, drawing #0218875-003; 300 ea, battery cap/cable, drawing #0240890-100. These items will be procured on a Sole Source basis from Litton Systems Inc., Electro-Optical Systems Division, Tempe, AZ. In accordance with FAR 6.302-1 due to proprietary information from Litton Systems. Note 22 applies. This is anticipated to be a Firm Fixed Price contract. The shipping terms will be F.O.B. Destination, Naval Surface Warfare Center, Crane IN with the inspection/acceptance at Destination. Delivery will be required within 60 days from contract award. Partial Shipments are acceptable. Provisions 52.203-3 Gratuities, 52.212-1 Instructions to Offerors-Commercial 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (incorporating FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36 Affirmative Action for Handicapped Workers, 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, 52.225-3 Buy American Act-Supplies, 52.225-16 Buy American Act-Supplies under European Community Agreement certificate, 52.225-17 Buy American Act-Supplies under European Community Agreement, 52.225-18 European Community Sanctions for End Products, 52.225-19 European Community Sanctions for Services, 52.225-21 Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program). The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Offeror responding to this announcement must provide the information contained in 52.212-1, Instruction to Offerors-Commercial Items and must include a completed copy of provision 52.212-3, Offeror Representations and Certifications-Commercial Items. The offeror should also provide its Commercial and Government Entity (CAGE) code, Contractor Establishment code (DUNS Number) and Tax Identification Number. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. The offeror's written quote and the above required information must be received at this office on or before January 9, 1997 at 4:00 PM Eastern Std Time. The individual to contact for information regarding this requirement is Kathy Noel (812)854-3392 FAX (812)854-3465. CITE: (I-355 SN014346) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Naval Undersea Warfare Center, Division Keyport, 610 Dowell Street, Keyport, WA SUBJECT: 58--END OF RUN LOCATOR TRANSPONDER SOL N00253-97-R-0008 DUE 021097 POC Victor Angkico, 360/396-5671 DESC: The Naval Undersea Warfare Center (NUWC) Division Keyport intends to acquire approximately 20 each, End-of-Run Locator Sonar Transponders (EOR Transponders) utilizing the procedures of FAR, Part 12, Commercial Acquisitions. The EOR Transponders will be used to locate exercise torpedoes, and shall operate whether the torpedo is intact or flooded, floating, on the bottom, or buried in mud. The EOR Transponder will be installed in the hulls of the following torpedoes: MK46, MK50, MK48 ADCAP, and shall use adapter fittings to hold the EOR Transponder in each of the torpedoes and to prevent flooding through the transponder adapter port. The size of the transponder is significantly restricted by space limitations of the torpedoes. The EOR Transponder shall have a self-contained power supply so that it will function even if the torpedo fails or breaks up. The torpedoes will be launched from ships, submarines, or aircraft, and the EOR Transponder must function properly after being repeatedly subjected to the stresses associated with the transport in and launch from, such platforms. The EOR Transponder shall be compatible with NUWC's existing ORE Inc, Trackpoint II, interrogation and receiver system. The required life of the batteries shall be 60 to 90 days depending on activation; volume limitation is 58 cu. inch (or less depending of configuration); transmit frequency band shall be one frequency between 22-30 kHz; and receive frequencies shall be 16kHz and 17kHz. A production quantity of 20 units will be required approximatley 120 days after first article approval. One first article will be required approximately 120 days after contract award. The solicitation will be issued on or about 10 Jan 97 with a 30 day closing date. This acquisition will be a 100 percent small business set-aside. All responsible sources may submit an offer. No telephone requests for the solicitation package will be accepted. Requests can be faxed to (360) 396-2333. Numbered Note 1 applies. CITE: (I-355 SN014401) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment--Potential Sources Sought OFFADD: 37th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, TX 78236-5253 SUBJECT: 58--SOUND SYSTEM, GATEWAY CHAPEL ANNEX, BLD 6300, LACKLAND AFB, TX SOL F41636-97-R-0024 DUE 012197 POC Austin Foiles, (210) 671-1724, FAX (210) 671-5063 DESC: This is a combined synopsis/solicition for commercial items, prepared in acordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This announment constitutes the only solicition: proposals are being requested and a wrtten solicition will not be issued. This solicition is issued as a request for proposal (RFP). Submit quotes (no oral ones), on requisition F41636-97-R-0024. This procurement is restricted to small business only. This solicition document and incoporated provisions and clauses are those in effect through Federal Acquisition Circular 90-42. Standard Industrial Code 3692. Furnish, deliver, erect, install and connect completely all of the materials and appliances described in th Statement Of Work (SOW). Due to the lenghy SOW its not possible to include it in this submission. The SOW will be mailed upon written request (no oral request). Send FAX or letter, to Austin, with your company name, address, and phone number, Marked for requisition F41636-97-R-0024. A site visit is scheduled for 10:00AM, 13 JAN 97. At the Chapel Annex Bld 6300, Lackland AFB, TX. Contact the project manager Annalaura Farias at (210) 671-4096, on any questions concerning the site visit. Desired Delivery: 30 days after award. FOB: Destination for delivery is Gateway Chapel Catholic Annex, Bld 6300, Lackland AFB, TX. 78236-5000. The provisions at FAR 52.212-1, Instructions to Offerers--Commercial Terms, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items, applies to this solicition. Specifically the following clauses, cited are applicable to this solicition : FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for special disable and Vietnam ERA Veterans; FAR 52.222-36, Afirmative Action for Handicapped Workers. The clause at DFARS 252.212-7001, Contract Terms and Conditions required to implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicition. Specifically the following clauses, cited are applicable to this solicition: DFARS 252.225-7001, Buy American Act and Balance of Payment Program. Offerers must include with their offer a completed copy of the provosions at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, and DFARS 252-212-7000, Offerers and Representations and Certifications--Commercial Items, applies to this solicition. Award will be based on contractor's experience, lowest price, responsible offer. Quotes must be sent in writing to the POC indicated above. Quotes are required to be submiited not later than 4:00PM (CST), 21 JAN 97, and acceptance must be good for 60 days. Award will be made on or about 16 FEB 97. All responsible sources (SB), may submit an offer, which, if timely received will be considered by this agency.**** CITE: (W-355 SN014374) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 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--RELAY, ELECTROMAGNETIC DESC FORM 239 DTD 19 SEPT 95 APPLIES SOL SP0900-97-T-0627 DUE 123096 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96282000035 NSN 5945-00-690-2707, CAGE 19207 Part No 8762321 CAGE 21699 Part No 8762321 CAGE 27192 Part No 8762321 CAGE 30155 Part No 8762321 CAGE 52401 Part No tsh-1721 CAGE 78290 Part No 101HXX127 nonpile-up main contact arrangment: 1 pole, single throw, normally open momentary action. Main contact maximum voltage rating in volts: 28.0DC. main contact load current rating at maximum rated VOLTAGE*50.0AMPERES DC resistive load. operating voltage rating and type at specified temp: 29.0VOLTS DC 25DEG Celsius single winding. nominal operating current rating and type: 500.0MICROAMPERES DC single winding. 350 -EA Del to Memphis TN 38114-5210 Del by 09 Apr 97. Full and open competition: complete, unrestricted data package available PR quantity: 1136 EA delivery schedule: 120 days set aside type: total small business size standard: 500 all responsible sources may submit offer which DESC shall consider. CITE: (I-354 SN014050) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 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--CONTACT, ELECTRICAL SOL SP0920-97-Q-A104 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: YPE96292001263 NSN 5999-00-941-2114, contact, electrical SPD (30086) P/N ETN5314; SPD (30086) P/N ETN5967; NMP (58475) P/N 6-4035-101A no additional descriptive data available. Part numbered item. products offered clause applies. PR quantity: 74 each various increments solicited from 25 to 250 each. 50 EA Del to Mechanicsburg PA 17055-0789 24 EA Del to Stockton CA 95296-0130 delivery schedule: 74 IN 90 days and 50 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-354 SN014051) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 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--RELAY, ELECTROMAGNETIC SOL SP0900-97-T-3355 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: YPE96305000107 NSN 5945-00-405-8112, CAGE 96906 Part No MS27247-1 nonpile-up main contact arrangement: 2 pole, double throw, one position momentary. main contact maximum voltage rating in volts: 115.0AC and 28.0DC. main contact load current rating at maximum rated voltage: 10.0AMPERES DC resistive load, 4.0AMPERES AC and 4.0AMPERES1DC inductive load, 2.0AMPERES DC lamp load, 3.0AMPERES AC and 3.0AMPERES DC motor load. operating voltage rating and type at specified temp: 28.0VOLTS DC 25DEG Celsius single winding. 200 -EA Del to Mechanicsburg PA 17055-0789 Del by 01 Apr 97. 300 -EA Del to Lathrop CA 95330 Del by 01 Apr 97. Full and open cmpetition: military specification item various increments solicited: 500 to 1249 PR quantity: 500 EA delivery schedule: 100 days ASO 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-354 SN014052) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--SWITCH, TOGGLE SOL SP0930-97-Q-A127 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: YPE96318000363 NSN 5930-01-417-3767, CAGE 96906 Part No MS27708-4 485 -EA Del to Lathrop CA 95330 Del by 30 Jun 97. 135 -EA Del to Mechanicsburg PA 17055-0789 Del by 30 Jun 97. Full and open competition: miitary specificatin item various increments solicited: 1 to 1500 PR quantity: 620 EA delivery schedule: 150 days set aside type: total small business set aside size standard; 750 all responsible sources may submit offer which DESC shall consider. CITE: (I-354 SN014054) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 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--RELAY ASSEMBLE SOL SP0930-97-Q-A122 DUE 012197 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96323000569 NSN 5945-01-015-2964, CAGE 19207 Part No 11655544 CAGE 27361 Part No BP6641 individual relay quantity 1 220 -EA Del to (Call contracting office) Del by 09 Dec 96. Full and open competition: complete, unrestricted data package available. miitary specificatin item various increments solicited: 250 to 149 EA delivery schedule: 60 days set aside type: unrestricted all responsible sources may submit offer which DESC shall consider. CITE: (I-354 SN014055) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 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--RELAY, ELECTROMAGNET SOL SP0930-97-Q-A124 DUE 012197 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96331000368 NSN 5945-01-419-6135, CAGE 99167 Part No 5907668 1 -EA Del to Altus AFB OK 73523-5110 Del by 18 Jul 96. 7 -EA Del to Mechanicsburg PA 17055-0789 Del by 13 Apr 97. Other than full and open competition: part numbered item products offered clause applies various increments solicited: 1 to 49 PR quantity: 8 EA delivery schedule 120 days set aside type: unrestricted (no preferenced) size standard: 500 all responsible sources may submit offer which DESC shall consider. CITE: (I-354 SN014057) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--SWITCH, PRESSURE DESC FORM 239 DTD 27 AUG 92 APPLIES SOL SP0930-97-Q-A111 DUE 012797 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: YPE96341000290 NSN 5930-00-501-2086, CAGE 81349 Part No M9395/2-02 style designer 30D cylindrical, flange Mount nonpile-up contact arrangement 1 pole, double throw, one position momentary contact voltage rating in volts 28.0 DC at sea level single voltage 163 -EA Del to Lathrop CA 95330 Del by 29 Jul 97. 45 -EA Del to Mechanicsburg PA 17055-0789 Del by 29 Jul 97. Full and open competition: military specification item PR quantity: 353 EA delivery schedule: 353 EA IN 200 days with 100 EA every 30 days thereafter size standard: 500 all responsible sources may submit offer which DESC shall consider. CITE: (I-354 SN014058) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 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--RELAY ASSEMBLE SOL SP0930-97-Q-A122 DUE 012197 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96078001442 NSN 5945-01-015-2964, CAGE 19207 Part No 11655544 CAGE 27361 Part No BP6641 individual relay quantity 1 250 -EA Del to (Call contracting office) Del by 07 Mar 96. Full and oopen competition: complete, unrestricted data package available. miitary spcification item various increments solicited: 250 to 1249 EA delivery schedule: 60 days set aside type: unrestricted all responsible sources may submit offer which DESC shall consider. CITE: (I-355 SN014059) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--SWITCH, PRESSURE DESC FORM 239 DTD 27 AUG 92 APPLIES SOL SP0930-97-Q-A111 DUE 012797 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: YPE96120000607 NSN 5930-00-501-2086, CAGE 81349 Part No M9395/2-02 style designer 30D cylindrical, flange Mount nonpile-up contact arrangement 1 pole, double throw, one position momentary contact voltage rating in volts 28.0 DC at sea level single voltage 22 -EA Del to Mechanicsburg PA 17055-0789 Del by 17 Mar 97. 49 -EA Del to Lathrop CA 95330 Del by 17 Mar 97. 7 -EA Del to McClellan AFB CA 95652-1621 Del by 17 Mar 97. 67 -EA Del to Hill AFB UT 84056-5734 Del by 17 Mar 97. Full and open competition: military specification item PR quantity: 353 EA delivery schedule: 353 EA IN 200 days with 100 EA every 30 days thereafter set aside tpe: unrestricted with preferential consideration for SDB size standard 500 all responsible sources may submit offer which DESC shall consider. CITE: (I-355 SN014060) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 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--SOLENOID, ELECTRICAL SOL SP0930-97-Q-0141 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: YPE96162000484 NSN 5945-01-400-0416, CAGE 53711 Part No 6747291 CAGE 55725 Part No 6747291 44 -EA Del to Mechanicsburg PA 17055-0789 Del by 15 Aug 97. Other than full and open competition: part number item products offered clause applies PR quanity: 61 EA delivery schedule: 200 days set aside type: unrestricted with preferential consideration for SDB size standard: 500 all responsible sources may submit offer which DESC shall consider. CITE: (I-355 SN014061) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 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--SOLENOID, ELECTRICAL SOL SP0930-97-Q-0141 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: YPE96178000587 NSN 5945-01-400-0416, CAGE 53711 Part No 6747291 CAGE 55725 Part No 6747291 17 -EA Del to Mechanicsburg PA 17055-0789 Del by 05 Sep 97. Other than full and open copetition: part number item products offered clause applies PR quantity: 61 EA delivery schedule: 200 days ADO set aside type: unrestricted with preferential consideration for SDB size standard: 500 all responsible sources may submit offer which DESC shall consider. CITE: (I-355 SN014062) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 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--RELAY, ELECTROMAGNETIC DESC FORM 239 DTD 19 SEPT 95 APPLIES SOL SP0900-97-T-0627 DUE 123096 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96218000246 NSN 5945-00-690-2707, CAGE 19207 Part No 8762321 CAGE 21699 Part No 8762321 CAGE 27192 Part No 8762321 CAGE 30155 Part No 8762321 CAGE 52401 Part No tsh-1721 CAGE 78290 Part No 101HXX127 nonpile-up main contact arrangment: 1 pole, single throw, normally open momentary action. Main contact maximum voltage rating in volts: 28.0DC. main contact load current rating at maximum rated VOLTAGE*50.0AMPERES DC resistive load. operating voltage rating and type at specified temp: 29.0VOLTS DC 25DEG Celsius single winding. nominal operating current rating and type: 500.0MICROAMPERES DC single winding. 645 -EA Del to Memphis TN 38114-5210 Del by 08 Oct 96. Full and oopen competition: complete, unrestricted data package available PR quantity: 1136 EA delivery schedule: 120 days set aside type: total small business size standard; 500 all responsible sources may submit offer which DESC shall consider. CITE: (I-355 SN014063) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 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--RELAY ASSEMBLE SOL SP0930-97-Q-A122 DUE 012197 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96227000547 NSN 5945-01-015-2964, CAGE 19207 Part No 11655544 CAGE 27361 Part No BP6641 individual relay quantity 1 65 -EA Del to (Call contracting office) Del by 06 Sep 96. Full and open competition: complete, unrestricted data package available. Military specification item various increments solicited: 250 to 1249 EA delivery schedule: 60 days set aside type: unrestricted all responsible sources may submit offer which DESC shall consider. CITE: (I-355 SN014064) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--SWITCH, FLOW SOL SP0930-97-Q-A121 DUE 012497 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: YPE96242000477 NSN 5930-01-173-2726, CAGE 04034 Part No fs-62113 CAGE 04034 Part No 62113 @NONPILE-UP contact arrangement 1 pole, double T hrow, one position momentary @CONTACT voltage rating in volts 240.0 AC at sea level first voltage 240.0 DC at sea level second voltage @CONTACT load current rating 40.0 milliamperes R esistive load first voltage 40.0 milliamperes resistive load second voltage 7 -EA Del to Lathrop CA 95330 Del by 31 Mar 97. Other than full and open competition: part numbered item various incrments solicited: 5 to 30 PR quantity: 7 EA delivry schedule: 90 days set aside type: unrestricted (sole source/single source) (no prference) all responsible sources may submit offer which DESC shall consider. CITE: (I-355 SN014065) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 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--RELAY, ELECTROMAGNETIC AND AT MAXIMUM RATED VOLTAGE 5.0 AMPERES DC SOL SP0900-96-T-V653 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: YPE96249000071 NSN 5945-00-686-8142, CAGE 58614 Part No 6HEZ92235 CAGE 83298 Part No 1111501 @PILE-UP main contact form arrangement 3A and 3B @MAIN contact maximum voltage rating in volts 12 0.0 AC and 28.0 DC @MAIN contact load current rating at maximum rat Ed voltage 5.0 amperes AC and 5.0 amperes DC resistive load @OPERATING voltage rating and type at specified temp 2.0 volts DC 25 deg Celsius all windings 25 - EA Del to Lathrop CA 95330 Del by 12 Nov 96. 11 -EA Del to Mechanicsburg PA 17055-0789 Del by 12 Nov 96. Other than full and open competition: part numbered item products offered clause applies various increments solicited: 36 to 74 PR quantity; 36 EA delivery schedule: 179 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-355 SN014066) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 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--RELAY, ELECTROMAGNETIC DESC FORM 239 DTD 19 SEPT 95 APPLIES SOL SP0900-97-T-5731 DUE 123096 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96332000103 NSN 5945-00-690-2707, CAGE 19207 Part No 8762321 CAGE 21699 Part No 8762321 CAGE 27192 Part No 8762321 CAGE 30155 Part No 8762321 CAGE 52401 Part No tsh-1721 CAGE 78290 Part No 101HXX127 nonpile-up main contact arrangment: 1 pole, single throw, normally open momentary action. Main contact maximum voltage rating in volts: 28.0DC. main contact load current rating at maximum rated VOLTAGE*50.0AMPERES DC resistive load. operating voltage rating and type at specified temp: 29.0VOLTS DC 25DEG Celsius single winding. nominal operating current rating and type: 500.0MICROAMPERES DC single winding. 20 -EA Del to (Call contracting office) Del by 20 Dec 96. 100 -EA Del to (Call contracting office) Del by 20 Dec 96. 13 -EA Del to (Call contracting office) Del by 30 Nov 98. 8 -EA Del to (Call contracting office) Del by 05 Dec 96. Full and open competition: complete, unrestricted data package available PR quantity: 1136 EA set aside type: total small business size standard: 500 all responsible sources may submit offer which DESC shall consider. CITE: (I-355 SN014067) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: U. S. Department of Commerce, NOAA, Central Administratrive Support Center, 601 East 12th St., CC31:CAH, Rm. 1756, Kansas City, Missouri 64106 SUBJECT: 59--RBDT SWITCH SOL 98552CH POC Charles A. Hughes 816-823-1342 DESC: The U.S. Dept. of Commerce, NOAA, intends to purchase the following item as a commercial acquisition under the guidelines of FAR Part 13. The Government requires 17 each RBDT Switches, NSN: 5961-01-362-0585, Westinghouse p/n 3D55852G01, Cage 97942. The item is being purchased in support of the U.S. Dept. of Commerce/NOAA, National Logistics Support Center, Kansas City, Missouri. The Government does not have drawings or specifications for these items. Any small business source, able to provide the item specified referenced herein is encouraged to respond to this announcement within 15 days after it's publication. Interested firms should submit in writing, it's name, address, point of contact, telephone number, business size and a brief statement regarding its capability to provide the specified equipment, and the name, telephone number, and point of contact for businesses or other Government agencies to which it has previously provided the equipment. This information should be submitted to the addresses stated herein or may be faxed to telephone number 816-823-3447. A Request For Quotation will be issued on or about 15 days from date of this announcement and close 10 days from date of issuance. This is not a request for proposals and there is no solicitation available at this time. The Government reserves the right to solicit bids based on receipt of affirmative responses to this notice. The Standard Industrial Classification Code is 3679 (Electronic Components, N.E.C.). The small business size standard is 500 employees. This is a small business set-aside. CITE: (I-355 SN014259) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Commander, Naval Sea Systems Command, SEA 02612L, 2531 Jefferson n Davis Hwy, Arlington, VA 22242-5160 SUBJECT: 59--MK 39 EXPENDABLE MOBILE ASW TRAINING TARGETS SOL N00024-97-R-6102 DUE 022897 POC Joseph Lusardi, Contract Specialist, (703) 602-7707 DESC: The Naval Sea Systems Command plans to conduct a limited competition for the production of MK 39 Mod 1 Expendable Mobile ASW Training Targets (EMATT). This will be a full rate production contract with three one year options. Competition will be limited, under the authority of 10 U.S.C. 2304 (c) (1), to the two qualified producers of the MK 39 EMATT : Sippican, Inc., and Sechan Electronics, Inc.. See Numbered Note(s): 1 and 22. CITE: (I-355 SN014269) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Oc-Alc/Dir Of Contracting/Aircraft, 3001 Staff Dr Ste 2ag87a, Tinker Air Force Base Ok 73145-3020 SUBJECT: 59--ANTENNA_BAND 7 SOL F34601-97-R-00641 DUE 021097 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Rick Martin/Ladda/[405]739-2582 DESC: Item 0001 NSN 5985-01-399-1736EK P/N: 302502-500, Covered antenna, band seven. End Item ident B-1B 1122 antenna mod. No other Data avail in D043. 4EA. Applicable to: B-1b_aircraft. Destn: Tinker Air Force Base Ok 73145-3020. Delivery: 29 Aug 97 4 ea The approximate issue/response date will be 10 Jan 97. The anticipated award date will be 10 Mar 97. Written procedure will be used for this solicitation. To: Ball Corp, Bloomfield, CO 80020. 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. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) 26. CITE: (I-355 SN014392) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc Clellan Air Force Base Ca 95652-1060 SUBJECT: 59--OSCILLATOR CRYSTAL SOL F04606-97-Q-25280 DUE 020797 POC For copy, contact the info office indicated., For additional information contact Gogue.3hk/Pklrb/[916]643-0575 DESC: Item 0001 NSN 5955-01-263-7559FD P/N: 4723-02, 4ea. Applicable to: An/Mpq-T3. Destn: Mc Clellan Air Force Base Ca 95652-1060. Delivery: 30 May 97 4 ea Item 0002 NSN 5955-01-264-2287FD Oscillator Crystal P/N: 4723-04, 2ea. Applicable to: An/Mlq-T4. Destn: Mc Clellan Air Force Base Ca 95652-1060. Delivery: 30 Jun 97 2 ea Item 0003 NSN 5955-01-264-2283FD Oscillator, Crystal P/N: 4723-10, Note 1:Data not avail in govt inventory to determine correct dwg no/rev. Reques t contractor specify at time of quote control dwg no/rev. 2ea. Applicable to: An/Mlqt-4. Destn: Mc Clellan Air Force Base Ca 95652-1060. Delivery: 30 Jun 97 2 ea Item 0004 NSN 5955-01-264-2289FD Oscillator, Crystal P/N: 4723-06, 2ea. Applicable to: An/Mlq-T4. Destn: Mc Clellan Air Force Base Ca 95652-1060. Delivery: 30 Jun 97 2 ea FAX Requests to (916)643-2873. The approximate issue/response date will be 10 Jan 97. The anticipated award date will be 28 Feb 97. Written procedure will be used for this solicitation. To: Zeta/A Div Of Sierra Networks Inc, San Jose Ca 95134 0000. 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 source under the authority of FAR 6.202. This notice of intent is not a request for competitive proposals. however, all proposal received within twenty (20 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 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. See Note (s) 26. CITE: (I-355 SN014395) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Naval Surface Warfare Center, Crane, IN 47522-5001 SUBJECT: 59--MINE CONTACT, COAXIAL SOL N00164-97-Q-0050 DUE 010797 POC Contact Ms. Kathy Noel, Code 1165Z7, 812-854-3692, Conctracting Officer, Mary Sheetz DESC: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation numbered N00164-97-Q-0050 is issued as a Request for Quotation. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 33 and Defense Acquisition Circular 91-9. This action is considered a 100% Small Business Set-Aside in accordance with FAR 19.502-2(a). The Standard Industrial Code is 3678. The Small Business size standard is 500 employees. This requirement is for 7800 ea of a mini contact, coaxial, electrical, 24 ohms. These contacts will be used in the Interface Device Test which will allow test interfaces between Units Under Test and consolidated Automated Support System Tester. The coaxial contacts will be procured on a Sole source basis from Virginia Panel Corp, Waynesboro, VA. In accordance with FAR 6.302-1, since Virginia Panel Corp is the source that can provide units that will not violate the terms of warranty for the CASS Tester. This is anticipated to be a Firm Fixed Price contract. The shipping terms will be F.O.B. Destination, Naval Surface Warfare Center, Crane, IN with the inspection/acceptance at Destination. Delivery will be required within 60 days from contract award. Partial Shipments are acceptable. Provisions 52.203-3 Gratuities, 52.212-1 Instructions to Offerors-Commercial 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive orders-Commercial Items (incorporating FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36 Affirmative Action for Handicapped Workers, 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, 52.225-3 Buy American Act-Supplies, 52.225-16 Buy American Act-Supplies under European Community Agreement certificate, 52.225-17 Buy American Act-Supplies under European Community Agreement 52.225-18 European Community Sanctions for End Products, 52.225-19 European Community Sanctions for Services, 52.225-21 Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program). The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Offeror responding to this announcement must provide the information contained in 52.212-1. Instruction to Offerors-Commercial Items and must include a completed copy of provision 52.212-3, Offeror Representations and Certifications-Commercial Items. The offeror should also provide its Commercial and Government Entity (CAGE) code, Contractor Establishment code (DUNS Number) and Tax Identification Number. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. The offeror's written quote and the above required information must be received at this office on or before January 7, 1997 at 4:00 PM Eastern Std Time. The individual to contact for information regarding this requirement is Kathy Noel (812) 854-3392, FAX (812) 854-3465. See Note(s): 22. CITE: (I-355 SN014345) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components--Potential Sources Sought OFFADD: U S BUREAU OF RECLAMATION, CODE 7810, P O BOX 620, GRAND COULEE, WA 99133 SUBJECT: 59--TRANSFORMER, SINGLE PHASE, TO REPLACE EXISTING RISHO KOGYO TRANSFORMERS PRESENTLY USED IN THE HITACHI EXCITATION SYSTEMS IN PUMP GENERATOR UNITS. SOL 97-1G42000-05290 1425-97-SQ-17-05290 DUE 021297 POC CONTRACTING OFFICER, NORA JENN, 509-633-9509 VOICE, 509-633-9175 FAX DESC: Transformer, single phase to be delivered to US Bureau of Reclamation, Whse B - Door 6, Industrial Area, Grand Coulee WA 99133. Bid package complete with specifications and drawing are available by faxing your request to the Contracting Officer at CITE: (I-355 SN014275) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--CABLE ASSEMBLY, SPECIAL PURPOSE, ELECTRICAL SOL SP0451-97-Q-H614 DUE 012997 POC Contact: for copies of RFQ under sap (available at least 15 days from announcement) phone or write Attn: dscr-jbp C Richmond VA 23297-5358BUYER Kathy Wilgus/BG390/contr act specialist/8042795857 or FAX 8042796095. Mr. J. R. West/contracting officer/8042795857. DESC: PR-NO: YPG96351000750 NSN 6150-01-018-9197, source control item. ardc 19200 11743106 Rev L DTD 91 Jan 18. see clause L59D, 52.217- 9G23, restriction of alternate offers for source control led items. sources: celtron Inc, CAGE 62765, P/N (19200) 11743106, LA barge electronics, CAGE 16275, P/N 7-1151, Amphenol space and missile sys Div, CAGE 06473, P/N (19200) 11743106, airbourne controls Inc, CAGE 18865, P/N abc-51137, mid-con cables Inc, CAGE 51880, P/N M6-1105. Full and open competition exists. 220 -EA Anniston all 36201-5021; delivery 90 days ARO. 40 -EA to Tracy CA 95376-5000; delivery 90 days ARO. The final contract award decision may be based upon a combination of evaluation factors (including schedule compliance, past performance and price) as described in the RFQ. Clauses F15, 52.211-9G47 and M4A, 52.211-9G65 apply. All responsible sources may submit offer which DGSC shall consider. CITE: (I-355 SN014077) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 61--POWER SUPPLY SUBASS SOL N0010497QTN02 DUE 020797 POC Contact Point, Patricia M Mertle, 0244.12, (717)790-1762, Fax, (717)790-2764, Twx, Not-avail DESC: NSN 7H-6110-01-025-5995, SPEC NR TDP VER 001, Ref Nr 1024D0593, Qty 3 EA, FMS Requirement - Destination will be Furnished Upon Request--NO DRAWINS AVAILBLE., See Note 9 CITE: (I-355 SN014186) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc Clellan Air Force Base Ca 95652-1060 SUBJECT: 61--ROTOR GENERATOR SOL F04606-97-Q-50058 DUE 021097 POC For copy, contact the info office indicated., For additional information contact Kleitsch.5ae/Pkljc/[916]643-0517 DESC: Item 0001 NSN 6115-01-014-5457 P/N: 798C528G01, P/N 798C528G01 REV BA P/N: 798C528G1, Rotor assy consisting of 1-rotor, Wound 1-shaft,1-armature,1-rectifier assy. Rotor is part of generatornsn 6115009468441uh p/n 2cm353c1h T.o.number 8a6-9-5 -4 10EA. Applicable to: C-130. Destn: Mc Clellan Air Force Base Ca 95652-1060. Delivery: 31 OCT 97 10 ea NO DATA AVAILABLE The approximate issue/response date will be 10 Jan 97. The anticipated award date will be 28 Feb 97. Written procedure will be used for this solicitation. To: General Electric Company, Burlington Vt 05401-4985. To: General Electric Co, Erie Pa 16511-1215. To: Leland Electrosystems Inc, Vandalia Oh 45377-3062. To: General Electric Co/Direct Current, Erie Pa 16501. To:, . 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 source under the authority of FAR 6.202. This notice of intent is not a request for competitive proposals. however, all proposal received within twenty (20 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. 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) ADD CBD NOTE 26. CITE: (I-355 SN014396) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment--Potential Sources Sought OFFADD: US Army Armament and Chemical Acquisition and Logistics Activity (ACALA), ATTN: AMSTA-AC-PCC (FQW), Rock Island, IL 61299-7630 SUBJECT: 61--CABLE ASSEMBLY, PRIN SOL DAAE20-97T0053 DUE 021397 POC Contract Specialist: William Moscoso (309) 782-7254, PCO: Dave L. Elliott (309) 782-3814 DESC: 6150-01-167-8315, Part Number 12272399. Requirements are 124 ea Cable Assembly, Prin. 5995-01-295-1829, Part Number 9379363. Requirements are 36 ea Cable Assembly, Prin. For use on the IFV XM2/CFV XM3. FOB is Destination. All or part of this action is an unfunded FY97 requirement. Estimated issue date of this solicitation is 011397. Failure to properly address requests for solicitations in accordance with this CBD notice will result in non-receipt of the solicitation package. Failure to properly address bids/offers in accordance with solicitation instructions may result in a late bid which cannot be considered. Written, fax or electronic requests for solicitation packages are accepted. No telephone requests will be honored. Requests for copies of this solicitation should include your commercial and government entity (CAGE)(if a CAGE code has been assigned to you) along with your name, address, datafax number, and solicitation number. The fax number for requests is (309) 782-4728. Electronic requests may be accepted through the Automated Acquisition Information System (AAIS). All ACALA solicitations are available for viewing/downloading, in addition to procurement history, via the AAIS. The AAIS can be accessed electronically, 24 hours a day, using a modem set to dial (309) 782-7648. Terminal emulation should be VT100, no parity, 8 data bits and 1 stop bit. Once connected, enter "aais" at the "LOGIN" prompt. At the "PASSWORD" prompt depress the "ENTER" key. If electronic means is not possible, procurement history will be provided telephonically at (309) 782-8094 on a limited Basis. CITE: (I-355 SN014230) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies OFFADD: FISC Norfolk Detachment Philadelphia, 700 Robbins Ave., Bldg. 2B., Philadelphia, PA 19111-5084 SUBJECT: 65--REAGENTS SOL N00140-97-R-N230 DUE 011597 POC Joe Tierney, Contract Negotiator, (215)697-9693. DESC: This is a combined synopsis/solicitation for commercial items prepared IAW the format prescribed in sub-part 12.6 of the FAR, as supplemented with additional information included in this notice. This announcement constitutes the solicitation for the required services. Proposals are hereby requested under N00140-97-R-N230, a subsequent solicitation will not be issued. FISC Det Phila intends to acquire on a sole source basis IAW FAR 6.302-1 reagent system supplies/services for the Naval Hospital Great Lakes, IL. From INCSTAR OMNI SYSTEMS. This contract is for supplies which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. This notice of intent in not a request for competitive proposals. A determination by the Government not to open the requirement to competition based upon responses to this notice is solely within the discretion of the Government. Information received as a result of this notice of intent will normally be considered solely for the purposes of a determination of whether to conduct a competitive procurement. All responsible sources may submit a proposal which shall be considered by this contracting center. Award of a firm fixed price contract is the expected result of this acquisition effort. The SIC for this requirement is 7359. 1. The requirements for this acqusition are as follows: 0001, 4520 Varicella Zoster, IgG ELISA, 325 kits each kit containing 96 well/Kits. 0002, 4600 Rubella, IgG ELISA 325 kits each kit containing 96 well/kits. 0003, 4540 Rubella IgG ELISA, 325 kits each kit containg 96 well/kits. 0004, 5510 Mumps, IgG ELISA, 325 kits each kit containing 96 well/kits. 0005, Technical training of 2 Navy Technicians at the contractors Training Center (Basic Course) 2. The contractor will deliver under line item #'s 0001 through 0004, 44 kits each to the Great Lakes, Naval Hospital the first week of every month to the following address: Naval Hospital Great Lakes---Material Management Dept---Bldg 81-H---Great Lakes, IL. 60088 3. Under line item #0005, the contractor will provide their basic training course for 2 Navy Technicians at the contractors training center. The training will take place within 60 days of contract award. 4. The following FAR provisions and clauses apply to this solicitation are incorporated by reference: FAR 52.212-1 entitled "Instructions to Offerors-Commercial Items": FAR 52.212-2 entitled "Evaluation-Commercial Items". The following factors shall be used to evaluate offers price is the only evaluation factor that will be used in this acquisition, FAR 52.212-3 entitled "Offeror Representations" and Certifications-Commercial Items", FAR 52.212-4 entitled "Contract Terms and Conditions-Commercial Items" addenda to FAR 52.212-4:, FAR 52.212-5 entitled "Contract Terms and Conditions Required to Implement Statutes or Executive Orders: (1),(2). 5. The following Defense FAR Supplement (DFAR) provisions and clauses apply to this solicitation and are incorporated by reference:DFAR 22.212-7000 entitled Offeror Representations and Certifications-Commercial Items, and DFAR 252.212-7001 entitled Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. 6. As a minimum, vendors should provide this office: a price proposal on letterhead or a SF1449 for the requested items w/unit price, extended price, prompt payment terms, remittance address, and copies of FAR 52.212-3 and DFAR 252.212-7000. Responses to this solicitation are due by 1:00 p.m. local Phila. Time on 15 Jan 97. All offers shall be sent to FISC Det. Phila. 700 Robbins Ave, Bldg 2B, Phila. PA. 19115 attn code 0343C. Reference RFP # N00140-97-R-N230. J. Tierney (215)697-9693. SYN 064. Officer CITE: (I-355 SN014234) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies OFFADD: NIH, National Heart, Lung, and Blood Institute, DEA, COB, Procurement Section, 6701 Rockledge Dr., RKL2 Rm 6150, Bethesda, MD 20892-7902. SUBJECT: 65--HIGH VOLTAGE BIPOLAR PULSE GENERATOR SOL NHLBI-PS-PS-97-367 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 one (1) each High Voltage Bipolar Pulse Generator with the following mandatory specifications: (1) able to operate normally in a static magnetic field up to 50 Gauss; (2) able to generate bipolar (positive-negative or negative-positive) electrical pules into a 60ohm to 100ohm resistive or slightly capacitive load, with peak voltages exceeding +- 4000 volts, and an overall pulse duration of 1 microsecond; (3) able to generate the above described pulses at a repetition rate of up to 1000Hz, with external trigger capability; (4) the duration and voltage level is adjustable; (5) provide monitoring ports for pulse shape and level monitoring; and (6) two each (2) 5KV, Power Supply. The National Institute Of Health, must be allowed to test the central components of the designs in the magnetic environment area, and make necessary modifications. The Company must be willing to spend the initial research effort to design and construct a pulser in accordance with the government specific requirements. The standard Industrial classification (SIC) Code 3825, Size Standard 500 employees will be used for this requirement. Interested 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 (RFQ) number #NHLBI-PS-SP-97-367. 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-355 SN014340) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 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--MULTIMETER SOL SP0920-97-Q-A106 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: YPE96313001135 NSN 6625-01-369-5901, multimeter jenson tools (52346) P/N 317B997 Fluke (89536) P/N 97 part numbered item. Products offered clause applies. PR quantity: 20 each various increments solicited from 1 to 125 each. 20 EA Del to Stockton, CA 95296-0130 delivery schedule: 20 IN 90 days and 20 every 30 days thereafter. Set-aside type: F (unrestricted with preferential consideration for SDB) size standard: 500 all responsible sources may submit offer which DESC shall consider. CITE: (I-354 SN014053) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 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--PROBE-LEAD ASSEMBLY SOL SP0920-97-Q-A108 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: YPE96338000746 NSN 6625-01-327-5323, probe - lead assembly scientific Atlanta Inc (20227) P/N 29314700 part numbered item. products offered clause applies. PR quantity: 97 each various increments solicited from 10 to 250 each. 78 EA Del to Mechanicsburg PA 17055-0789 19 EA Del to Stockton CA 95296-0130 delivery schedule: 97 IN 90 days and 60 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-355 SN014068) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 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--ACCELEROMETER, ELECT SOL SP0440-97-Q-T568 DUE 012497 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3649. For copies of RFQ solicitations, contact: Yolanda moor E/AX505/804-279-3649. contracting officer: Kreylon V. Crewe/804-279-4105. DESC: PR-NO: FPG96339000659 NSN 6680-01-187-8184: part number: General Electric Co., P/N 7111M79P01. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. 17 -EA Del to Mechanicsburg PA 17055-0789 Del by 90 DARO. 16 -EA Del to Tracy CA 95376-5000 Del by 90 DARO. Unrestricted other than full and open comp (10 U.S.C 2304(C)(1)) (FAR 6.302-1) intended source(S): General Electric Co. Competitive 8(A) (attach prepared notice. Ref: FAR 5.205(F)) solicitations between $25,000$100, 000 anticipated award date is: 02/10/97 all responsible sources may submit offer which DGSC shall consider. CITE: (I-355 SN014070) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 66--GAGE, PRESSURE, DIAL SOL SP0440-97-Q-T573 DUE 012497 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3649. For copies of RFQ solicitations, contact: Yolanda moor E/AX505/804-279-3649. contracting officer: Kreylon V. Crewe/804-279-4105. DESC: PR-NO: YPG96305000942 NSN 6685-01-298-6855, specifications: I/A/W spec NR MIL spec MIL-G-18997E, basic DTD 91 Nov 19. First article test report IAW 52.209-3 alt 1 & 52.209- 9G03. Qualifying activity: naval surface warfare CEN carderock Division, code 9532 Bldg 77L, Philadelphia, PA. 19112-5083. Drawing number: MIL-G-18997E. Drawings, interim procurement descriptions and deviation lists may be examined or obtained from Defense General Supply Center. @ITEM namegage, pressure, dial indicatin @OVERALL DEPTH2.500 inches nominal @OVERALL DIAMETER5.750 inches nominal @GRADUATION UNIT25.0 pounds per square inch @ACTUATION typebourdon tube @SCALE RANGE0.0 to 300.0 pounds pressure per squ are inch @SCALE namepressure @SCALE typesingle @SCALE smallest INCREMENT5.0 pounds per square I nch 340 -EA Del to Norfolk VA 23511-3392 Del by 120 DARO. 300 -EA Del to Tracy CA 95376-5000 Del by 120 DARO. Competitive 8(A). (attach prepared notice. Ref: FAR 5.205(F)) solicitations between $25,000 - $100,000 solicitations will be made: in writing or orally anticipated award date is: 02/16/97 all responsible sources may submit offer which DGSC shall consider. CITE: (I-355 SN014073) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 66--GAGE PRESSURE DIAL SOL SP0440-97-Q-T563 DUE 012497 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3649. For copies of RFQ solicitations, contact: Yolanda moor E/AX505/804-279-3649. contracting officer: Kreylon V. Crewe/804-279-4105. DESC: PR-NO: YPG96340000708 NSN 6685-01-144-6818, part number: Carter J C Inc., P/N 61073. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. 15 -EA Del to Tracy CA 95376-5000 Del by 90 DARO. Unrestricted other than full and open comp (10 U.S.C. 2304(C)(1)) (FAR 6.302-1) intended source(S): Carter J C Inc. Competitive 8(A) (attach prepared notice. Ref: FAR 5.205(F)) solicitations betwen $25,000 - $50,000 anticipated award date is: 02/10/97 all responsible sources may submit offer which DGSC shall consider. CITE: (I-355 SN014090) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 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--LAMP DIMMER ASSEMBL SOL N0038397QD115 DUE 012997 POC Contact Point, Gladys J Nicholas, 0221.05, (215)697-2576, 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-6605-01-271-4423-SF, Ref Nr 2797502-16, Qty 18 EA, Delivery FOB Origin-----. No drawings available. No option included., See Note 22 CITE: (I-355 SN014178) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Fleet & Industrial Supply Center, Norfolk Naval Shipyard Annex, Purchase Division, Building 1500, Portsmouth, VA 23709-5000 SUBJECT: 66--DIGITAL INDICATORS SOL N00181-97-Q-0016 POC Terry Merkel, Code 531.5C, (757) 396-8349; Nancy Hassell-Sitar, Code 532, (757) 396-8349 DESC: Various sizes and quantities of IMO Industries Inc. digital indicators, transmitter assemblies, tophat assemblies and calibration fixtures. Drawings and specifications are unavailable. F.O.B. destination to Norfolk Naval Shipyard, Portsmouth, VA 23709-5000. Response date for submission of offers will be established in the solicitation when issued. Requests for the solicitation package must be submitted in writing via regular or expedited mail service to Purchase Division, Attn: Code 531.5C/Terry Merkel, Fleet & Industrial Supply Center, Norfolk Naval Shipyard Annex, Bldg. 1500, 2nd Floor, Portsmouth, VA 23709-5000. Phone and/or fax requests are not authorized and will not be honored. Numbered note 22 applies. CITE: (I-355 SN014260) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Contracting Office, RI Air National Guard, 5 Minuteman Way, North Kingstown, RI 02852-7504 SUBJECT: 66--INFRARED THERMAL IMAGING RADIOMETER DUE 122096 POC Gwen L. Jones, (401) 886-1322, Contracting Officer SMSGT Kenneth O. Lewis, (401) 886-1318. DESC: The RI Air National Guard, 5 Minuteman Way, North Kingstown, RI, has a requirement for one Infrared Thermal Imaging Radiometer. The Radiometer, a high resolution microprocessor based system has direct temperature readout with color and black & white display. A multi-purpose system for use in the field and in the laboratory. Specifications include: 8-12um spectral response, scanner and control electronics, 1X standard FOV lens, AC Power Supply, Operations Manual, 1.25m scanner cable, shipping carrying case, inframetrics closed cycle microcooler, integral 3.5" Digital Image Recorder, integral 4": color LCD Monitor (displays live or digitally stored images). Standard features included; TV Rate Scanning, Color (NTSC & RGB) plus black & white, 1.8 Milliradian spatial resolution (50% SRF) 8 bit dynamic range (256 gray levels), direct temperature readout: point mode, dual isotherm mode, fast line scan, 4:1 continuous E-O zoom, emittance and background correction, set up menu display, 15V X 20H degree FOV, 200 active IR lines/frame, display resolution: 400 lines/frame, normal range calibration -20 to 400 deg C (-4 to 752 deg F), automatic parameter recovery system (APRS), emittance measurement, data acquisition mode. CITE: (M-355 SN014315) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: NIH, National Heart, Lung, and Blood Institute, DEA, COB, Procurement Section, 6701 Rockledge Dr, RKL2 Rm 6150, Bethesda, MD 20892-7902 SUBJECT: 66--CELL PHARM SYSTEM 2000 SOL NHLBI-PS-SP-97-365 DUE 011097 POC Cecilia Morales, Purchasing Agent, (301) 435-0369. DESC: The National Heart, Lung, and Blood Institute (NHLBI) intends to negotiate on a sole source basis with Unisyn Technologies Inc., 25 South Street, Hopkinton, Ma. 01748-2217, to purchase one (1) each, Cell Pharm System 2000, this system must include: Temperature Monitoring and Control System, Medium Feed Rate Control, Recirculation Rate Monitor and Control, pH Monitoring System, Optional Bioreactor Inlet DO2 Monitoring Capability, Optional Bioreactor outlet DO2 Monitoring Capability, Autoclavable Fluid Path and the ability to record all channels of data on an internal six pen recorder; one (1) each Cell Pharm Auto Harvester; one (1) each Cell Pharm System 2000 pH Controller Module; five (5) each 30K MWCO 35 sq. ft. Bioreactor; five (5) each Oxygenator 25 sq. ft.; five (5) each tubing Set for Cell Pharm 2000 System and a one year Extended Warranty Coverage. The warranty must include Pre-scheduled preventive maintenance inspection visit, On-site Service within 48 hours response time, all parts and labor. Interested parties may identify their interest and capabilities to respond to this requirement or submit a quotation. This notice of intent is not a request for competitive proposals. However, all quotations received within fifteen (15) days after date of publication of this synopsis will be considered by the government. A determination by the Government not to compete the proposed contract based upon responses to this notice is solely within the discretion of the government. Quotations received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Responses referencing solicitation number NHLBI-PS-SP-97-365, may be sent to the National Heart, Lung, and Blood Institute, Contracts Operations Branch, Procurement Section, Rockledge Building II, Room 6143, 6701 Rockledge Drive, Bethesda, MD 20892-7902, attention: Cecilia Morales, Purchasing Agent. "All responsible sources may submit a quotation, which if timely received, shall be considered by the agency." CITE: (I-355 SN014337) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Naval Surface Warfare Center, Crane Division, Code 11164, Bldg. 64, 300 Highway 361, Crane, IN 47522-5001 SUBJECT: 66--X-RAY SYSTEM SOL N00164-97-Q-0053 DUE 012197 POC Contact point, Ms. Hilda Quillen, Procurement Technician, Code 1164EJ, 812/854-2422, Fax 812-854-3465 DESC: This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number N00164-97-Q-0053 is hereby issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-33 and Defense Acquisition Circular 91-9. This action is 100% Small Business Set-Aside in accordance with FAR 19.502-2(a). The Standard Industrial Code is 3827 and Small Business size standard is 500 employees or less. This is a brand name or equal requirement for one each 350 kV X-ray system, Siefert P/N ISOVOLT 450HS or equal. If quoting other than brand name product, the offeror must provide the manufacturer's brand, model or part number along with a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements of this announcement. This may include product literature, specification sheets, cuts, illustrations, drawings, or other documents if necessary. The salient technical characteristics listed below provide the minimum requirements for this x-ray system. This purchase description defines the requirements for a 350-kilovolt (kV) constant potential x-ray system which will be used for conventional radiographic testing in an interlocked exposure room. This system shall be readily capable of being upgraded to a 450 kV system with the replacement of the 350 kV tube by a 450 kV tube. The system shall meet all applicable requirements found in Title 21 CFR, Food and Drug Administration, Center for Devices and Radiological Health and the National Electric Code (NEC), latest revision. The tube head shall be 350 KV metal-ceramic tube with a beryllium window, housed in 450 KV tubehousing. It shall have dual focal spots, 1.5 mm X 1.552.225-16 Buy American Act_Supplies under European Community Agreement certificate; 52.225-17 Buy American Act_Supplies under European Community Agreement; 52.225-18 European Community Sanctions for End Products; 52.225-19 European Community Sanctions for Services; 52.225-21 Buy American Act_North American Free Trade Agreement Implementation Act_Balance of Payments Program; also incorporated is DFARS clause 252.211-7003 Brand Name or Equal. The contractor shall extend to the Government he full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Offerors responding to this announcement must provide the information contained in 52.212-1, Instruction to Offerors_Commercial Items and must include a completed copy of provision 52.212-3, Offeror Representations and Certifications_Commercial Items. The offeror must also provide its Commercial and Government Entity (CAGE) code, Contractor Establishment Code (DUNS number) and Tax Identification Number. If a change occurs in this requirement, only those offerors who respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. Written quotes and the above required information must be received at this office on or before 17 January 1997 at 4:00 pm Eastern Standard Time. Facsimile quotes are acceptable. 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. See numbered note 1. Although contract award is anticipated to be made on the basis of lowest quoted price meeting all the above terms and conditions, including meeting or exceeding all salient technical characteristics, 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 small business concerns may submit a quote which shall be considered by the Navy. See Note(s): 1. CITE: (I-355 SN014351) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Naval Surface Warfare Center, Crane Division, Code 1164EJ, Bldg. 64, 300 Highway 361, Crane, IN 47522-5001 SUBJECT: 66--CONCEPT MODELER SYSTEM SOL N00164-97-Q-0055 DUE 012397 POC Contact point, Ms. Hilda Quillen, Procurement Technician, Code 1164EJ, 812/854-2422, Fax 812-854-3465 DESC: This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number N00164-97-Q-0055 is hereby issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-33 and Defense Acquisition Circular 91-9. This action is 100% Small Business Set-Aside in accordance with FAR 19.502-2(a). The Standard Industrial Classification code is 3699 and Small Business size standard is 750 employees or less. This is a brand name or equal requirement for one each Concept Modeler System, 3D Systems P/N Actua 2100 or equal. If quoting other than brand name product, the offeror must provide the manufacturer's brand, model or part number along with a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements of this announcement. This may include product literature, specification sheets, cuts, illustrations, drawings, or other documents if necessary. The salient technical characteristics listed below provide the minimum requirements for this concept modeler system, which will be used by the Government to build physical prototype parts directly from design workstations. The system shall be capable of being directly hooked up to the existing Novel network and it must work seamlessly with the network. All operating software for the controlling workstation and hardware modeler must be included. The following salient characteristics apply: Concept Modeler - Build Volume: minimum 10 in. x 10 in. x 8 in.; Build Rate: 10.5 in3/hr or greater; Support Structures: All support structures must be automatically generated. No special tools will be required for support removal; Material: thermal polymer, system fully loaded; Extra Material: 4 cartridges of ThemoJetTM 45 or equal; Accuracy: +/- 0.010 in., in all axis; Network: Must be network ready with 10 BaseT Ethernet connector; Software: System must operate in conjunction with Windows NT. System must have automatic part queuing; Interface: System must accept Stl files from any system that can send the file over network; Safety: Must be capable of unattended operations. Must be safe for office environment, with no special venting required. PC WORKSTATION - Minimum acceptable configuration - Dual Pentium Pro 200 processor; 128 Meg Ram (8x32-60EDO); Intel Chipset 440FX; 256 L2 cache; Mattrox Millennium 3D or equal with 8 MB WRAM & MPEG (upgradable); Adaptec 2940UW Ultra fast and wide PCI controller; 2.1 GB fast and wide SCSI hard drive; 1.44 MB 3.5" Floppy; 12X E-IDE CD-Rom; External RCD 4x4 recordable CD System, minimum 600 kbps read/write transfer rate, SCSI-2 interface, 220 Msec access time, and Disk Archive software P/N 016900 (or equal); Ten writeable CD's; 3COM PCI Ethernet Combo Card (or equal); ViewSonic P815 monitor (or equal), .25 dpi, resolution 1800x1440; Creative Lab Soundblaster AWE32 wavetable sound card (or equal); Digital Stereo Speakers; Two 8x32-60EDO RAM Simms (separate); Software included: Microsoft Windows NT 4.0, SolidView/RP with IGES Translator (from Solid Concepts Inc.), CorelSuite 7.0. The contractor shall assemble and install the entire system at NAVSURFWARCENDIV Crane. Following installation, the contractor shall demonstrate the system's performance by building a sample part using information from a Government workstation. Standard 110 Volt AC electrical service will be provided by the Government for installation. The offeror's Standard commercial warranty, preferably for a period of at least 24 months, is acceptable. This is anticipated to be a firm-fixed price contract. The shipping terms will be F.O.B. Crane Division, Naval Surface Warfare Center, Crane, IN with inspection/acceptance at destination. Delivery will be required within 30 days after issuance of the Purchase Order. The following provisions apply to this acquisition: 52.212-1 Instructions Offerors--Commercial; 52.212-4 Contract Terms and Conditions--Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Incorporating FAR clauses 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36 Affirmative Action for Handicapped Workers; 52.222-37 Employment Reports on special Disabled Veterans and Veterans of the Vietnam Era; 52.225-3 Buy American Act--Supplies; 52.225-16 Buy American Act--Supplies under European Community Agreement certificate; 52.225-17 Buy American Act--Supplies under European Community Agreement; 52.225-18 European Community Sanctions for End Products; 52.225-19 European Community Sanctions for Services; 52.225-21 Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program; also incorporated is DFARS clause 252.211-7003 Brand Name or Equal. The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Offerors responding to this announcement must provide the information contained in 52.212-1, Instruction to Offerors--Commercial Items and must include a completed copy of provision 52.212-3, Offeror Representations and Certifications--Commercial Items. The offeror must also provide its Commercial and Government Entity (CAGE) code, Contractor Establishment Code (DUNS number) and Tax Identification Number. If a change occurs in this requirement, only those offerors who respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. Written quotes and the above required information must be received at this office on or before 17 January 1996 at 4:00 pm Eastern Standard Time. Facsimile quotes are acceptable. 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. See numbered note 1. Although contract award is anticipated to be made on the basis of lowest quoted price meeting all the above terms and conditions, including meeting or exceeding all salient technical characteristics, 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 small business concerns may submit a quote which shall be considered by the Navy. See Note(s): 1. CITE: (I-355 SN014371) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 69--Training Aids and Devices--Potential Sources Sought OFFADD: DHHS/OS/ASMB/OGAM/Division of Contract Operations, 200 Independence Avenue, S.W., Room 443H, Humphrey Bldg., Washington, D.C. 20201 SUBJECT: 69--PORTABLE COMPUTER GENERATED FIREARMS TRAINING SIMULATORS SOL N/A POC Gaynel M. Abadie (202) 690-7506 DESC: The Department of Health and Human Services, Office of Inspector General, is interested in obtaining information about portable computer generated firearms training simulators having laser and/or live fire capabilities. This is not a request for competitive proposals. The purpose of this notice is to identify qualified sources to meet the Government's minimum requirements. Interested firms are invited to submit information including descriptive literature to the point of contact listed above. The information provided will pertain to this synopsis only. Any interested firm must submit appropriate data in two copies by January 24, 1997. The Government does not intend to pay for the information solicited or received. Respondents will not be notified of the source data received, nor will a source list be provided. No telephone or fax requests for a solicitation package will be accepted. CITE: (I-355 SN014370) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: U.S. NUCLEAR REGULATORY COMMISSION, DIVISION OF CONTRACTS, MAIL STOP TWF-7-I-2, WASHINGTON, D.C. 20555 SUBJECT: 70--COMPUTER ACCESS TO THE NUCLEAR PLANT RELIABILITY DATA SYSTEM (NPRDS) SOL RS-AED-97-266 DUE 021797 POC Contact (301)415-7427. Fax:(301)415-8157, Contract Specialist: Edna Knox-Davin (301)415-6577 DESC: The narrative description of the procurement action begins here. The rest of this "standard" information should be included as it relates to your procurement action. Do not use separate paragraphs. Do not write your synopsis in all uppercase. Standard language follows: The U.S. Nuclear Regulatory Commission intends to enter into a sole source contract entitled, "Access To INPO's Nuclear Plant Reliability Data System (NPRDS)" with the Institute of Nuclear Power Operations (INPO). Specifically, INPO will be required to provide computer access to the NPRDS as well as manuals, associated training and support services as required. The NPRDS is a reliability database containing engineering and failure information on approximately 4,000 safety- related systems and components for each U.S. commercial nuclear power plant. The NRC intends to negotiate with INPO, 700 Galleria Parkway, Atlanta, GA 30339-5957, to provide for a 1-year base period with four (4) 1-year option periods. This database presently resides only at INPO and the NPRDS data that identifies a specific nuclear plant or utility is proprietary in nature to INPO. Interested firms should submit written requests to the U.S. Nuclear Regulatory Commission at the address as shown above. Telephone requests will not be honored. Closing date for proposals is February 17, 1997. CITE: (I-354 SN013988) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: NCCOSC RDTE Division, Code D214B, 53570 Silvergate Avenue, Bldg. A33, San Diego, CA 92152-5113 SUBJECT: 70--SOFTWARE MAINTENANCE SOL N66001-97-Q-4260 DUE 011097 POC POC Ms. Irene Solis, Code D221, Purchasing Agent, (619)524-2081. Ms. Pat Brown, Contracting Officer DESC: The Government intends to award a contract sole source to CISCO Systems, Inc, one year of SMARTNET communication software maintenance, to include telephone support, software product update & fixes, doc releaser and e-mail inquiries & responses. Note 22 applies, however, all offers received within 15 days (in lieu of 45 days) after date of publication of original synopsis will be considered by the Government. No RFQ will be prepared or made available for distribution. Award will be based on evaluation of responsive, responsible quotations received in response to this CBD advertisement. Competitive awards may be based on the evaluation criteria stipulated in NRaD Blue Ribbon Vendor Program (BRVP) provisions or the Red, Yellow, Green (RYG) Contractor Evaluation System. The evaluation criteria is available upon request. Questions may be directed to Irene Solis at (619) 524-2081. Facsimile quotations are acceptable and must be received on or before the COB on the closing date stated above. Facsimile quotations may be sent to (619)524-2440, 2465, or 3407. See Note(s): 22. CITE: (I-355 SN014212) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Department of Veterans Affairs, Medical Center, 50 Irving Street, N.W., Washington, DC 20422 SUBJECT: 70--ADP MEMORY KIT SOL 688-40-97 DUE 010797 POC Phyllis Jackson, Contracting Officer, (202) 745-8542 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 notice constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is being issued as an Invitation for Bids (IFB) 688-40-97. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular #90-42. The SIC Code for this solicitation is 5045. The small business size standard is 500 employees. Pricing is to be F.O.B. Destination only for brand name or equal, Digital Equipment, 16 MB SIMM Memory Kit, #FR-PCVAM-WE, 275 ea. Bidders must submit a unit price. Acceptance time will be 60 days from bid opening date. The following provisions apply to this solicitation: 52.212-1 Instructions to Offerors-Commercial, 52,212-3 Offeror Representations and Certifications-Commercial Items, 52.212-4 Contract Terms and Conditions-Commercial Items and 52.212-5 Contract Terms and Conditions including clauses incorporated by reference under Section (b), 52.222-26, Equal Opportunity (E.O.11246), 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793), (52.222-37 Employment Records of Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 852.210-77 Brand Name or Equal. Additionally award of this solicitation shall be made to the lowest aggregate price. A written notice of award or acceptance specified in the offer shall result in a binding contract without further actions by either party. Bidders responding to this announcement shall submit a unit price for each item along with the information required in 52.212-1 and a completed copy of provision 52.212-3 to VA Medical Center, (688/90c), 50 Irving Street, NW, Room 1B-112, Washington, D.C. 20422 by January 7, 1997 at 2:00PM local time. All responsible sources will be considered. CITE: (I-355 SN014328) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 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--OPTICAL BENCH SOL N68936-96-Q-0615 DUE 012797 POC Jean Daniel, Purchasing Agent, (619) 939-0852, FAX (619) 927-3488. DESC: POC Jean Daniel, Purchasing Agent, 619-939-0852 or Susan Rizzardini, Contracting Officer, 619-939-6353, FAX 619-927-3488. 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 , one each - (1) LS230 Optical bench with the Dry Power Module, PN# 66053228, (2) Nilfisk vaccum for DPM, PN #760920, (3) Small volume (for water/organic, range 0.04 to 2000u), PN #9905235, (4) SVM transfer Pump Kit, PN# 838932, (5) Accumcomp pentiem computer/MS windows based application software and (6) Color printer HP deskjet 660C. Wet and Dry Demonstration Module, less than one (1) year old, with full one (1) year warranty acceptable @ DISCOUNTED PRICE. DUE to unique capabilities, this requirement is sole-sourced to Coulter Corp. of Miami, FL. The SIC Code for this procurement is 3572, 1000 employees. Request for quote will be available on or about 96 Jan 08 and award will be made on or before 96 Jan 30. See Numbered Note(s): 22. CITE: (I-355 SN014333) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Dahlgren Division, Naval Surface Warfare Center, 17320 Dahlgren Road, Dahlgren, VA 22448-5100 SUBJECT: 70--ANTARES NTDS INTERFACE CARDS AND HARNESSES SOL N00178-97-R-4011 POC Monica White, (540)653-7621/J. R. Travers. DESC: Antares NTDS Interface Cards and Harnesses - The Dahlgren Division, Naval Surface Warfare Center intends to enter into negotiations on a sole source basis with Visicom Laboratories, Inc., San Diego, California for the following items: CLIN 0001 - MIL-STD-1397 Type E Boards (NTDS Low-Level Serial), 4002 NTDS Type E w/1MB RAM, P/N: 530-2017-001 (15 each); CLIN 0002 - MIL-STD-1397 Type A/B Boards (NTDS Slow/Fast), 4002 NTDS Type A/B w/1MB RAM, P/N: 530-2013-001 (17 each); CLIN 0003 - MIL-STD-1397 Type A, B, C, and H Cables NTDS Parallel Cables, 10ft. Shielded Cable Set w/Mounting Panel for NTDS Parallel I/O Boards - UYK-43(IDC 34/40/50 to M28840/10AG1P1 & P2 Connectors), P/N: 275-4040-001 (2 each); CLIN 0004 - MIL-STD-1397 Type A, B, C, and H Cables NTDS Parallel Cables, 10ft. Shielded Cable Set w/Mounting Panel for NTDS Parallel I/O Boards - UYK-7 (IDC 34/40/50 to M81511/01EF-01P1 & P2 Connectors), P/N: 275-4030-001 (14 each); and CLIN 0005 - MIL-STD-1397 Type E Cables, 10ft. Cable Set for NTDS Type E Low Level Serial I/O Boards. "Two Lug" 50ohm Triaxial PL74C to PL74C (2 cables per set), P/N 275-1030-006 (24 sets). 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 required and a written solicitation will not be issued The Request for Proposal number is N00178-97-R-4011. The RFP and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-11. The following FAR Clauses apply to this acquisition: 52.212-1, Instructions to Offerors--Commercial; 52.212.3, Offeror Representations and Certifications--Commercial Items - Offerors must include a completed copy of this provision, 52.212-4, Contract Terms and Conditions--Commercial Items, and 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Order--Commercial Items. This acquisition has a Defense Priorities and Allocations Systems rating of DO-A70. Quotes may be mailed to Attn: SD149/White, Dahlgren Division, Naval Surface Warfare Center, 17320 Dahlgren Road, Dahlgren, VA 22448-5100 or faxed to (540) 653-6810; solicitation number must be cited in either case. The quote must: be for the items(s) described above; be FOB destination to this Center; include the proposed delivery schedule and discount/payment terms and warranty duration (if applicable); and be signed by an authorized company representative. Offerors should include their taxpayer identification number (TIN), Cage Code number, and DUNS number. Quotes are due by 2:00p.m. Eastern Standard Time on 8 January 1997. NOTICE: The Award Document shall have an effective date of 31 December 1996; therefore, all offerors should consider this when developing quotes and INDICATE YOUR CONFORMANCE OF THE EFFECTIVE DATE WITHIN YOUR QUOTE. All timely quotes received will be considered. All responsible sources may submit a quotation which shall be considered by this agency. Quotes must include conformance of effective date of award, adequate information and submittals to determine whether the proposed item(s) will meet the required described above. Product literature is recommended for technical information. Evaluations will be per line item and award(s) will be for price and past performance considered essentially equal. Award is anticipated within 7 days of the date quotes are due. Questions regarding this acquisition should be directed to Monica White at (540)653-7621. See Note 22. CITE: (I-355 SN014355) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Commercial Acquisition Department, Bldg. 11, Naval Undersea Warfare Center Division, Newport, Code 59, Simonpietri Dr., Newport, RI 02841-1708 SUBJECT: 70--INTERLEAF SOFTWARE SOL N66604-96-Q-1030 DUE 010797 POC Contact Lisa Brazil, Contracting Officer at (401) 841-2442 X283. Fax number (401) 841-4820. DESC: The Naval Undersea Warfare Center Division, Newport intends to place a firm fixed price contract with Interleaf, Inc., on a sole source basis, for the following: Interleaf RDM (16 clients), Interleaf Part No. DA-RDM-BASIC (1 EA); Interleaf RDM Maintenance (1 YR); Interleaf RDM Installation and On-Site Training (1 EA); Interleaf Production Manager, Interleaf Part No. DA-PRODMGR (1 EA); Interleaf Production Manager Maintenance (1 YR); Interleaf Business Web, Interleaf Part No. DA-RDM-BWEB (1 EA); and In terleaf Business Web Maintenance (1 YR). Delivery terms are F.O. B. Destination to the Naval Undersea Warfare Center Division, Newport, Newport, RI by 13 January 1997. This acquisition is being processed under the Simplified Acquisition Procedures. A written quotation will be issued with award being made by 7 January 1997. Other than Full and Open Competition procedures are being used because Interleaf is the only company that can provide the required Interleaf software that will interface with existing Interleaf and Oracle software. Sources that believe they can provide the required software may submit a proposal which will be considered by NUWCDIVNPT. LINKURL: http://www.npt.nuwc.navy.mil/contract/ LINKDESC: EMAILADD: BRAZIL@CODE59.NPT.NUWC.NAVY.MIL EMAILDESC: CITE: (I-355 SN014385) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 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 $lt;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-355 SN014402) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS 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--GRIDDLE ASSEMBLY, KITCHEN CORRECTIONS TO NATICK DWG 5-13-2541 REV D: SOL SP0500-97-Q-J440 DUE 012397 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Robert Kubiak/VAB22/X9238. buyer: Lynne DeSanto/VAB26/X9211. DESC: PR-NO: YPI96318001089 NSN 7310-01-043-5404, 42 1/2 IN. O/A LG, 23.062 IN. O/A W action started Comp Code G 85001 Tech data package availability: 175 -EA Del to Mechanicsburg PA 17055-0789 Del by 31 Dec 96. RFQ due date: 29 Jan 97. Specs: BR NUK-K-43911B. Primary quantity: 175. Deliveries to CONUS (excluding Alaska). Delivery schedule: 120 days ADO. NOTE 1 applies. Size standard: 500 to obtain a copy of this solicitation, please send FAX request to (215) 697-6333 or X1462 OR 7928. CITE: (I-355 SN014102) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 81--Containers, Packaging and Packing Supplies OFFADD: General Services Administration, 2FYS, Business Service Center 26 Federal Plaza, RM 18-130, New York, NY 10278 SUBJECT: 81--BOX, SHIPPING, CORRUGATED FIBERBOARD, SINGLE WALL SOL 2FYS-BG-96-0002-S DUE 022197 POC Margo Michelsen Clare at 212-264-7386 DESC: Solicitation cancelled. CITE: (I-354 SN014025) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 81--Containers, Packaging and Packing Supplies OFFADD: Administrative Support Center East, Office of Contracting, Attn: ASCE-PP, Building 2001, 2nd Floor, New Cumberland PA 17070-5001 SUBJECT: 81--PACKING/SHIPPING SUPPLIES SOL SP3100-97--0002 DUE 031297 POC POC Mona J. Maitland,Contract Specialist, 717-770-5811 or R.C. Souto, Contracting Officer, 717-770-6206 DESC: Procurement action is being taken to generate interest in a Government type Indefinite/Quantity/Delivery contract for Packing/Shipping Supplies (i.e., shipping sacks, woven bags, packing and list envelopes). It is anticipated that the period of performance will be for an initial twelve (12) month period with the option for the Government to extend for an additional twelve (12) period. All parties interested in acquiring a copy of the solicitation package are requested to forward their written request to either the address as shown above or fax to 717-770-5689. Plese be sure to include the solicitation number and the Government's POC's name with your request, as well as the requestor's name/address/telephone & FAX numbers. This acquisition is unrestricted and open to both small and large business concerns. CITE: (W-355 SN014194) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 81--Containers, Packaging and Packing Supplies OFFADD: NIH, National Heart, Lung, and Blood Institute, DEA, COB, Procurement Section, 6701 Rockledge Dr, RKL2 Rm 6150, Bethesda, MD 20892-7902 SUBJECT: 81--BAGS, PLASTIC, IMPRINTED SOL NHLBI-PS-SP-97-369 DUE 011097 POC Cecilia Morales, Purchasing Agent, (301) 435-0369. DESC: The National Heart, Lung, and Blood Institute (NHLBI) intends to purchase one (1) lot of 450,000 plastic bags, with the following specifications: 12 inches wide by 15 inches tall by .00175 inches plastic thick with 5 color imprint. The standard color matching systems are: PMS 479, PMS 1235, PMS 362, warm red and reflex blue text. Vendors interested in this requirement should request a copy of the Artwork design from the Purchasing Agent. Delivery of the bags is required not later than 02/20/97. This requirement is set aside for small business under the Standard Industrial Classification (SIC) code 3089, Size Standard 500 employees. Quotations will be due fifteen (15) calendar days from the publication date of this synopsis. The quotations shall include an itemized price quotation, the period of delivery, prompt payment discount terms, the business size and specifications describing the product quoted. Quotations will be evaluated on comformance to the government's specifications, price, quality, and delivery period. 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 Operations Branch, Procurement Section, Rockledge Building 2, Room 6143, 6701 Rockledge Drive, Bethesda, MD 20817-7902, Attention: Ms. Cecilia Morales, Fax (301) 480-3345. Fax quotations will only be accepted if dated and signed by an authorized company representative. CITE: (I-355 SN014338) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 84--Clothing, Individual Equipment and Insignia OFFADD: Defense Personnel Support Center 2800 So. 20TH St. Philadelphia, PA. 19145-5099 SUBJECT: 84--8455010959722 THRU 9728(VARIOUS)BADGE, ID NAVY REQUIREMENTS TYPE CONTRACT SOL SP0100-96-R-0132 DUE 020397 POC Contact: DPSC-FOTM-2 buyer-loretta Cicirello 215/737-3294 DESC: This is a modification to SP010096R-0132 - this is to be requirements type contract for one year duration (vs)two year.inspection & acceptance point will be in accordance with fast pay procedures.past history orber Mfg. Co. Estimated annual requirements 7250 badges. there will be various destinations and orders will be placed by various naval installations throughout the world with scheduled delivery dates beginning 165 days after award request copy of solicitation via FAX 215-737-8143 Loretta Cicirello. CITE: (I-355 SN014093) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 84--Clothing, Individual Equipment and Insignia OFFADD: NIH, National Heart, Lung, and Blood Institute, DEA, COB, Procurement Section, 6701 Rockledge Dr, RKL2 Rm 6150, Bethesda, MD, 20892-7902 SUBJECT: 84--PROTECTIVE CLOTHING SOL NHLBI-PS-SP-97-368 DUE 011097 POC Cecilia Morales, Purchasing Agent, (301) 435-0369, FAX # 301-480-3345. DESC: The National Heart, Lung, and Blood Institute (NHLBI) intends to purchase 2500 of each size of Tyvek Coveralls. The sizes are XL, 2X, 3X and 4X with the following specifications: elastic wrist and ankles, zipper front, front entry, without hood and without booties. This requirement is under the Standard Industrial Classification (SIC) code 2295, size 1000 employees. Quotations will be due fifteen (15) calendar days from the publication date of this synopsis. The quotation shall include an itemized price, period of delivery, prompt payment discount terms, the business size and descriptive literature of the product quoted indentifying all of the specifications. Quotations will be evaluated on comformance to the government's specifications, price, quality, and delivery period. 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 institutes, Contracts Operations Branch, Procurement Section, Rockledge Building 2, Room 6143, 6701 Rockledge Drive, Bethesda, MD 20817-7902, Attention: Ms. Cecilia Morales (FAX 301-480-3345). Fax quotations will only be accepted if dated and signed by an authorized company representative. CITE: (I-355 SN014339) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 87--Agricultural Supplies OFFADD: Supply Dept, Indian Head Division, Naval Surface Warfare Center 101 Strauss Ave, Indian Head MD 20640-5035 SUBJECT: 87--ON LINE NMR RHEOMETER DESIGN CRITERIA SOL N00174-97-Q-0110 DUE 020797 POC Brenda Price, Contract Specialist, 1143B, (301) 743-6570. DESC: A vast knowledge of NMR rheometer is required for this requirement. Determine the essential design criteria for an on-line NMR rheometer, with imaging capabilities, specifically for a continuous processing of highly filed energetic materials application. Material will be shipped to Receiving Officer, Indian Head Division, Naval Surface Warfare Center Indian Head MD 20640-5035. Delivery Schedule: 6 months adc. Contract action will be other than full and open competition under the authority of 10 U.S.C. 2304 (c) (1). Source: Lockheed Missiles & Space Company Palo Alto CA 94304-1191. Requests for quote should be addressed to the attention of Brenda Price, (301) 743-6570 See Numbered Note(s): 22. CITE: (I-355 SN014218) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 87--Agricultural Supplies OFFADD: Panama Canal Commission, Logistical Support Division, UNIT 2300, APO, AA 34011-2300 SUBJECT: 87--FMC AGRICULTURAL HYDRAULIC SPRAYERS SOL PAP-89918-KM-29 DUE 012297 POC CAMILO A. VALDES JR., CONTRACT SPECIALIST, (507) 272-4658, G. M. ANDERSON., CONTRACTING OFFICER, (507) 272-4658 DESC: HYDRAULIC SPRAYER, FMC PRODUCTS, MODEL DM10E200FERH WITH ACC'S. QTY: 3 EA. DELIVERY 30 DAYS FOB JEFFERSON LA. OR 60 DAYS CIF AT BALBOA, REP. OF PANAMA AFTER RECEIPT OF NOTICE OF AWARD. WHEN REQUESTING THE SOLICITATION, STATE NAME, ADDRESS, AND SOLICITATION NUMBER. REQUESTS WILL BE ACCEPTED BY FACSIMILE AT 011-507-272-7661/1512 OR TELEX 3034 PCCAMRM-PG. ALL RESPONSIBLE SOURCES MAY SUBMIT A QUOTATION WHICH IF TIMELY RECEIVED, SHALL BE CONSIDERED BY THE COMMISSION. BASIS OF AWARD MAY BE MADE ON "BEST VALUE" RATHER THAN THE LOWEST PRICE. IN DETERMINING "BEST VALUE" FACTORS SUCH AS DELIVERY TIME, QUALITY OF PRODUCT, EXPERIENCE, PAST PERFORMANCE AND RESPONSIBILITY SHALL BE CONSIDERED TO ENSURE THAT THE PURCHASE IS ADVANTAGEOUS TO PCC. CITE: (I-355 SN014240) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 89--Subsistence (Food) OFFADD: Defense Personnel Support Center, 2800 S. 20th Street, Phila., PA 19145-5099 SUBJECT: 89--MILK AND ICE CREAM PRODUCTS SOL SP0300-97-R-D042 DUE 012997 POC Contact: Pat Sadgwar, Contract Specialist at (215) 737-4491 or Maureen Jorgensen, Contracting Officer at (215) 737-4228. DESC: Keesler AFB, MS; Pascagoula Ships/Galley, MS; Key Field and Gulfport AFB Exchanges, MS; ANG Gulfport, MS; and Camp Shelby, MS, Troop & Exchange require indefinite quantities of Milk and Ice Cream Products for a twelve month delivery period beginning 01 May 97 and ending 30 Apr 98. This will be an Unrestricted Acquisition with Evaluation Preference for SDB Concerns (Troop Issue Only). All materials used in fabrication are to be furnished by the successful bidder(s). Facsimile may be transmitted via 215-737-9300, 9301, 9302, or 9303. All responsible sources may submit a proposal which shall be considered by the agency. CITE: (I-354 SN013986) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 93--Nonmetallic Fabricated Materials OFFADD: Tennessee Valley Authority, Purchasing, WR 3P - C, 1101 Market Street, Chattanooga, TN 37402 SUBJECT: 93--EROSION CONTROL MATERIALS SOL FR-199380 DUE 020397 POC Contracting Officer, Janet H. Keith, (423) 751-2474 DESC: A solicitation will be issued for erosion control materials including fiber rolls, erosion control netting, stabilization fabrics, and netting staples. Requests for the solicitation should be faxed to Janet Keith at (423) 751-8330. Telephone requests should not be made unless the requester does not have a fax. CITE: (I-354 SN014018) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 93--Nonmetallic Fabricated Materials OFFADD: U.S.D.A., Forest Service, Procurement Office, P.O. Box 1270, Hot Springs, AR 71902 SUBJECT: 93--WOODEN SIGNS SOL RFQ 08-09-97-15 DUE 020597 POC Fran Harrison, Phone 501/321-5221 DESC: Furnish all materials, labor, tools, equipment, and supplies to manufacture twenty-four (24) single-faced, sandblasted, redwood signs. Signs shall be packaged and shipped FOB, Ouachita National Forest, LeFlore County, Hodgen, Oklahoma by August 1, 1997. Estimated price range $25,000-$50,000. See Note(s): 1. CITE: (I-355 SN014352) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 95--Metal Bars, Sheets and Shapes OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 95--WIRE NONELECTRICAL STEEL, CORROSION-RESISTANT, ROUND SOL SP0500-97-R-0044 DUE 020797 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Elizabeth J Romano/Y01/X4593 buy er: John E riccioi/YBA14/X5473 DESC: PR-NO: IDT96143005100 NSN 9505-00-076-8640, @SURFACE treatment passivated @LENGTH any acceptable @CROSS section outside diameter 0.041 inches nom inal @WEIGHT per unit measure any acceptable 1 -EA Del to (Call contracting office) Del by 10 Jun 96. RFP due date 97 Feb 07 FSC: 9505-VARIOUS this solicitation contains 17 NSNS. The first NSN is 9505-00-076-8640 the total yearly estimated quantity of all 17 NSN is 121,445 lbs specs: astm-a580 predominant material: steel, stainless size/dimen: various this is a small business set-aside, the small business size standard is 1000(NOTE 1 applies) delivery is 45 days after date of delivery order to CONUS destinations this solicitation contains: an option to extend the term of the contract for 4 additional years specs/Dwgs are not required other NOTE: award will be made only to contractors on the qualified suppliers list (QPL). One year base period with four one-year options. CITE: (I-355 SN014096) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous--Potential Sources Sought OFFADD: Commandant (G-ACS-3B), U.S. Coast Guard Headquarters 2100 Second Street, SW., Washington, DC 20593-0001 SUBJECT: 99--MARKET SURVEY. MARKET SURVEY FOR BEACONS, LANTERNS AND LAMPCHANGERS SOL DTCG23-97-R-T43014 DUE 011397 POC Point of Contact - 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 may provide the following "brand name or equal" optics and components: items: DCB-24 beacons (B4313W), DCB-224 beacons (B4813W), DCB-224 beacons (B4814WW), RL24 lanterns (RL4816W1K-A), Speed Reducers (8887) and lampchangers (LC8949-A). the rotating beacons, in conjunction with a standard Coast Guard lamp, provide a pencil beam light which is rotated to sweep the horizon in lighthouse applications. These beacons have a visible range of up to 26 nautical miles. They are used at unmanned sites with an annual maintenance cycle. the RL24 range lanterns uses the same optical assembly as the rotating beacons, mounted on a stationary pedestal. It provides a high-intensity pencil beam which may be used to mark channels in excess of 10 nautical miles at night and for shorter lengths in day light. Companies that have beacons, lanterns, speed reducers and lampchangers 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 on services now performed that most closely fit the above characteristics. The Government will review all submitted statements of capabilities to determine market availability of the required service. The Government does not have access to the proprietary data necessary to perform this work. Submit you information no later than January 13, 1997. NOTE; THIS IS NOT A SOLICITATION FOR PROPOSALS OR AN INVITATION FOR BIDS. THIS IS ONLY A MARKET SURVEY. CITE: (I-354 SN014036) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: NASA/Goddard Space Flight Center, Code 217, Greenbelt, MD 20771 SUBJECT: A--A COMPACT WAVEFRONT DIVIDING ROD-INTERFEROMETER FOR FT-IR SPECTROSCOPY FROM 1 TO 1000 MICRONS POC Catherine Cavey, Contract Specialist, 301-286-3721. CNT NAS5-97016 AMT $552,109.00 LINE N/A DTD 121796 TO Poulos Technical Services, Inc, 7 Waterbury Court, Allentown, NJ 08501 CITE: (I-355 SN014330) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: NASA/Goddard Space Flight Center, Code 217, Greenbelt, MD 20771 SUBJECT: A--A PHOTON COUNTING MEGAPIXEL IMAGING DETECTOR FOR THE ULTRAVIOLET POC Janet Langweil, Contract Specialist, 301-286-4212. CNT NAS5-97022 AMT $598,070.00 LINE N/A DTD 121096 TO Seigmund Scientific, 15 Sequoia Lane, Lafayette, CA 94549 CITE: (I-355 SN014331) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Defense Special Weapons Agency, 6801 Telegraph Rd., Alexandria, VA, 22310-3398 SUBJECT: A--EXERCISE OF OPTIONS III AND IV; PLACEMENT OF DELIVERY ORDER UNDER ORDERING ITEM A POC Ms. Donyale DeShazo, Negotiator, (703) 325-0847, Edward Archer, Contracting Officer, (703) 325-5028. CNT DNA001-94-C-0185-P00008 AMT $124,652.00 LINE N/A DTD 121896 TO Science Applications International Corporation, 10260 Campus Point Drive, San Diego, CA 92121 CITE: (I-355 SN014365) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: Dept of Health and Human Services, Indian Health Service, Engineering Services Seattle, 2201 Sixth Ave., M/S RX-24, Rm 710, Seattle, WA 98121 SUBJECT: C--A/E INDEFINITE QUANTITY CONTRACT (IQC) FOR THE ROCKY MOUNTAIN LABORATORIES, NATIONAL INSTITUTES OF HEALTH, HAMILTON, MONTANA (CONTROL NO. 102-AE-96-0909) POC Abram L. Vinikoor, Contracting Officer (206) 615-2457 CNT 102-97-0901 AMT N/A DTD 121996 TO Architects Design Group, No.1 Sunset Plaza, Kalispell, Montana 59901 CITE: (W-354 SN014004) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: NASA/Goddard Space Flight Center, Greenbelt, MD 20771, Code 212 SUBJECT: C--ARCHITECTURAL AND ENGINEERING SERVICES POC Joanne Santiago, Contract Specialist, 301-286-3473. CNT NAS5-97054 AMT $1,000,000.00 LINE N/A DTD 121096 TO Cetrom Consulting Engineering, Inc., 818 W. Diamond Avenue, Gaithersburg, MD 20878 CITE: (I-355 SN014332) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: National Park Service, Golden Gate National Receration Area, Contracting Office, Building 201, Fort Mason, San Francisco, CA 94123 SUBJECT: D--AWARD OF SOLE SOURCE CONTRACT FOR FIBER OPTIC DS3 SERVICE TO PACIFIC BELL COMPANY POC Joel Simmons, Contract Specialist, 415-556-6063 CNT 1443PX-8140-97-072 AMT $27,360.00 LINE 0001 DTD 121096 TO Pacific Bell Company, Public Sector Federal Systems Group, 370 Third Street, Room 604, San Francisco, CA 94107 CITE: (W-355 SN014291) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 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 PRESSURE REGULATIH CNT F34601-97-C-0092, F34601-97-R-54566 AMT $120,060 DTD 121996 TO Whittaker Corp, Whittaker Controls Div, Po Box 3951, North Hollywood Ca 91605-3505 CITE: (I-355 SN014390) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: L--Technical Representation Services OFFADD: U.S. Department Of Energy, Idaho Operations Office, 850 Energy Drive - MS1221, Idaho Falls, ID 83401-1563 SUBJECT: L--ADVANCED MIXED WASTE TREATMENT PROJECT POC David P. Letendre, Contract Specialist, (208) 526-1950, R. Jeffrey Hoyles, Contracting Officer, (208) 526-0790 CNT DE-AC07-97ID13481 AMT $1,186,632,804 LINE 1 DTD 122096 TO BNFL, Inc., 9302 Lee Highway, Suite 950, Fairfax, VA 22031 EMAILADD: hoylesrj@inel.gov EMAILDESC: CITE: (W-355 SN014258) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: VA Medical Center 7305 North Military Trail West Palm Beach Forida 33410 SUBJECT: Q--DURABLE MEDICAL EQUIPMENT SERVICES POC Donna Nelson, Contracting Officer (561)882-6510; Alternate points of contact: Annette M. Gaessler (561)882-6508 or Dinora Bruno (561)882-6511. CNT V548P-454 AMT $53,400 LINE N/A DTD 122096 TO THE MEDICAL STORE, 8305 GARDEN BLVD. RIVIERA BEACH, FL 33404 CITE: (I-355 SN014325) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: U.S. Department of Justice, Procurement Services Staff, National Place, Suite 1000, 1331 Pennsylvania Avenue, NW, Washington, DC 20530 SUBJECT: R--AUTOMATED LITIGATION SUPPORT SERVICES POC Mark Selweski, Contracting Officer, 202/307-1968. CNT 97-C-0025 AMT $250,000.00 LINE N/A DTD 112296 TO Aspen Systems Corp. 1600 Research Blvd., Rockville, MD 20850 CITE: (I-354 SN013989) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: U.S. Department of Justice, Procurement Services Staff, National Place, Suite 1000, 1331 Pennsylvania Avenue, NW, Washington, DC 20530 SUBJECT: R--AUTOMATED LITIGATION SUPPORT SERVICES POC Mark Selweski, Contracting Officer, 202/307-1968. CNT 97-C-0026 AMT $250,000.00 LINE N/A DTD 112296 TO CACI, Inc. Commercial, 1100 N. Glebe Rd., Arlington, VA 22201 CITE: (I-354 SN013990) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: U.S. Department of Justice, Procurement Services Staff, National Place, Suite 1000, 1331 Pennsylvania Avenue, NW, Washington, DC 20530 SUBJECT: R--AUTOMATED LITIGATION SUPPORT SERVICES POC Mark Selweski, Contracting Officer, 202/307-1968. CNT 97-C-0027 AMT $50,000.00 LINE N/A DTD 112296 TO DynCorp - 2000 Edmund Halley Dr., Reston, VA 22091-3436 CITE: (I-354 SN013991) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: U.S. Department of Justice, Procurement Services Staff, National Place, Suite 1000, 1331 Pennsylvania Avenue, NW, Washington, DC 20530 SUBJECT: R--AUTOMATED LITIGATION SUPPORT SERVICES POC Mark Selweski, Contracting Officer, 202/307-1968. CNT 97-C-0028 AMT $50,000.00 LINE N/A DTD 112296 TO Rust Federal Systems, L.C., 205 Van Buren St., STE 180, Herndon, VA 22070 CITE: (I-354 SN013992) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: U.S. Department of Justice, Procurement Services Staff, National Place, Suite 1000, 1331 Pennsylvania Avenue, NW, Washington, DC 20530 SUBJECT: R--QUALITY ASSURANCE SERVICES POC Mark Selweski, Contracting Officer, 202/307-1968. CNT 97-C-0029 AMT $50,000.00 LINE N/A DTD 121096 TO CEN Corp., 5252 Cherokee Avenue, Suite 300, Alexandria, VA 22312 CITE: (I-354 SN013993) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Defense Reutilization and Marketing Service, drms-po, 74 Washington Avenue, North, Battle Creek, Michigan 49017-3092 SUBJECT: R--PROFESSIONAL, ADMINISTRATIVE AND MANAGEMENT SUPPORT SERVICES (CONTRACT AWARD) NONPERSONAL SERVICES TO PROVIDE ADVISORY SERVICES FOR IMPLEMENTATION OF ENTERPRISE MANAGEMENT POC Contact point: Beverly C. Bugai, contracting officer (616)961-5942, drms-po, FAX (616)961-4474 CNT SP4410-97-C-1001 AMT $145,606.00 DTD 121396 TO Arthur Andersen llp, 1150 17TH Street NW, Suite 901, Washington, DC 20036 CITE: (I-354 SN014019) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Defense Reutilization and Marketing Service, drms-po, 74 Washington Avenue, North, Battle Creek, Michigan 49017-3092 SUBJECT: R--PROFESSIONAL, ADMINISTRATIVE AND MANAGEMENT SUPPORT SERVICES (CONTRACT AWARD) NONPERSONAL FINANCIAL ADVISORY SERVICES FOR JOINT VENTURE DEVELOPMENT POC Contact point: Brian A. Moravek, contracting officer, drms-po, (616)961-7122, FAX (616)961-4474 CNT SP4410-97-C-1000 AMT $300,000.00 DTD 121896 TO Kormendi-gardner partners, 1025 Connecticut Avenue, n.w., Suite 308, Washington, d.c. 20036 CITE: (I-354 SN014020) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: USASOC, DCOFS Acquistion And Contracting, Bldg. E-2929, Room 114, Fort Bragg, NC 28307-5200 SUBJECT: R--RESEARCH AND ADMINISTRATIVE SUPPORT POC David Fouche, Contract Specialist, US Army Special Operations Command (910)432-7670 CNT USZA92-97-M-8123 AMT $16,000.00 LINE 0001 DTD 122096 TO Russian and East European Partnerships, PO Box 227, Fineview, NY 13640 CITE: (W-355 SN014171) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: National Park Service, Harpers Ferry Center, Office of Procurement, P.O. Box 50, Taylor Street, Harpers Ferry, West Virginia 25425-0050 SUBJECT: R--NATURAL HISTORY MODELS AND EXHIBITS POC Kimberly A. Strite, Contract Specialist, (304) 535-6485 CNT 1443-CX-1100-97-006 AMT $000.00 DTD 122096 TO Academy Studios, Inc., 70 Galli Drive, Novato, California 94949 CITE: (I-355 SN014321) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: National Park Service, Harpers Ferry Center, Office of Procurement, P.O. Box 50, Taylor Street, Harpers Ferry, West Virginia 25425-0050 SUBJECT: R--NATURAL HISTORY MODELS AND EXHIBITS POC Kimberly A. Strite, Contract Specialist, (304)535-6485 CNT 1443-CX-1100-97-007 AMT $000.00 DTD 122096 TO Chase Studio, Inc., 205 Wolf Creek Road, Cedar Creek, Missouri 65627-9720 CITE: (I-355 SN014376) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Oc-Alc/Dir Of Contracting/Aircraft, 3001 Staff Dr Ste 2ag87a, Tinker Air Force Base Ok 73145-3020 SUBJECT: R--B-52 ENGINEERING SERVICES CNT F34601-93-C-0454P00070, FD2030-97--30424 AMT $432,000 DTD 121996 TO Boeing Defense And Space Group, Product Support Div Boeing Co, P O Box 7730, Wichita Ks 67277-7730 CITE: (I-355 SN014388) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Bureau of Prisons South Central Regional Office, 4211 Cedar Springs Road Suite 201, Dallas, TX 75219 SUBJECT: S--TRASH REMOVAL SERVICES POC Gwendolynne Todd, Contracting Officer, (214) 767-5902. CNT J364c-004 AMT $75,716.00 LINE N/A DTD 122096 TO BFI, Inc. , P. O. Box 1056, Nederland, TX 77627. CITE: (I-355 SN014225) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Officer in Charge of Construction/Resident Officer in Charge of Construction, Naval Air Station, Stop 49, 22445 Peary Road, Patuxent River, Maryland 20670-5504 SUBJECT: S--LEASED RELOCATABLE OFFICE LR-51, NAVAL AIR STATION, PATUXENT RIVER, MD POC Jacqueline M. Lacey (301) 342-3854, ext. 506. CNT N62477-96-D-3077 AMT Not-To-Exceed $65,775.00 LINE Bid Item 0001 and 000 DTD 121296 TO Valley Modular Office, Inc., P.O. Box 843, Abingdon, Maryland 21009 CITE: (M-355 SN014300) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: U.S. Department of Labor Office of Inspector General Office of Management and Counsel Room S5508 Washington, D.C. 20210 SUBJECT: V--LODGING AND CONFERENCE ROOMS POC Kathleen Young Contracting Officer (202) 219-7869 FAX (202) 219-9013 CNT L/IG 97-01 AMT $214590 DTD 121896 TO Grosvenor Resort - Walt Disney World Village 1850 Hotel Plaza Boulevard Lake Buena Vista, FL 32830-2202 CITE: (I-355 SN014295) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: W--Lease or Rental of Equipment OFFADD: Dir of Contracting, SIOLE-KO, CDRLEAD, 1 Overcash Avenue, Chambersburg, PA 17201-4152 SUBJECT: W--LEASE OF A BUCKET TRUCK FOR A BASE YEAR AND FOUR OPTION YEARS POC Point of Contact - Trudy Alleman, Contract Specialist, 717-267-9239 x305. Contracting Officer, Brenda S. Earnest, 717-267-9817 x260 CNT DAAC67-97-C-0002 AMT $46,500.00 LINE NA DTD 121996 TO Global Rental Co., 31 Inverness Center Parkway, STE 360, Birmingham, AL 35242 EMAILADD: tkeller@letterkenn-emhl.army.mil EMAILDESC: CITE: (D-355 SN014190) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Officer In Charge of Construction, 520 Turner Street, Pensacola, FL 32508-5225 SUBJECT: Y--INSTRUMENT LANDING SYSTEM (ILS) SITE PREPARATION AT FORREST SHERMAN FIELD, PENSACOLA, FL POC N/A CNT N65114-96-C-2166 AMT $472,653.00 DTD 121896 TO Barnes Electric Construction Company, Post Office Box 17269, Pensacola, FL 32522-7269 CITE: (I-354 SN014001) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Officer In Charge of Construction, 520 Turner Street, Pensacola, FL 32508-5225 SUBJECT: Y--CONSTRUCT WHITING FIELD RECREATION TRAILHEAD, NAVAL AIR STATION, WHITING FIELD, MILTON, FL POC N/A CNT N65114-96-C-2146 AMT $70,197.00 DTD 121096 TO Florida Grading & Paving, Inc., 5983 Commerce Road, Milton, FL 32583 CITE: (I-354 SN014021) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Federal Highway Administration, Central Federal Lands Highway Division (HPC-16), P.O. Box 25246, Denver, CO 80225 SUBJECT: Y--GRADING, DRAINAGE, & HOT ASPHALT TREATED BASE COURSE (WITH HOT ASPHALT SURFACING OPTION) ON 6.155 MILES OF ROAD IN KAIBAB NATIONAL FOREST, COCONINO COUNTY, AZ POC Federal Highway Administration, Central Federal Lands Highway Division (HPA-16), (303)969-5937 CNT DTFH68-97-C-00010 AMT $5,547,812.50 DTD 122096 TO Mountain Gravel & Construction Co., P.O. Box 788, Dolores, CO 81323 CITE: (W-355 SN014254) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Department of Commerce, Mountain Administrative Support Center, Procurement Division, MC3, 325 Broadway, Boulder, CO 80303-3328 SUBJECT: Z--CONSTRUCT FIRE PROTECTION SYSTEMS IN ANECHOIC CHAMBERS CNT 50RANB70C011 AMT $298,138.00 LINE B-1 and B-2 DTD 121196 TO SBA/Marquez Constructors, Inc., 5440 Marshall St. #7; Arvada, CO 80002 CITE: (I-354 SN014015) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 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--IMPROVE CAPEHART HOUSING, PH IV POC LGCC/Kay Clayton, Contracting Officer, 817/676-7493. CNT F41612-97-C0003 AMT $4,161,170.00 DTD 121896 TO Johnson Controls World Services Inc, 7315 North Atlantic Avenue, Cape Canaveral FL 32920 CITE: (W-354 SN014023) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 30 CONS/LGCCB, 806 13th St, Suite 2, Vandenberg AFB CA 93437-5226 SUBJECT: Z--REPLACE 16 WATER VALVES POC Tom Zidar (805) 734-8232 ext 6-1733 CNT F04684-97-C-0012 AMT $211,400.00 LINE 0001 DTD 121996 TO Valverde Construction , Inc 12402 Philadelphia Street, Whittier CA 90601 CITE: (W-355 SN014202) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: CO ENGFLDACT MW, Building 1A Suite 120, 2703 Sheridan Road, Great Lakes, IL 60088-5600 SUBJECT: Z--IMPROVEMENTS TO VEHICLE MAINTENANCE FACILITY, NMCRC, AURORA, CO!! POC Contracting Officer, Gerald V. Wegener, (847) 688-2600 X114 CNT N68950-95-C-9034 AMT $376,715.00 LINE N/A DTD 121996 TO Cyrus G. Delano, 4770 S. Wyandot Street, Englewood, CO 80110 LINKURL: N/A LINKDESC: EMAILADD: N/A EMAILDESC: CITE: (W-355 SN014241) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 90th Contracting Squadron, 7505 Marne Loop, F.E. Warren AFB, WY 82005 SUBJECT: Z--SABER - SIMPLIFIED ACQUISITION OF BASE ENGINEER REQUIREMENTS POC Sharon Gatenby, Contract Specialist or Carroll M. Vye, Contracting Officer, 307-775-2635 CNT F48608-97-D0006 AMT $20,000,000 NTE LINE N/A DTD 122096 TO Harbert-Yeargin, Inc., 100 Concourse Parkway, Suite 250, Birmingham, AL, 35244 CITE: (W-355 SN014244) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 354 Contracting Squadron/LGCC, 3112 Broadway Ave UNIT 5B, Eielson AFB, Alaska 99702-1887 SUBJECT: Z--REPLACE MILITARY FAMILY HOUSING POC Jason Edge, (907) 377-4916, Contract Administrator, Eielson AFB, Alaska. CNT F65503-97-C0003 AMT $19,191,000.00 LINE 0001, 004-005 DTD 111496 TO Kiewit Construction Company, 1577 C Street, Suite 101, Anchorage, AK 99501. CITE: (M-355 SN014299) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 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--CHILLER/COOLING TOWER UPGRADE, BLDG 8, CCAD, NAS, CORPUS CHRISTI, TX POC Irma Watts (512) 939-2154 or Contracting Officer Charlotte Cummins (512) 939-2154. CNT N62467-96-C-9383 AMT $574,475.00 LINE Lump Sum including Am DTD 120996 TO First Coast Contractors, 3035 Powers Ave, Suite 3, Jacksonsville, FL 32207-8011 CITE: (M-355 SN014306) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Commanding Officer, Navy Public Works Center, Naval Facilities Engineering Command Contracts, Code 220, Pearl Harbor, HI 96860-5470 SUBJECT: Z--INDEFINITE QUANTITY CONTRACT FOR EXTERIOR PAINTING, FAMILY HOUSING, OAHU, HAWAII POC Contact: S. Lillie, (808) 474-3385; Contracting Officer: A. Yuen, (808) 474-3385. CNT N62755-96-D-2983; 2984; 2985/IFB. No. N62755-96-B-2932 AMT $30,000,000.00 LINE BID ITEM 1 AND 2 DTD 121996 TO Extra Builder, Inc., 3236 Peck Rd., El Monte, CA 9173 Dynamics, Inc., 816 Gulick Ave., Honolulu, HI 96819; Society Painters, Inc., 96-1403 Waihona Pl., Pearl City, HI 96782 CITE: (I-355 SN014362) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 10--Weapons OFFADD: US Army Armament and Chemical Acquisition and Logistics Activity (ACALA), Attn: AMSTA-AC-PCC (WVL), Rock Island, IL 61299-7630 SUBJECT: 10--FEED THROAT ASSY POC Contract Specialist: Betty L. Foulks (309) 782-4399, PCO: Brian W. Schmidt (309) 782-8490 CNT DAAE20-97C0018 AMT $61,938 LINE DAAE20-96R0266 DTD 121896 TO Saco Defense Incorporated, 291 N. St., Saco, Maine 04072 CITE: (I-355 SN014327) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 12--Fire Control Equipment OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 12--LIMITER, PASSIVE POC Contact Point, C. W. Nye, 02132.6, (717)790-2173, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, W. R. Wolfe, 02132, (717)790-2191 CNT N0010496DL003, Sol Nr N00104-95-R-L424, NIIN 011887816 AMT $1 DTD 121696 TO Communications & Power Indsutries , Beverly ,MA 01915-0000 CITE: (I-355 SN014180) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 12--Fire Control Equipment OFFADD: US Army Armament and Chemical Acquisition and Logistics Activity (ACALA) Attn: AMSTA-AC-PCC (FQL), Rock Island , IL 61299-7630 SUBJECT: 12--EYEPIECE ASSEMBLY, O POC Contract Specialist: Vickie Buzzell (309) 782-4650, PCO: John E. Holmgren (309) 782-4836 CNT DAAE20-96C0057 AMT $43,400 LINE DAAE20-96B0199 DTD 112596 TO Seiler Instr. & Mfg. Co., Inc., 170 E. Kirkham Avenue, St. Louis, MO 63119 CITE: (I-355 SN014227) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 13--PROPELLANT, INITIATING POC Contact Point, A. L. Artz, 0242.2, (717)790-3353, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, M. E. Wise, 0242, (717)790-2753 CNT N0010497CKA25, Sol Nr N00104-96-R-K128, NIIN 014322263 AMT $442,710 DTD 120996 TO Thiokol Chemical Corp , Elkton ,MD 21921-0002 CITE: (I-355 SN014181) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives OFFADD: Supply Dept, Indian Head Division, Naval Surface Warfare Center 101 Strauss Ave, Indian Head MD 20640-5035 SUBJECT: 13--DETONATING CORD LIVE/INERT POC Contact Michael L. Burch, Contract Specialist, 1141B, (301) 743-6662 Celeste A. Mills, Contracting Officer, 1141. CNT Contract Number: N00174-97-C-0010 Solicitation No: N00174-96-R-0056 AMT $1,878,101.66 LINE 0001AA THRU 0004AA DTD 120396 TO Ensign-Bickford Company 660 Hopmeadow Street CITE: (I-355 SN014235) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 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--MIRROR-DAMPER-SUNSHADE ASSEMBLY CNT SP0920-97-M-1532 AMT $83,420.00 LINE 0001 THROUGH 7003 DTD 121996 TO Aiw-Alton Inc 1475 Palisado Ave P O Box 713 Windsor CT 06095-0713 CITE: (I-354 SN014045) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 14--Guided Missiles OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280 SUBJECT: 14--JAPANESE REVISIONING SERVICES POC Robert E. Thomas, Jr., Contract Specialist, AMSMI-AC-CBCB, (205) 876- 0845, Ann L. Byers Booth, MAJ,USA, Contracting Officer, AMSMI-AC-CBCB, (205) 876-5051 (PCB). CNT DAAH01-97-P-0270, Solicitation # DAAH01-96-T-0961 AMT $26,702.00 LINE 0001AA AND 0002AA DTD 121096 TO Lockheed Martin Vought Systems Corp., 1701 W. Marshall Drive, Grand Prairie, TX 75051-0003 CITE: (I-355 SN014232) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 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--INSULATION ASSEMBLY SOL SP0460-97-Q-B208 CNT SP0460-97-M-2442 AMT $47,532.00 LINE 0001 DTD 121996 TO Seaman Products of California 620 Arroyo Ave P.O.Box 9004 San Fernando CA 91341-9004 CITE: (I-355 SN014082) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--PANEL, TRAILING EDGE SOL SP0460-96-R-2194 CNT SP0460-97-C-5122 AMT $123,930.00 LINE 0001 DTD 121996 TO Airborne Product Support Inc 801 Avenida Acaso Camarillo CA 93012 CITE: (I-355 SN014086) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd, St Louis, mo 63120-1798 SUBJECT: 15--PYLON AIRCRAFT POC L. Anderson-Samuel, Procurement Technician, 314-263-0789, fax 314-263- 9012, Pamela Moran Contracting Officer, 314-263-0782. CNT DAAJ09-94-G-0005, 0026 AMT $ 799,190.00 LINE 0001AA DTD 122096 TO McDonnell Douglas Helicopter Company, dba McDonnell Douglas Helicopter System, 5000 E. McDowell Road, Mesa, AZ 85215-9797 CITE: (I-355 SN014324) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 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--PLATE, MOTOR HYDRAULIC. SOL SP0760-96-Q-T082 CNT F34601-95-G-0003-UBT4 AMT $264,024.00 LINE 0001AA THROUGH 0001AF DTD 121396 TO Vickers Inc Aerospace Marine Defense 5353 Highland Dr Jackson MS 39206 CITE: (I-355 SN014125) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 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--SENSOR UNIT. SOL SP0740-96-R-0550 CNT SP0740-97-C-0544 AMT $154,750.00 LINE 0001 THROUGH 0002 DTD 121996 TO Lisk G W Co 2 South St Clifton springs NY 14432-1195 CITE: (I-355 SN014126) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 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--SUPPORT ASSY; P/N 185842-1; 9 EA --1660010113266 CNT F42600-95-G-7501SD2E, FD2030-97-0-8023 AMT $25,128 DTD 121896 TO Allied Signal-Allied Signal Aero, Fluid Systems, P O Box 22200, Tempe Az 85285-2200 CITE: (I-355 SN014393) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 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--CAB ASSEMBLY CNT SP0750-97-M-1256 AMT $26,625.00 LINE 0001 THROUGH 0003 DTD 121196 TO Stewart and Stevenson Services Inc 5000 Interstate 10 W Sealy TX 77474 CITE: (I-355 SN014127) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 25--Vehicular Equipment Components OFFADD: Contracts Directorate, P. O. Drawer 43019, MCLB, Albany, GA 31704- 3019 SUBJECT: 25--CONTROL, FORCE AMPLIFIER POC Dixon B. Chatman, Contract Specialist, Code 894, (912)439-6761 Contracting Officer, Larry F. Pendley, Code 894, (912)439-6761. CNT N00383-93-G-M111/NC02/M67004-97-Q-4003 AMT $63,375.00 LINE N/A DTD 122496 TO Sundstrand, P. O. Box 7002, Rockford, IL 61125 CITE: (I-355 SN014221) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 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--SEAL, RING, STATIONARY SOL SP0480-97-Q-J368 CNT SP0480-97-M-F439 AMT $30,043.25 LINE 0001 DTD 112096 TO Honeycomb products Inc Indianapolis thermal processing Div 405 W Raymond St Indianapolis In 46225-1994 CITE: (I-355 SN014079) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 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--BOSS, NO. 6 BEARING STRUT SOL SP0480-96-Q-W335 CNT SP0480-97-M-F085 AMT $80,250.00 LINE 0001 DTD 121996 TO Lewis machine Co 22 John St East Hartford CT 06128-0205 CITE: (I-355 SN014083) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 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--PARTITION, NOZZLE SOL SP0500-96-Q-AV22 CNT F34601-97-G-0002-TZ03 AMT $36,127.50 LINE 0001AA THROUGH 0001AE DTD 121996 TO General Electric Co GE aircraft engines mail drop S133 1 Neumann Way P.O.Box 156301## Cincinnati OH 45215-6301 CITE: (I-355 SN014107) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 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--BODY, MOUNT SOL SP0480-97-Q-J088 CNT SP0480-97-M-F354 AMT $27,840.00 LINE 0001 DTD 121996 TO M/RAD Corp 71 Pine St Woburn MA 01801-3225 CITE: (I-355 SN014088) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 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 SP0740-97-R-1147 CNT F09603-94-G-0016-UB3C AMT $311,069.06 LINE 0001AA THROUGH 0001AF DTD 121796 TO Sikorsky Aircraft Corp MS S420A 6900 Main St P.O.Box 9729 Stratford CT 06497-9129 CITE: (I-355 SN014124) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 31--BEARING, ROLLER, NEEDLE SOL SP0500-97-Q-9758 CNT SP0500-97-M-T616 AMT $34,816.00 LINE 0001 DTD 121996 TO Roller Bearing Co of America 400 Sullivan Way P.O.Box CN 77430 Trenton NJ 08628-7430 CITE: (I-355 SN014095) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 31--BEARING, PLAIN, ROD END SOL SP0500-97-Q-A644 CNT SP0500-97-M-T795 AMT $38,464.40 LINE 0001 DTD 121996 TO E-Systems Inc Montek Div 2268 S 3270 W Salt Lake City UT 84119 CITE: (I-355 SN014108) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 31--BEARING, BALL, ANNULAR SOL SP0500-97-Q-9874 CNT SP0500-97-M-T728 AMT $39,200.00 LINE 0001AA THROUGH 0002AB DTD 121996 TO MRC Bearings SKF Aerospace 402 Chandler Street Jamestown New York 14701 CITE: (I-355 SN014109) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 31--BEARING, ROLLER, NEEDLE SOL 96TDX4-82-P-0500 CNT SP0500-97-M-8438 AMT $33,000.00 LINE 0001 DTD 121996 TO Torrington Co The Needle Bearings Div 59 Field St Torrington CT 06790-4942 CITE: (I-355 SN014114) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 39--Materials Handling Equipment OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 39--PALLET, MATERIAL HANDLING CNT SP0500-97-M-V114 AMT $31,104.00 LINE 0001 DTD 121996 TO Five star lumber Co 6899 Smith Ave Newark CA 94560 CITE: (I-355 SN014116) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 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--ADAPTER, STRAIGHT, PIPE TO BOSS. MONEL AND CNT SP0760-96-C-5055 AMT $44,100.00 LINE 5001AC DTD 121996 TO Marotta Scientific control Inc. 78 boonton Ave. P. O. Box 427 montville, NJ 07045 CITE: (I-355 SN014128) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air Force Base Ok 73145-3015 SUBJECT: 48--OVERHAUL-F16 EJECTOR SHUTOFF VALVE --4810013406457TP CNT F34601-97-C-0098, F34601-97-R-47329 AMT $27,152 DTD 121896 TO Kaiser Aerospace & Electronics Co, Kaiser Fluid Technologies, Po Box 5270, charlotte Nc 28225-5270 CITE: (I-355 SN014391) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--BRACKET, GEARBOX-LEFT HAND SOL SP0500-96-Q-MG95 CNT F34601-92-G-0011-TZG5 AMT $29,848.46 LINE 0001AA THROUGH 0001AB DTD 121996 TO General Electric Supply Co Support Services Section 158 Gaither Drive Mt Laurel N J 08054-1716 CITE: (I-355 SN014105) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--BOLT, SLABBED HEAD CNT SP0500-97-M-U520 AMT $99,996.00 LINE 0001AA THROUGH 0001AC DTD 121996 TO Lamson and sessions Co the valley-todeco 12975 Bradley Ave Sylmar CA 91342-3830 CITE: (I-355 SN014110) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--LATCH, ASSEMBLY CNT F04606-96-G-0011-TZ26 AMT $45,052.00 LINE 0002 DTD 121996 TO McDonnell Douglas Corp Douglas aircraft Co 2401 E Wardlow Rd Long Beach CA 90807-4418 CITE: (I-355 SN014111) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--STUD, TURNLOCK FASTENER SOL SP0500-97-Q-A482 CNT SP0500-97-M-U608 AMT $27,500.00 LINE 0001 DTD 121996 TO P B Herndon Company 4050 Lakeview Shores Ct Earth City Mo 63045 CITE: (I-355 SN014112) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 55--Lumber, Millwork, Plywood and Veneer OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 55--LUMBER, SOFTWOOD, BOARD; IN ACCORDANCE SOL SP0500-97-Q-C563 CNT SP0500-97-M-U467 AMT $78,408.00 LINE 0001 DTD 121996 TO Matheus lumber Co Inc 15800 Woodinville Redmond Rd Woodinville WA 98072 CITE: (I-355 SN014113) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Commander, Naval Air Warfare Center Weapons Division, Code 220000D, 1 Administration Circle, China Lake, CA 93555-6100 SUBJECT: 58--VIDEO CODER/DECODER POC Marge Schafer, Contract Specialist, 619-939-4292. CNT N68936-97-C-0062 AMT $239,358.00 LINE LINE 0001 THRU 00011 DTD 121696 TO Tektronix, Inc., Grass Valley Products, P.O. Box 1114, Grass Valley, CA 95945, (Lg.) CITE: (I-355 SN014334) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--RESISTOR, FIXED, COMP SOL SP0900-97-Q-0095 CNT SP0900-97-M-0038 AMT $25,310.40 LINE 0001 THROUGH 0008 DTD 121996 TO Tti 6500 POE Ave Suite 400 Dayton Ohio 45414 CITE: (I-354 SN014037) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--RESISTOR, FIXED, COMP SOL SP0900-97-Q-0075 CNT SP0900-97-M-0055 AMT $46,561.31 LINE 0001 THROUGH 0010 DTD 121896 TO Tti 6500 POE Ave Suite 400 Dayton Ohio 45414 CITE: (I-354 SN014038) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--ELECTRON TUBE CNT SP0960-97-C-0019 AMT $495,000.00 LINE 0001AA THROUGH 0001AF DTD 121996 TO Planar advance Inc 13950 SW Karl braun beaverton OR 97005 CITE: (I-354 SN014039) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--AMPLIFIER, INTERMEDI CNT SP0935-97-M-1668 AMT $99,684.00 LINE 0001 DTD 121996 TO Ail systems Inc sub of Eaton Corp 450 Commack Rd Deer Park NY 11729-4591 CITE: (I-354 SN014040) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--ELECTRON TUBE SOL SP0960-97-Q-A012 CNT SP0960-97-M-1452 AMT $50,550.00 LINE 0001 DTD 121996 TO Communications and power Industries Inc eimac Div 301 Industrial Way San Carlos CA 94070-2603 CITE: (I-354 SN014041) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 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, ROTARY SOL 96TW28-62-P-0900 CNT SP0930-97-M-1571 AMT $25,800.00 LINE 7001 DTD 121996 TO Ward Leonard electric Co Inc 31 South St Mount Vernon NY 10550-1714 CITE: (I-354 SN014042) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 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 ASSEMBLY SOL SP0930-97-Q-A041 CNT SP0930-97-M-2435 AMT $43,384.00 LINE 0001 THROUGH 0002 DTD 121996 TO SPD Technologies 13500 Roosevelt Blvd Philadelphia PA 19116 CITE: (I-354 SN014043) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 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 SP0970-96-R-A078 CNT SP0970-97-C-0018 AMT $243,250.00 LINE 0001AA THROUGH 0001AD DTD 121996 TO Jay-el products Inc DMT Div 23301 S Wilmington Ave Carson CA 90745-1921 CITE: (I-354 SN014044) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--CONNECTOR, PLUG, ELEC SOL SP0935-97-Q-1302 CNT SP0935-97-M-1650 AMT $46,800.00 LINE 0001 THROUGH 0002 DTD 121996 TO Connectec 1701 Reynolds Ave Irvine CA 92614 CITE: (I-354 SN014046) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 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-0095 CNT SP0900-97-M-0037 AMT $39,208.07 LINE 0001 THROUGH 0007 DTD 121996 TO Tti 6500 POE Ave Suite 400 Dayton Ohio 45414 CITE: (I-354 SN014047) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 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 ASSEMBLY CNT SP0905-97-M-1282 AMT $26,107.20 LINE 0001 THROUGH 0002 DTD 121996 TO Transaero Inc 80 Crossways Park Dr Woodbury NY 11797-2015 CITE: (I-354 SN014048) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 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 N00383-95-G-B500-UB01 AMT $166,575.00 LINE 7001AA THROUGH 7001AH DTD 121996 TO Lockheed Martin Corp Sanders a Lockheed Martin Co MS NHQ1-561 65 spit brook rd## P.O.Box 868 Nashua NH 03061-0868 CITE: (I-354 SN014049) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 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--CIRCUIT CARD ASSEMB POC Contact Point, Ronald J Brosso, 02152.11, (717)790-7312, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, Melanie A Pepperman, 02152, (717)790-3056 CNT N0010496PGC59, Sol Nr N00104-96-T-3264, NIIN 013455884 AMT $27,132 DTD 122996 TO Lockheed Martin Tactical Systems , Saint Paul ,MN 55121-00 CITE: (I-355 SN014182) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 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--INVERTOR, POWER, STATIC SOL SP0430-97-Q-Q115 CNT SP0430-97-M-R588 AMT $29,455.00 LINE 0001 DTD 121996 TO Power Paragon Inc airborne power 2002 E Watkins St Suite 1 Phoenix AZ 85034-5802 CITE: (I-355 SN014081) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--STATOR, GENERATOR SOL SP0430-96-Q-BR69 CNT N00383-95-G-M120-TYT3 AMT $38,567.99 LINE 0001AA THROUGH 0001AC DTD 121996 TO Alliedsignal Inc Aerospace Equipment Systems Tempe site 1300 W Warner Rd Tempe AZ 85285-2200 CITE: (I-355 SN014084) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--POWER SUPPLY SOL SP0430-97-Q-Q085 CNT SP0430-97-M-R626 AMT $32,371.44 LINE 0001 THROUGH 0002 DTD 121996 TO Am-mac Inc 38 Fairfield Pl West Caldwell NJ 07006 CITE: (I-355 SN014085) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--POWER SUPPLY SOL 96T876-12-P-0400 CNT SP0430-97-M-R533 AMT $56,235.00 LINE 0001AA THROUGH 0001AB DTD 121996 TO Alliedsignal Avionics Inc 15001 NE 36TH St P O Box 97001 Redmond WA 98073-9701 CITE: (I-355 SN014087) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 61--CABLE, RADIO FREQUENCY SOL SP0500-97-Q-4437 CNT SP0500-97-W-0837 AMT $99,500.00 LINE 0001 DTD 121996 TO Murry Benjamin Electric Co 174 Vanderbilt Avenue Brooklin NY 11205 CITE: (I-355 SN014115) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 61--WIRE, ELECTRICAL SOL SP0500-97-Q-2860 CNT SP0500-97-M-V034 AMT $32,960.00 LINE 0001 DTD 121996 TO McCaffrey and Associates 109 Gauntt St P.O.Box 189 Burlington NJ 08016 CITE: (I-355 SN014117) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Contracts Directorate, P. O. Drawer 43019, MCLB, Albany, GA 31704- 3019 SUBJECT: 61--POWER SUPPLY POC Donna L. Webber, Contract Specialist, Code 893, (912)439-6773 Contracting Officer, Sandra E. Walker, Code 893, (912)439-6773. CNT M67004-97-P-3005/M67004-96-Q-3034 AMT $54,475.00 LINE N/A DTD 121096 TO Pioneer Standard Electronics, Inc., Irvine, CA 92718 CITE: (I-355 SN014238) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 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--INVITRO DIAGNOSTICS REAGENTS,TEST KITS AND SETS POC SANDRA PERKINS, Contracting Officer (708) 786-4958 CNT V797P-5009X AMT $125,000 LINE N/A DTD 122096 TO Krackeler Scientific, Inc.57 Broadway, POB 1849, Albany, NY 12201-1849 CITE: (I-355 SN014343) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 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-Q4-94 OPEN SEASON I, WHEELCHAIRS POC Marsha D. Jeffries (708) 786-5198 CNT V797P-3378k AMT $3,000,000 LINE N/A DTD 112196 TO Crown Therapeutics, Inc., 100 Flordia Ave., P.O. Box 8089, Belleville, IL 62222-9964 CITE: (I-355 SN014358) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 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-Q4-94 OPEN SEASON I, WHEELCHAIRS POC Ledester Lumpkin (708) 786-5177 CNT V797P-3384k AMT $50,000 LINE N/A DTD 112696 TO Advanced Medical Systems, Inc., 352 Cleveland Pl., Ste. 105, Virginia Beach, VA 23463 CITE: (I-355 SN014359) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 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-Q2-94, OPEN SEASON I, 65 II C, DENTAL EQUIPMENT AND SUPPLIES POC Carol J. Calhoun, Contracting Officer (708) 786-5190 CNT V797P-3387k AMT $75,000 LINE N/A DTD 120696 TO ASI Medical, Inc., 14550 E. Easter Ave., #1000, Engelwood, CO 80112 CITE: (I-355 SN014361) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 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-Q4-94, OPEN SEASON I, 65 II F, WHEELCHAIRS POC Marsha D. Jeffries, Contracting Officer, (708) 786-5198 CNT V797P-3386k AMT $50,000 LINE N/A DTD 121196 TO Paraglide Medical, Inc., 12001 31st Ct., North, St. Petersburg, FL 33716 CITE: (I-355 SN014363) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 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-Q2-94, OPEN SEASON I, 65 II C, DENTAL EQUIPMENT AND SUPPLIES POC Mark A. Sojka, Contracting Officer, (708) 786-5195 CNT V797P-3389k AMT $327,916 LINE N/A DTD 121296 TO Coltene/Whaledent Inc., 750 Corporate Dr., Mahwah, NJ 07430 CITE: (I-355 SN014364) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 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--PROBE, TEMPERATURE SOL SP0440-96-R-3150 CNT SP0440-97-C-0156 AMT $72,648.00 LINE 0001AA THROUGH 0001AB DTD 121696 TO Rosemount Aerospace Inc 14300 Judicial Rd Burnsville MN 55306-4898 CITE: (I-355 SN014078) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 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--PRISM, OPTICAL SOL SP0440-97-Q-T100 CNT SP0440-97-M-X679 AMT $30,430.00 LINE 0001 DTD 121996 TO R and D electronics Inc 5501 highway 431 S brownsboro AL 35741 CITE: (I-355 SN014080) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense Personnel Support Center 2800 S 20TH Street Phila PA 19101-8419 SUBJECT: 66--SIMULATOR, ELECTRODE, AUTOMATED ANALYZER USE WITH SOL SPO200-97-R-8005 CNT SP0200-97-M-CA14 AMT $82,751.76 LINE 0001AA DTD 121996 TO Ciba Corning diagnostics Corp 115 Norwood Park S Norwood MA 02062 CITE: (I-355 SN014123) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 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--DIGITIZING OSCILLOSCOPES POC Contact Point, R. D. Rhoades, 02151.5, (717)790-3234, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, T. E. Trump, 021x, (717)790-2736 CNT N0010497DN007, Sol Nr N00104-95-R-ND54, NIIN 014388024 AMT $1 DTD 120296 TO Tektronix Inc , Beaverton ,OR 97077-0001 CITE: (I-355 SN014183) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: US Army Armament and Chemical Acquisition and Logistics Activity (ACALA) Attn: AMSTA-AC-PCC (FQL), Rock Island , IL 61299-7630 SUBJECT: 66--HEADREST, OPTICAL IN POC Contract Specialist: Vickie Buzzell (309) 782-4650, PCO: John E. Holmgren (309) 782-4836 CNT DAAE20-97C0015 AMT $37,052 LINE N/A DTD 112596 TO Basic Rubber & Plastics, 8700 Boulder Court, Walled Lake, MI 48390 CITE: (I-355 SN014228) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 68--Chemicals and Chemical Products OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code 8732 , PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 68--MORPHOLINE, REAGENT POC Contact Point, J. L. Michael, 87322.4, (717)790-1427, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, J. L. Michale, 87322.4, (717)790-1427 CNT N0010497D7007, Sol Nr N00104-96-R-BP74, NIIN 010209872 AMT $1 DTD 121396 TO Hawk Creek Lab Inc , Glen Rock ,PA 17327-9622 CITE: (I-355 SN014184) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Patent & Trademark Office, Office of Procurement, Box 6, Washington, DC 20231 SUBJECT: 70--DATA WAREHOUSE FOR THE PATENT AND TRADEMARK OFFICE CNT 50-PAPT-7-00014 AMT $8,762,020.00 DTD 121996 TO MRJ Technology Solutions, 10560 Arrowhead Drive, Fairfax, VA 22030. The dollar amount listed above is the overall evaluated price. POC Becky Morehart, Contracting Officer, 703-305-8555. CITE: (I-354 SN014010) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Federal Computer Acquisition Center (FEDCAC), 83 Hartwell Avenue, Lexington, MA 02173-3115 SUBJECT: 70--CORPORATE COMPUTING SYSTEMS (NIH) FEDCAC PROJECT 108 POC Mary E. Doherty, Contracting Officer, (617) 860-7103; Jeannine D. Lemay, Contract Specialist CNT GS00K97ALD0001 AMT $55,288,712 LINE N/A DTD 121896 TO FDC Technologies, Inc., 4800 Hampden Lane, Bethesda, MD 20814 LINKURL: http://www.gsa.gov/fedcac LINKDESC: EMAILADD: mary.doherty@gsa.gov EMAILDESC: CITE: (W-355 SN014169) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 78--Recreational and Athletic Equipment OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102 SUBJECT: 78--ATHLETIC AND RECREATIONAL EQUIPMENT; CRAFTS AND HOBBIES; TOYS AND PRESCHOOL AIDS; THEATRICAL EQUIPMENT AND SUPPLIES SOL 7FXG-J3-96-7802-B POC Robert F. Zentell 817 978-8654 CNT GS07F9409G AMT $125,000.00 DTD 101296 TO Sport specific of America, Inc. 2707 satsuma Dallas, TX 75229 CITE: (I-354 SN014028) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 78--Recreational and Athletic Equipment OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102 SUBJECT: 78--ATHLETIC AND RECREATIONAL EQUIPMENT; CRAFTS AND HOBBIES; TOYS AND PRESCHOOL AIDS; THEATRICAL EQUIPMENT AND SUPPLIES SOL 7FXG-J3-96-7802-B POC Margaret Evans 817 978-8646 CNT GS07F9411G AMT $125,000.00 DTD 121096 TO Sico North America, Inc. 7525 cahill Rd. Minneapolis, MN 55439 CITE: (I-354 SN014029) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 78--Recreational and Athletic Equipment OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102 SUBJECT: 78--ATHLETIC AND RECREATIONAL EQUIPMENT; CRAFTS AND HOBBIES; TOYS AND PRESCHOOL AIDS; THEATRICAL EQUIPMENT AND SUPPLIES SOL 7FXG-J3-96-7802-B POC Margaret Evans 817 978-8646 CNT GS07F9407G AMT $125,000.00 DTD 120996 TO Step 2 educational sales Co. 10010 aurora-hudson Rd. streetsboro, OH 44241-0412 CITE: (I-354 SN014030) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 78--Recreational and Athletic Equipment OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102 SUBJECT: 78--ATHLETIC AND RECREATIONAL EQUIPMENT; CRAFTS AND HOBBIES; TOYS AND PRESCHOOL AIDS; THEATRICAL EQUIPMENT AND SUPPLIES SOL 7FXG-J3-96-7802-B POC Kellie Stoker 817 978-8655 CNT GS07F9397G AMT $125,000.00 DTD 120996 TO Elves and Angel N.W. 552 Hastings Ave. port townsend, WA 98368 CITE: (I-354 SN014031) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 78--Recreational and Athletic Equipment OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102 SUBJECT: 78--ATHLETIC AND RECREATIONAL EQUIPMENT; CRAFTS AND HOBBIES; TOYS AND PRESCHOOL AIDS; THEATRICAL EQUIPMENT AND SUPPLIES SOL 7FXG-J3-96-7802-B POC Kellie Stoker 817 978-8655 CNT GS07F9396G AMT $125,000.00 DTD 120996 TO David & goliath suplrs & dstbrs. P.O. Box 2140 New York, NY 10008 CITE: (I-354 SN014032) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 80--Brushes, Paints, Sealers and Adhesives OFFADD: General Services Administration -PROC.DIV.(10FTP) 400 15TH Street SW. room 1408 Auburn, WA 98001-6599 SUBJECT: 80--8010 - POLYURETHANE COATING SOL TFTP-97-XT-1342-N POC Yvonne J. Salas (206-931-7082 CNT TF40669 AMT $50,000.00 DTD 121996 TO Asc-dallas Courtaulds Aerospace Grand Prairie, TX 75050 CITE: (I-354 SN014033) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings, Tents and Flags OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET NW - Material Mgt Branch, WASHINGTON, DC 20534-0001 SUBJECT: 83--WEBBING POC Contracting Officer, MCPHERSON, CHYREL, (202)508-3942 CNT 1PI-C-2892-97 AMT $7,932 LINE 0002 - 0003 DTD 121296 TO JJ Contracting Services, 2746 Heritage Lane, Morrow, GA 38268 CITE: (I-355 SN014283) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings, Tents and Flags OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET NW - Material Mgt Branch, WASHINGTON, DC 20534-0001 SUBJECT: 83--WEBBING POC Contracting Officer, MCPHERSON, CHYREL, (202)508-3942 CNT 1PI-C-2893-97 AMT $1,806 LINE 0001 and 0004 DTD 121796 TO SUMMIT FEET, INC., 1306 N.W. HOYT STREET, SUITE 405, PORTLAND, OR 97209 CITE: (I-355 SN014284) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 84--Clothing, Individual Equipment and Insignia OFFADD: Defense Personnel Support Center 2800 So. 20TH St. Philadelphia, PA. 19145-5099 SUBJECT: 84--BRASSARD, SECURITY POLICE, USAF CNT SP0100-97-M-EA89 AMT $32,858.00 LINE 0001AA DTD 121996 TO Traditions workshop Inc 106 N River Dr E Jupiter FL 33458 CITE: (I-355 SN014104) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 95--Metal Bars, Sheets and Shapes OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 95--PLATE METAL SOL SP0500-97-Q-3917 CNT SP0500-97-M-S301 AMT $80,054.00 LINE 0001 DTD 121996 TO Interstate Steel Supply Co 1800 E Byberry Rd Philadelphia PA 19116 CITE: (I-355 SN014106) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: U.S. Fish & Wildlife Service, Contracting and General Services, P.O Box 1306, Albuquerque, NM 87103-1306 SUBJECT: 99--SUPPLY GRAVEL POC Dolores Bello, Contract Specialist, 505-248-6794, ext. 16. CNT 1448-20181-97-C004 AMT $44,875.00 LINE ITEMS 001 AND 002 DTD 121196 TO C. W. & A., Inc.; P. O. Box 2058; Victoria, TX 77902; 512-573-3236 CITE: (I-355 SN014215) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 24, 1996] PART: SPECIAL NOTICES SUBJECT: AFFORDABLE MULTI-MISSILE MANUFACTURING PROGRAM DESC: AFFORDABLE MULTI-MISSILE MANUFACTURING PROGRAM -- The Defense Advanced Research Projects Agency, in cooperation with the Army, Navy and Air Force, intends to solicit proposals for Phase 3 of the Affordable Multi-Missile Manufacturing Program, an advanced technology demonstration program initiated in FY 95. The purpose of the program is to demonstrate advanced missile design and manufacturing enterprise concepts that can substantially reduce the cost and cycle times associated with the development and production of the DoD portfolio of tactical missiles and smart munitions. Phase 3 is the Implementation and Demonstration Phase of the program during which successful offerors will implement and integrate innovative design and manufacturing system concepts together with new management and business practices to form pilot missile enterprises. Successful offerors will conduct demonstrations of capabilities through implementation and demonstration of the pilot enterprises in real missile programs. It is not required that offerors for the Implementation and Demonstration Phase (Phase 3) be participants in the Concept Definition and Concept Validation Phases (Phases 1 and 2) of the program. However, during the evaluation of proposals for Phase 3, substantially more weight will be given to proposed enterprise concepts that have been validated by demonstration, simulation etc. during Phase 2 of the Program, or that have otherwise been shown in some comparable manner to have significant potential for attaining the program objectives. A draft solicitation for the Implementation and Demonstration Phase is available for industry review and comment on the World Wide Web at the Home Page for the Affordable Multi-Missile Manufacturing Program (http://www.sainc.com/arpa/am3/index.htm). Potential offerors who want to receive a hard copy of the draft solicitation by mail must submit their requests by FAX to DARPA at (703) 696-3999, Attention: Affordable Multi-Missile Manufacturing Program. Industry comments are due at DARPA on or before 4:00 PM on January 31, 1997. Comments should be delivered to Defense Advanced Research Projects Agency, Defense Sciences Office, Attn: Keith Miller, 3701 North Fairfax Drive, Arlington, VA 22203-1714. CITE: (I-354 SN013987) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: SPECIAL NOTICES SUBJECT: SUPERFUND CONTRACTING 2000-LONG TERM CONTRACTING STRATEGY DESC: The Office of Solid Waste and Emergency Response (OSWER) and the Office of Acquisition Management (OAM) are pleased to invite you to the Superfund (SF) Contracting 2000 Symposium Wednesday, February 5, 1997 from 9:00 a.m to 3:00 p.m at the EPA Auditorium, 401 M. Street, S.W., Washington, DC to discuss the Superfund LTCS. The symposium will provide an opportunity for federal, state, and local governmental agencies, the federal contracting community, and other stakeholders to provide input into the design of the Agency's SF LTCS for the Year 2000 and beyond. The registration form is available on the EPA/OAM Home page or you may contact Anne D. Hudson (202) 260-9974 for a copy. There will be a limit of two (2) representatives per organizational entity. Your registration form and your ideas/suggestions/recommendations should be submitted to Anne D. Hudson, OAM Superfund/RCRA Procurement Operations Division by January 15, 1997: U.S. Postal Service, Anne D. Hudson, Mail Code 3805F, USEPA Waterside Mall WSM, 401 M. Street S.W., Washington, DC 20460; Courier Service, Anne D. Hudson, Mail Code 3805F, USEPA Fairchild Building, 499 S. Capitol Street, S.W., Washington , DC 20024; E-mail Hudson.Anne@epamail.epa.gov. Among any other ideas or thoughts you wish to offer, we would appreciate your views on the following: Streamlining and Innovative Ideas; Performance Based Contracting; What is working well with current contract structure; What could be improved to make the contracting structure work better; Good experiences with other Federal Agencies USEPA could learn from; Award Fee vs. Fixed Fee; Pros and Cons to EPA's decentralized LTCS contracts!! EMAILADD: hudson.anne@epamail.epa.gov EMAILDESC: CITE: (W-355 SN014200) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: SPECIAL NOTICES SUBJECT: INDUSTRY BRIEF - MULTIFUNCTIONAL INFORMATION DISTRIBUTION SYSTEM, LOW VOLUME TERMINAL (MIDS-LVT) (ALSO SEE CBD ANNOUNCEMENT# 45 PUBLISHED 01 MAY 1996) DESC: The Program Executive Officer for Space, Communications and Sensors (PEO-SCS)is sponsoring an industry briefing, in San Diego, CA, on 22 January 1997. This industry briefing will provide pre-solicitation information about the pre-production readiness contracts and production of the Multifunctional Information Distribution System - Low Volume Terminals (MIDS-LVT). Attendance by contractors is restricted to companies within the territories of the MIDS-LVT development program participants (France, Germany, Italy, Spain and US). The briefing will amplify the MIDS-LVT production plans announced in CBD synopsis #45 published 01 May 1996. The MIDS-LVT program is an on-going international (U.S., France, Germany, Italy, Spain) cooperative program established to develop tactical information system terminals that are smaller, lighter, fully compatible with, and as capable as Joint Tactical Information Distribution System (JTIDS) Class 2 terminals. The MIDS-LVT is an advanced data link system that provides information distribution, precise position location, and identification capabilities for military applications. MIDS-LVT provides these capabilities through the use of a time division multiple access architecture, spread spectrum waveform, and embedded cryptographic features. The MIDS-LVT will be interoperable with the JTIDS Class 2 waveform and compliant with the TADIL-J message standard. The reduced size, cost, and improved reliability of MIDS-LVT will make it advantageous for use in numerous air, maritime, and ground applications in all U.S. services. Initial U.S. production requirements are estimated to be approximately 1000 to 2000 units through FY 2003. Additional quantities are anticipated and will be further discussed at the brief. The focus of the briefing will be to outline the planned production readiness activities, for 1997 and 1998, leading to production in 1999. The approach plans to assist and foster increased industrial participation in LINK 16 and MIDS to provide a strong competitive base for technology evolution. The briefing will also provide information on the overall MIDS-LVT acquisition strategy including acquisition reform initiatives that will be incorporated within the strategy. After the briefing, industry will be solicited to participate in one-on-one dialog for the purpose of discussing the MIDS-LVT strategy, or other related issues. Updated information relative to the briefing, the briefing location, the production library, and other related information, can be downloaded electronically from the SPAWAR Bulletin Board Website, http://bbs.spawar.navy.mil, as it becomes available. There is no access fee or pre-established password. Questions concerning the software configuration of the bulletin board may be directed to the Webmaster located on this webpage, Mr. Martin D. Gurganus, SPAWAR 10-16B, Voice: 703-602-1842, or E-Mail: gurganus@spawar.navy.mil or gurganus@nosc.mil. Eligible persons desiring to attend this briefing shall send a written request to Mr. Charles Nurse at: SPAWAR 02-21N, Space and Naval Warfare Systems Command, 2451 Crystal Drive, Crystal Park Five, Room 200, Arlington, VA 22245-5200 (Tel (703) 602-0839). Your request shall identify the persons who will be attending the industry brief, your company address and state whether or not your company meets the requirement of being within the territories of the MIDS-LVT development program participants (France, Germany, Italy, Spain and US). It is recommended that companies attending bring representatives from engineering, logistics and procurement disciplines. The number of attendees from each company will be limited to 5 representatives. Facsimile request for attendance will be accepted at (703) 602-7367. Alternate points of contact are Ms. Diane Thornewell at (703) 602-7906 or Mr. Don Trayer at (703) 602-6081. CITE: (I-355 SN014236) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 24, 1996] PART: SPECIAL NOTICES SUBJECT: J--SURVIVABILITY AND DAMAGE CONTROL EQUIPMENT DESC: SHIPBOARD HUMAN SUPPORT SYSTEMS TECHNOLOGY The Naval Sea Systems s Command (NAVSEA) Affordability Through Commonality (ATC) Project Hull Support Group is investigating new concepts for shipboard hull support systems that will result in ship life cycle cost savings. Savings may be incurred through modularity, equipment and interface standardization/commonality on a fleet wide basis, commercialization, improved/efficient assembly of equipment/systems, and replaceable components/subassemblies to ease maintenance. In particular, the DAMAGE CONTROL (DC) area desires to identify technologies that can reduce condition one DC manning requirements to less than 50% of today's manning requirements. Specifically, The Navy is seeking innovative equipment that will result in reduced cost and improved capabilities in the four areas listed below: Operational Requirement for Emergency Lighting The U.S. Navy requires rugged, portable sources of emergency lighting. This temporary system will be stowed in Damage Control Lockers and used as needed to illuminate damaged sections of a ship undergoing emergency repair. 115 Volt / 15 amp electrical outlets will be available to power the lighting system. The lighting system will be required to illuminate 120' of passageway and an 8' high 400 ft2 compartment, in such a manner that repair parties can safely conduct damage control operations. All components of the lighting system must be non-toxic. Operational Requirement for Emergency Communications: The U.S. Navy requires rugged, small, lightweight, inexpensive communication receivers and transmitter/receivers. The purpose of the devices will be to enhance the communications between Damage Control On Scene leaders and members of their damage control repair party. It is required that the On Scene leader will have the receiver/transmitter and that each member of their damage control repair party will have a receiver. The receiver should be small enough to be worn while wearing a standard Navy Firefighting helmet. The Navy will also consider the use of a receiver / `acknowledge tone transmitter' to be used by members of the repair party. The device would have the added benefit of providing the On Scene Leader with an acknowledgment that a member of his party received his transmission. This receiver / `acknowledge tone transmitter' is subject to the same requirements of size, weight, and robustness. Operational Requirement for Pipe Repair and Hull Repair: The U.S. Navy requires rugged, fast acting, easily applied methods of repairing pipe and hull damage. Proposed pipe repair products should be capable of repairing ruptured pipes from 1" through 12" in diameter. Proposed hull repair products should be capable of repairing a 24" x 24" hole, at depths of up to 32' of water. For both pipe and hull repair products great emphasis will be placed on the ability of the product to be applied with a minimum of personnel, and in a short amount of time. Operational Requirement for Shoring Operations: The U.S. Navy requires products that will improve the efficiency of shoring operations to support weakened structural bulkheads. Currently the Navy uses both wood shoring and adjustable steel shoring. Proposed products should offer improvements in the area of lighter weight, more adjustability, and quicker set up times. Proposed products should be able to support up to 12,000 lbs in direct compression. Parties interested in submitting information should do so by 31 January 1997 to: John J. McMullen and Associates, Century Building Suite 715, 2341 Jefferson Davis Highway, Arlington, VA 22202, ATTN: Mr. Bob Humphrey. Phone: (703) 418-1669 (V), (703)-418-4269 (F). Email: BHumphrey@JJMA.COM Typical information might include drawings, equipment, lists, specifications, or brochures. Respondents should indicate whether or not they would consider attending a future industry brief. This announcement is a request for information only and is not a request for proposal (RFP) or announcement of solicitation. Response to this announcement is on a voluntary basis; the Navy neither intends to award a contract on the basis of this request nor to otherwise pay for information provided. CITE: (I-355 SN014255)