[Commerce Business Daily 1996] [From the U.S. Government Printing Office, www.gpo.gov] [Commerce Business Daily: Posted December 05, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Lockheed Idaho Technologies Company, P.O. Box 1625, Idaho Falls, ID 83415-3521 SUBJECT: A--MOBILE-BASED NONDESTRUCTIVE ASSAY SYSTEM EVALUATION SOL CBD058 DUE 010897 POC Michael E. McIlwain 208-526-8130 DESC: Lockheed Martin Idaho Technologies Company (LMITCO), is a management and operating contractor for the Department of Energy (DOE) at the Idaho National Engineering Laboratory (INEL). The DOE Characterization, Monitoring and Sensors Technology Cross-cut focus Area in conjunction with the LMITCO Mixed Waste Focus Area (MWFA) intends to evaluate current state-of-the-art mobile based nondestructive assay systems presently available to assay 55 and 83 gallon waste drums. The intent is to determine status of currently available commercial and governmentally developed mobile assay systems for meeting the requirements of the Department of Energy's Waste Isolation Pilot Plant (WIPP) Waste Acceptance Criteria (DOE/WIPP-069) and Quality Assurance Program Plan (CAO-94-1010). This demonstration may be used by the Carlsbad Area Office in support of selecting technologies to support mobile characterization requirements defined in the National TRU Waste Management Plan (DOE/NTP-96-1204) and needs identified in the Mobile Systems Capability Plan (DOE/NTP-96-1202). The focus of this demonstration is to select systems for test based on criteria that will be provided to those responding to this announcement and at an informational session conducted at the 5th Nondestructive Assay and Nondestructive Examination Waste Characterization Conference in Salt Lake City, Utah on January 14-16, 1997. Based on the results of the response to this criteria, systems will be selected to be tested at the INEL on surrogate and real waste drums representing waste that will be shipped to the WIPP facility for disposal. Successful applicants will receive partial financial support for performing these tests (approximately equal to two people at $90/hour for an estimated 35 day test period). Successful applicants will also be required to meet all safety requirements of the INEL, which will be evaluated both in writing and visually prior to transferring the system to the INEL. Organizations with interest in participating in this program and receiving additional information are asked to submit a contact name and address to Michael McIlwain, LMITCO, P.O. Box 1625, Idaho Falls, ID 83415-3805, (telephone (208)526-8130). Subsequent information may be requested from respondents on their technologies in addition to information in the criteria document supplied. The preliminary plan for demonstration test calls for measurements on each of 33 real waste drums, selected randomly from the INEL waste stream inventory, and on 10 simulated "real waste" drums. This request for interested parties will close to response 30 days after publication. This call supersedes the announcement appearing in the October 21, 1996 edition of the Commerce Business Daily, issued by the Special Technologies Laboratory. LINK http://www.wastenot.inel.gov/mwfa LINKDESC: Program EMAIL mem@inel.gov EMAILDESC: CITE: (W-340 SN009391) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Transit Cooperative Research Program, Transportation Research Board, 2101 Constitution Avenue, NW, Washington, DC 20418 SUBJECT: A--ANNOUNCEMENT OF TCRP RESEARCH ALLOCATIONS FOR 1997 POC Steve Andrle, (202) 334-3224. DESC: The Transit Cooperative Research Program is soliciting statements of qualifications and interest in TCRP Project J-8A, New Paradigms for Public Transportation: A Scoping Study. The objective is to conduct a scoping study on new paradigms for public transportation in the United States. This effort should consider the various forces affecting public transportation and propose specific actions, including research projects, to assist the industry and the communities it serves in coping with and preparing for change. Solicitation on this project is now available on the Transportation Research Board's world-wide web homepage (www2.nas.edu/trbcrp/tcrp2.html) with a December 20, 1996 due date. CITE: (M-341 SN009530) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Commander, U. S. Army Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280 SUBJECT: A -- DEVELOPMENT OF THREAT SYSTEMS SOL DAAH01-97-R-A109 DUE 123096 POC Stephen D. Bradford, Contract Specialist, 205-842-8083, Bruce J. Metzger, Contracting Officer, 205-876-4202. DESC: The opposing Force Analysis Suite effort will provide for the development of threat systems which are real-time, hardware-in-the-loop (HWIL), and man-in-the-loop (MITL). The design, performance, and High-Level Architecture service and systems, will be integrated into an object oriented framewok that is designed to aid in the development, analysis, assessment, and test of threat systems. The proposed contract will provide the engineering and analytical expertise, intelligence background and clearances, and operational test and evaluation capability required to accomplish the program objectives. The proposed acquisition listed here is a sole source procurement to TASC, Inc. 55 Walkers Brook Drive, Reading, MA 01867. See Numbered Note(s): 22, 25. CITE: (I-341 SN009537) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: R&D Contracting Directorate, 2530 C St, WPAFB, OH 45433-7607 SUBJECT: A -- AUTOMOTIVE COMPOSITE PROCESS TECHNOLOGY FOR AEROSPACE SOL PRDA NO. 97-30-MLK DUE 011797 POC Mike Grommon, Contract Negotiator or Federick Reuth, Contracting Officer, (937) 255-5051. DESC: A--INTRODUCTION: Wright Laboratory (WL/MLKN) is interested in receiving proposals (technical and cost) on the research effort described below. Proposals in response to this Program Research and Development Announcement (PRDA) shall be submitted by 17 Jan 97, 1500 Eastern Time, addressed to Wright Laboratory, Directorate of R&D Contracting, Bldg 7, Area B, Attn: (Mr. Mike Grommon, 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 receipt after the cutoff date and time specified herein shall be treated in accordance with restric-tions 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 permit subsequent dates of proposal submission. Offerors should request a copy of the WL Guide entitled, "PRDA and BAA Guide for Industry" dated Nov 92. 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 stated herein. The Guide is also available on the internet, address: http://www.wl.wpafb.af.mil/ contract. B--REQUIREMENTS: (1) Technical Description: The objective of this effort is to dramatically reduce composite processing costs through the use of processes used by the auto-motive industry to manufacture parts including, but not limited to, the Programmable Powdered Preform Process (P4), enabling increased exploitation of the performance benefits that advanced composite materials offer to aerospace structural applications. P4 is currently capable of varying the length and orientation of glass fibers on the fly for highly tailored reinforcement strategies, of producing very complex net structural shapes, and of generating very low material scrappage. Such preforms can then be coupled with very low cost resin infiltration techniques such as resin transfer molding, vacuum-assisted resin transfer molding, resin film infusion, etc. to produce low-cost, high-performance composite structures. This effort involves performing studies and conducting exploratory development toward the application of automotive composite processes to aerospace structural applications. To successfully transition these processes to the aerospace industry, the offeror shall integrate a team of aerospace companies that manufacture military aircraft. Also, the offeror shall have familiarity and experience with the automotive composites processing equipment and with data on such processes from the automotive community. A wide variety of issues exist for the required development. These issues include the use of aerospace grade carbon fibers and resins, the effect of discontinuous fibers, varying fiber length, and fiber misalignment on mechanical properties, the compatibility of the process and the equipment with aerospace grade materials, the ability to achieve fiber volumes necessary for aircraft structure, and the ability to lay up parts with variable thickness, stiffeners, and holes/openings. As a result, a wide variety of approaches could be taken by the contractors. (2) Deliverable Items: The following deliverable data items shall be proposed: (a) R&D Status Report, DI-A-3002A/T, monthly, (b) Funds and Man-Hour Expenditure Report, DI-FNCL-80331/T monthly, (c) Project Planning Chart, DI-MGMT-80507A/T monthly, (d) Contract Funds Status Report (CFSR), DI-F-6004B/T monthly, (e) Presentation Material, DI-3024A/T, as required, (f) Informal Technical Information Contractor's Billing Voucher, DI-S-30593/T, monthly, (g) Scientific and Technical Reports Interim Report, DI-MISC-80711/T semiannual, and (h) Scientific and Technical Reports Final Report, DI-MISC-80711, draft and reproducible final. (3) Security Requirements: No classified information is expected to be generated. (4) Other Special Requirements: International Traffic in Arms Regulations apply. C--ADDITIONAL INFORMATION: (1) Anticipated Period of Performance: The total length of the technical effort is estimated to be 26 months. The contractor shall also provide for an additional 4 months for processing/ completion of the final report. (2) Expected Award Date: 2 Jul 97. (3) Government Estimate: The Government funding profile is estimated to be as follows: FY97, $7.5M. This funding profile is an estimate only and is not a promise for funding as all funding is subject to change due to Government discretion and availability. (4) Type of contract: Cost Plus Fixed Fee (CPFF). (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: Foreign Sources are not permitted to respond due to ITAR requirements. (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 52.21512, 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. In an effort to move toward paperless contracting, you are encouraged to submit your cost and technical proposals via electronic means on computer disk or CD-ROM. Please note that classified information shall NOT be submitted on disk. If proposals are not submitted on computer disk or CD-ROM, they shall be submitted in an original and five copies. If proposals will be submitted by electronic means, submit two paper copies and five electronic copies. The disks shall be 3.5 inch high density disk or on CD-ROM. 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 contrac-tually bind or otherwise commit the government. (2) Cost Proposal: Adequate price competition is anticipated. The accompanying cost proposal/price breakdown shall be furnished with supporting schedules and shall contain a personhour breakdown per task. Offerors may utilize form SF1448 if desired. A copy of the above-referenced form may be obtained from the con-tracting officer. (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 teaming arrangements, prior work in this area, descriptions of available equipment including the auto-motive composites processing 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. 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. PL 98-94 applies. Offerors must submit approved DD Form 2345, Export-Controlled DOD Technical Data Agreement with their proposal. Any questions concerning the technical proposal or SOW preparation shall be referred to the Technical Point of Contact cited in this announce-ment. (4) Page Limitations: The technical proposal shall be limited to 75 pages (12 pitch or larger type), double-spaced, single-sided, 8.5 by 11 inches. If electronic means are used, it shall be readable by Microsoft Word for Windows, version 6.0. The double spacing requirement shall be satisfied by Microsoft Word's double spacing method and the 12 pitch or larger requirement shall be satisfied by setting the Microsoft Word for Windows type size (point) at 12 or larger. 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 60 pages as a goal. If electronic means are used, it shall be readable by Microsoft Excel for Windows, Version 5.0. (5) Preparation Cost: This announcement does not commit the Govern-ment 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 speci-fied in FAR 31.205-18. (6) If selected for negotiations, qualifying offerors will be required to submit a subcontracting plan. 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 technical aspect, which is ranked as the first order of priority, shall be evaluated based on the following criteria which are of equal importance: (a) The offeror's technical approach to accomplish the scientific and technical objectives, (b) The offeror's understanding of the scope of the work, including the understanding of the cost drivers associated with composite appli-cations to aerospace vehicles, (c) The availability of experienced engineers, scientists, and technicians, (d) The offeror's understanding and experience in automotive composites including access to the automotive composites processing equipment and development performed by the automotive industry, (e) The offeror's aerospace experience base that could be brought to the program which would have bearing on the technical issues associated with automotive com-posites processes and which could reduce the risk of transitioning between the automotive processes and the aerospace applications (i.e., experience with chopped fiber preforms, exper-ience with spraying of chopped carbon fibers, resin infiltration techniques, etc.), (f) The offeror's ability to form a team of aerospace companies who manufacture military aircraft, and (g) The organization, clarity, and thoroughness of the proposed SOW. Cost and/or price, which includes consideration of proposed budgets and funding profiles, is a substantial factor, but ranked as the second order of priority. No other evaluation criteria will be used. The technical and cost information will be evaluated at the same time. The Air Force reserves the right to select for award of a contract, grant, cooperative agreement, or other transaction any, all, part, or none of the proposals received. Award of a cooperative agreement, in lieu of a contract, will be considered and will be subject to the mutual agreement of the parties. F--POINTS OF CONTACT: (1) Technical Contact Point: Dr. John D. Russell, Wright-Patterson Air Force Base OH 45433-7750, 937/255-1471, e-mail russeljd@ml.wpafb.af.mil. (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 Mr. Mike Grommon, Contract Negotiator, WL/MLKN, Bldg 7, 2530 C St, Wright-Patterson AFB OH 45433-7607, telephone 937/255-5051. The Ombudsman should only be con-tacted with issues or problems that have been previously brought to the attention of the contract-ing 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 St, Ste 1, Wright-Patterson AFB OH 45433-7642, e-mail kugeldl@sy.wpafb.af.mil, phone 937/255-3855. CITE: (I-341 SN009595) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Contracts Management Section, National Institute of Dental Research, NIH, 45 Center Drive, Room 4AN-44D, Bethesda, Maryland 20892 SUBJECT: A--CONTRIBUTION OF AMALGAM RESTORATION TO TOTAL BODY BURDEN OF MERCURY IN CHILDREN SOL RFP NIH-NIDR-11-97-4 POC Marilyn R. Zuckerman, Contracting Officer, (301) 594-5569. DESC: This is a notice of intent to issue RFP NIH-NIDR-11-97-4 on a sole-source basis to New England Research Institute (NERI), Watertown, Massachusetts 02172. The proposed two-year study will determine the contribution that dental amalgam restorations make to the total body burden of mercury in children. The kinetics of Mercury will be studied in children enrolled in a clinical trial on the health effects of dental amalgam, conducted through the New England/Forsyth Dental Center Children's Amalgam Trial Consortium. Negotiations will be conducted on a sole-source basis under authority of 41 U.S.C. 253(c)(1), as set forth in FAR 6.302-1. See Note 22. CITE: (M-341 SN009618) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Contracts Management Section, National Institute of Dental Research, NIH, 45 Center Drive, Room 4AN-44D, Bethesda, Maryland 20892 SUBJECT: A--INFLUENCE OF DENTAL AMALGAMS ON MERCURY AND ANTIBIOTIC RESISTENT BACTERIA SOL RFP NIH-NIDR-11-97-6 POC Marilyn R. Zuckerman, Contracting Officer, (301) 594-5569 DESC: This is a notice of intent to issue RFP NIH-NIDR-11-97-6 on a sole-source basis to University of Washington, Seattle, Washington 98195. The proposed four-year study will determine whether exposure to mercury vapor from dental amalgam selects for acquisition of mercury resistant bacteria, as well as for bacteria that exhibit multi-drug resistance. The study will be performed on the population of children enrolled in the University of Washington/Casa Pia Children's Amalgam Trial. Negotiations will be conducted on a sole-source basis under authority of 41 U.S. C. 253(c) (1), as set forth in FAR 6.302-1. See Note 22. CITE: (M-341 SN009619) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: DIRECTOR, USAMRAA, MCMR-AAA, BLDG 820, FORT DETRICK, FREDERICK MD 21702-5014 SUBJECT: A--A--PRE-FORMULATION STUDIES AND FORMULATION OF INVESTIGATIONAL NEW DRUG SOL DAMD17-97-R-0001 DUE 123196 POC Contract Specialist Nancy G. Mohler (301) 619-7424 (301) 619-2937 FAX Contracting Officer Patricia M. McAllister (301) 619-7360 (Site Code DAMD17) (Site Code DAMD17) DESC: The U.S. Army Medical Research and Materiel Command (USAMRMC) has as one of its responsibilities the development of new drugs to protect or treat soldiers confronted with threats on the modern battlefield or exposed to endemic diseases during deploymnt. Preformulation studies and formulation development are needed in the early stage of drug development. During the clinical study phases, production and delivery of clinical batches of formulated products are required. A contractor is needed (1) to deterine the essential physical and chemical properties of candidate drugs with the ultimate goal of designing an optimal dosage form or drug delivery system, (2) to design, formulate, test, and produce clinical batches of solid oral, parenteral, or other dosage forms to support phase I, II and III clinical trials. All studies and productions must be in compliance with the current Good Manufacturing Practice (cGMP) Reglations and be performed in an FDA-licensed facility. The contractor should be sufficiently flexible so as to be able to study more than one candidate drug and drug formulations simultaneously. The contractor must also be able to respond rapidly to changin priorities. The Army expects to award a 5 year contract. RFP DAMD17-97-R-0001 to be issued on/or about 06 January 1997. Only written requests will be accepted. Proposals will be due approximately 45 days after issue date. This CBD announcement amends and replaces the original announcement issued 18 November 1996. Contractors who have requested copies of the RFP as a result of the previous announcement ned not resubmit their requests. CITE: (I-341 SN009657) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: DIRECTOR, USAMRAA, MCMR-AAA, BLDG 820, FORT DETRICK, FREDERICK MD 21702-5014 SUBJECT: A--REQUEST FOR PROPOSALS SOL CBD700-0000-0001 POC Contracting Officer Craig D. Lebo (301) 619-2036 (Site Code DAMD17) DESC: The Department of Defense is soliciting proposals to: (1) determine the feasibility of epidemiological studies in human subjects, including those thought to be near Kamisayah, Iraq during the first two weeks of March, 1991 and, (2) conduct animal stuies, designed to assess the possible long-term or delayed clinical effects of low level or subclinical exposures to chemical warfare agents. Low level exposures are defined as measurable exposures to chemical agents which are insufficient to cause acute sins or symptoms. The proposals should address defining appropriate design and methodological considerations as well as defining appropriate parameters for exposure and measurement of possible clinical effects of low-level nerve agent exposure. The focus of these proposals should be the assessment of possible health effects due to exposure to low levels of chemical warfare nerve agents, such as sarin. In addition, parmeters of particular interest include clinically significant behavioral, neurological, or electrophysiological sequelae to such exposures. For the feasibility of epidemiologic studies a determination should be made as to whether data are, or are likely to ecome, available and sufficient to estimate the likelihood that such exposures to the test chemicals have long-term clinical effects or delayed sequelae. For the animal studies proponents should have the capability to conduct pilot investigations with appropriate nerve agents and species. Proponents should also know that the results of these studies will become matters of public record. There is currently aproximnately $2.0M available for this effort and it is anticipated that at least two (2) awards for research projects will be made. Research projects are customarily in the two to four year duration. Proposals should be submitted in accordance with Broad Aency Announcement 95-1 copies of which are available by faxing a request to (301) 619-2937. Proposals should be sent to: Commander, U.S. Army Medical Research and Materiel Command, ATTN: MCMR-AAA, Fort Detrick, Frederick, MD 21702-5012. Proposals should be received NLT 19 February 1997. CITE: (I-341 SN009658) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Contracts Management Section, National Institute of Dental Research, NIH, 45 Center Drive, Room 4AN-44D, Bethesda, Maryland 20892. SUBJECT: A--IMMUNE FUNCTION IN CHILDREN FOLLOWING RESTORATION OF CARIOUS LESIONS WITH DENTAL AMALGAM SOL RFP NIH-NIDR-11-97-5 POC Marilyn R. Zuckerman, Contracting Officer, (301) 594-5569. DESC: This is a notice of intent to issue RFP NIH-NIDR-11-97-5 on a sole-source basis to New England Research Institute (NERI), Watertown, Massachusetts 02172. The proposed three-year study will conduct a screen of immune function in children following restoration of carious lesions with dental amalgam. The study will be performed on the population of children enrolled in a clinical trial on the health effects of dental amalgam conducted through the New England/Forsyth Dental Center Children's Amalgam Trial Consortium. The screen will involve both functional and population assays of B-, T-, and NK- cell populations in a subset of children enrolled into each arm of the clinical trial. Negotiations will be conducted on a sole-source basis under authority of 41 U.S.C. 253(c)(1), as set forth in FAR 6.302-1. See Note 22. CITE: (M-341 SN009672) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Office of Naval Research, 800 North Quincy Street, Arlington, VA 22217-5660 SUBJECT: A -- UNIVERSITY RESEARCH INITIATIVE PROGRAM FOR COMBAT READINESS SOL N00014- POC Dr. Donald E. Polk, ONR 353, (703)696-0558. DESC: BAA 97-006. The Office of Naval Research (ONR), serving as executive agent for the Department of Defense (DOD), is seeking proposals to accelerate, within the university community, certain research activities affecting combat readiness. As part of DOD's University Research Initiative program, proposals are sought from qualified institutions of higher education (IHE) with strong capabilities in the following six areas of research related to combat readiness: chemical and biological warfare, target acquisition and identification, anti-submarine warfare, combat medicine, biodeterioration, and command, control, and communications. While identifying projects which offer potential advancement and improvement in combat readiness, proposals must stipulate the specific savings in research or other federal expenditures that will accrue from accelerated research covered in the proposed projects. It is anticipated that one or more awards (grant(s) and/or cooperative agreement(s) will result from this solicitation, not to exceed about $9.7 Million in total federal funding. The performance period for the proposed effort should not exceed 5 years with a start date of 30 June 1997. The awardee(s) will be required to contribute at least three times the amount provided in federal funds as cost sharing or matching (refer to OMB Circular A-110 for definition of cost sharing or matching). This is a Broad Agency Announcement (BAA) as contemplated in the Federal Acquisition Regulation 6.102(d)(2). Before preparing proposals, qualified IHEs may contact the ONR POC. Proposals submitted in response to this announcement must be sent to Office of Naval Research, ONR 353 (BAA-Combat Readiness), Room 804-15, 800 N. Quincy Street, Arlington, Virginia 22217-5660 and must be received at ONR no later than 4:00 p.m. local time on 18 February 1997. Offerors MUST state in their proposal that it is submitted in response to this specific BAA. All proposals should be accompanied by a completed certification package which can be accessed through the ONR Home Page (http://www.ONR.NAVY.MIL) at "How To Submit a Proposal." For grant or cooperative agreement proposals the certification package is entitled "Certification Document." The selection decision will be based on scientific and peer review utilizing the following criteria: (1) overall scientific and technical merit of the proposed research, including demonstration of the savings in federal funds that will accrue from acceptance of the proposal, (2) potential contribution to combat readiness, (3) offeror's demonstrated capabilities, related experience, and facilities which relate to these 6 identified areas of interest in combat readiness research, (4) qualifications, capabilities, and experience of the proposed key personnel and team leader, and (5) realism of the proposed costs and benefit to DOD of the proposed cost sharing or matching. CITE: (I-341 SN009698) [Commerce Business Daily: Posted December 06, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development--Potential Sources Sought OFFADD: DLA Administrative Support Center (DASC), Office of Contracting (DASC-CP), 8725 John J. Kingman Rd., Suite 0119, Ft. Belvoir, VA 22060-6220 SUBJECT: A - SOURCES SOUGHT FOR AUTOMATIC TRANSLATION OF DIVERSE DATABASE SOL N/A POC Contracting Officer, Bill Bartelmes, (703) 696-2522, Contract Specialist, Karl Wenger, (814) 532-4628 DESC: Automated Database Translation System Description: The National Drug Intelligence Center (NDIC) is seeking information from vendors on an available system for the automatic translation of diverse database information. Listed below are some of the features we think the system should include: Data server for secure dial-up or network access; can access and incorporate diverse data sources such as NADDIS, NCIC and database formats such as Oracle Sybase, DBII and Access; ability to join data from multiple locations to include data tags for audit and access control; ability to incorporate new data sources; maintain a level of trust to permit access from multiple agencies; data queries via internal and external secure methods; data queries based on access privileges; multiple, platform independent, commerical-off-the-shelf user interfaces; query responses provided in native user format; audit capability of users accessing the system. Vendors capable of demonstrating this capability should send a detailed explanation and the name of the contract person to Program Management Unit National Drug Intelligence Center, 319 Washington Street, Johnstown, PA 15901-1622, Questions pertaining to this request for information should be sent by facsimile to NDIC, Attention: TSD/Program Management Unit/Translator at (814) 532-4686.***** MMMM CITE: (W-341 SN009534) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development--Potential Sources Sought OFFADD: Space and Naval Warfare Systems Command, 2451 Crystal Drive, Arlington, VA 22245- SUBJECT: A -- AMENDMENT TO SYNOPSIS NO. 10 - PROTOTYPE ADVANCED SOURCES TECHNOLOGY ARRAY (PASTA) SOL N/A POC Jennifer Schrock, 02-22, 703-602-0727. DESC: Synopsis No. 12. This is a amendment to Synopsis No. 10 which appeared in the CBD Issue dated 27 November 1996. "The draft Statement of Work (SOW) for Prototype Advanced Source Technology Array (PASTA) was uploaded onto the SPAWAR Bulletin Board on 20 November 1996. Synopsis No. 10 requested that potential sources provide the Government with comments on the draft SOW as well as evidence of their relevant capabilities by 13 December 1996. The deadline for submission of the requested information has been extended to 17 January 1997. All other information in the synopsis remains the same. CITE: (I-341 SN009690) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: US Env. Protection Agency, CMD-RTP MD-33 (NCCM-LH), Research Triangle Park, NC 27711 SUBJECT: B -- SUPPORT FOR MARKET BASED AIR POLLUTION CONTROL PROGRAM SOL D700014M1 POC Lenora Hilliard, Contract Specialist, (919) 541-4392/Janice F. White, Contracting Officer, (919) 541-4392. DESC: The Environmental Protection Agency has a requirement for a wide range of analyses to be performed in accordance with Titles I, IV, VIII, and IX of the Clean Air Act Amendments of November 15, 1990, in support of the development and implementation of the Agency's Acid Rain Program. In order to accomplish this requirement, the EPA has a need for a contractor to perform various activities, inclusive of, but not limited to the following; data collection and development, maintaining and developing computerized data bases, technical and policy analysis, information development and dissemination, and training. Some of the analyses will include, but not be limited to; economic or regulatory impact, benefit/cost, cost effectiveness, statistical, and data analyses for market-based programs. For information purposes, the incumbent is: Perrin Quarles and Associates Inc. (68D20158). This contract will expire September 30, 1997. EPA anticipates awarding a cost-plus-fixed-fee level of effort contract for this requirement. The anticipated level of effort is 20,000 hours per year for a total of 100,000 hours for five years. This requirement will be a 100% small business setaside and the Standard Industrial Code is 8748 (not to exceed $5.0 million in average annual receipts over three years). The RFP is expected to be released around January 3, 1997. A copy of the source list will be provided at the time the solicitation is issued. The solicitation will be issued on a diskette in Wordperfect 6.1 format. Only one copy of the solicitation on diskette will be issued to a corporate entity (regardless of geographic location). The Government does not intend to use FAR Part 12 for this acquisition. Only written requests will be considered. Telephone and telefax requests will not be accepted. CITE: (I-341 SN009587) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: US Env. Protection Agency, CMD-RTP MD-33 (NCCM-LH), Research Triangle Park, NC 27711 SUBJECT: B -- ADVISORY AND ASSISTANCE SUPPORT FOR MARKET BASED AIR POLLUTION CONTROL PROGRAMS SOL D700015M1 POC Lenora Hilliard, Contract Specialist, (919) 541-4392/Janice F. White, Contracting Officer, (919) 541-4392. DESC: The Environmental Protection Agency has a requirement for a wide range of analyses to be performed in accordance with Titles I, IV, VIII, and IX of the Clean Air Act Amendments of November 15, 1990, in support of the development and implementation of the Agency's Acid Rain Program. In order to accomplish this requirement, the EPA has a need for a contractor(s) to perform various activities, inclusive of but not limited to the following; data collection and development, technical and policy analysis, information development and dissemination, and training. Some of the analyses will include, but not be limited to; economic or regulatory impact, benefit/cost, cost effectiveness, statistical, and data analyses for market-based programs. For information purposes, the incumbents are: ICF Incorporated (68D30005) and Cadmus Group Inc. (68D20168). These contracts will expire September 30, 1997. EPA anticipates awarding approximately 3 indefinite quantity contracts for this effort in accordance with FAR Part 16.504. Each of the multiple awardees will be provided a fair opportunity to be considered for each task order in excess of $25,000. Individual task orders may be awarded on a completion or a term form basis. The total requirement is estimated to be $28M. (A separate solicitation will be issued as a small business setaside portion of this solicitation). The incumbent small business setaside portion is Perrin Quarles Associates Inc. (68D20158). The solicitation will be available on or about 1/3/97. Proposals will be due approximately 30 days after the RFP issuance date. Interested parties may obtain a copy of the solicitation on diskette by submitting a written request to the contact point and address listed above. The solicitation will be issued on a diskette in Wordperfect 6.1 format. Only one diskette shall be issued to a corporate entity, regardless of the number of requests from one or more different geographic locations. A copy of the preliminary source list will be mailed with the solicitation. A separate request is not required. All responsible sources may submit a proposal which shall be considered by the Agency. The Government does not intend to use FAR Part 12 for this acquisition. Telephone and telefax requests will not be honored. CITE: (I-341 SN009588) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: Carderock Division Naval Surface Warfare Center, Ship Systems Engineering Station, Bldg. 77L, Philadelphia, PA 19112-5083 SUBJECT: B -- VALIDATION OF COMPUTATIONAL METHOD TO COMPUTE FLOWFIELD IN CENTRIFUGAL COMPRESSOR SOL N65540-97-RQ-63NR DUE 121696 POC Catherine Guerra, Purchasing Agent, (215) 897-7898. DESC: Naval Surface Warfare Center, Carderock Division, Philadelphia intends to acquire, on a sole source basis, the services of Clarkson University to validate the computational method used in measuring the performance of the fleet air conditioning systems. No telephone requests for the solicitation package will be accepted. You may fax your request to (215) 897-7162. See Numbered Note(s): 1, 22. CITE: (I-341 SN009594) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D--Potential Sources Sought OFFADD: Department of Commerce, Mountain Administrative Support Center, Procurement Division, MC3, 325 Broadway, Boulder, CO 80303-3328 SUBJECT: B -- DESIGN AND CONSTRUCT A THERMAL DIFFUSIVITY APPARATUS, RHEOMETER FOR NEUTRON AND LIGHT SCATTERING AND UPGRADING AN EXISTING COUETTE CELL SOL NB838000704211 DUE 010697 POC Jacqueline Wright (303) 497-5282 DESC: Text The National Institute of Standards and Technology (NIST) Physical and Chemical Properties Division of the Chemical Science and Technical Laboratory (CSTL) requires a contractor to design and construct a thermal diffusivity apparatus, a rheometer for neutron and light scattering, and to upgrade an existing Couette cell. The contractor is required to have a sound background in the physics of complex liquids such a colloidal suspensions and complex organic fluids. A knowledge of radiation scattering, e.g., light and neutron scattering is mandatory, as is an understanding of nonNewtonian behavior in complex liquids. The contractor must demonstrate research expertise in each of these areas; a) a theoretical background of the molecular structure of complex fluids; b) experimental expertise in light scattering, neutron scattering, and rheometry; c) a theoretical knowledge of systems in equilibrium and under shear; d) experience in apparatus development, electronics, and computer interfacing; e) particular experimental expertise on the measurements of complex fluids, gels, suspensions, colloids and polymers; e) experimental expertise on the measurement of the properties of nonNewtonian fluids; and g) considerable machining skills. The contractor should be in the vicinity of the NIST Boulder, CO laboratories where the equipment resides and also be familiar with the small angle neutron scattering facilities at NIST Gaithersburg, MD. Dr. Gerald Straty has been identified as a leading expert in this field with over 30 years experience, has published over 50 papers on these topics, and has the proven expertise to design, and construct a shearing cell, modify the rheometer and to upgrade the neutron facilities. This contract will be let throughout the remaining FY97 with two option years, contingent on the availability of funds. It is the intent of the government to negotiate on a sole source basis under the authority of FAR 6.302 and 41 U.S.C. 253(c)(1) with Dr. Straty. CITE: (I-341 SN009525) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: SOUTHWESTNAVFACENGCOM (Code 532), 1220 Pacific Highway, San Diego, CA 92132-5187 SUBJECT: C -- R-A-E FOR A-E SVCS FOR VARIOUS PROJS INVOLVING ARCH, STRUCTURAL & CIVIL ENGR RENOV & REPAIR AT FACILITIES IN AZ, NM, CLARK COUNTY, NV, MONO, IMPERIAL, RIVERSIDE, SAN BERNARDINO & CAMP PEN, CA SOL N68711-97-C-8501 DUE 011496 POC Maria Macam/Contract Specialist, (619) 532-3282 Katherine G. Luhmann/Contracting Officer, (619) 532-2796. DESC: The original synopsis for this project advertised on 18 November 1996 was advertised under section "D" vice section "C". We hereby re-advertise this project with a revised receipt date of 14 January 1997. Firm Fixed Price Architect-Engineer services are required for Design, and for the preparation of Drawings and Specifications, for the purpose of bidding and construction of the renovation and repair of facilities located at various Naval/Marine Corps activities within the areas of Arizona and New Mexico, in Clark County, Nevada, in Imperial, Mono, Riverside and San Bernardino Counties, California, and at Camp Pendleton, California. The term of the contract will be 365 calendar days from the date of the contract award, or until the $2,000,000 is reached. The Government has the option to extend this contract for an additional 365 calendar days or until an additonal $2,000,000 is reached. The A-E fee for any single delivery order shall not exceed $500,000. Projects to be incorporated by delivery order into this contract shall be for the preparation of Designs, Drawings and Specifications for repairs and minor construction of various projects. The lead discipline shall be an Architect supported by all required supporting Engineering disciplines. The estimated start date is February, 1997. The estimated completion date is February, 1998. If the Government exercises the option to extend the contract, the total amount of the contract shall not exceed $4,000,000. A-E selection criteria will include (in order of importance): (1) Recent Specialized Experience of the firm (including consultants) in the preparation of Designs, Drawings and Specifications for repairs and minor construction for various facilities at several locations. This work will include design and preparation of contract documents for interior/exterior renovations/alterations, repair and minor construction projects, including site surveys, site investigations, interior design, cost estimating and economic analyses required to develop and define actual costs of construction projects, including special costs for fire protection and life safety systems, utilities, seismic reinforcement, and geotechnical engineering requirements. This work will require the ability to coordinate various engineering disciplines and the various aspects of phasing construction to accommodate occupied/unoccupied facilities. Projects may also require the identification and removal of asbestos and lead-based paint. Do not list more than a total of ten (10) projects in Block 8. Indicate which consultants from the proposed team, if any, participated in the preparation of designs, drawings and specifications for each of the projects listed. (2) Professional Qualifications of the staff and consultants to be associated with the design of facilities requiring repair and minor construction. Experience should reflect the design and preparation of contract documents for interior/exterior renovations/alterations, repair and minor construction projects, including site surveys, site investigations, interior design, cost estimating and economic analysis required to develop and define actual costs of construction projects, including special costs for fire protection and life safety systems, utilities, seismic reinforcement and geotechnical engineering requirements. The ability to coordinate various engineering disciplines and the various aspects of phasing construction to accommodate occupied/unoccupied facilities. Experience with the identification and removal of asbestos and lead-based paint. List only the team members who will actually perform major tasks under this contract. Qualifications should address each individual's specific contribution to the efforts contemplated by this contract. (3) Past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. Indicate by briefly describing internal quality assurance and cost control procedures and indicate team members who are responsible for monitoring these processes. List recent awards, commendations and other performance evaluations (do not submit copies). (4) Location in the general geographic area of the project and knowledge of the locality of the project, provided that the application of this criterion leaves an appropriate number of firms given the nature and size of this project. (5) Capacity to accomplish the work in the required time. Indicate the firms present workload and the availability of the project team (including consultants) for the specified contract performance period and indicate specialized equipment available and prior security clearances. (6) List the small or disadvantaged or woman-owned business firms used as primary consultants or as subconsultants. If a large business concern is selected for this contract, they will be required to submit a subcontracting plan that should reflect a minimum 5% Small Disadvantaged business of the amount to be subcontracted out. Those firms which meet the requirements described in this announcement and wish to be considered, must submit one copy each of a SF 254 and a SF 255 for the firm and a SF 254 for each consultant listed in block 6 of the firms SF 255. One copy of the submittal package is to be received in this office no later than 3:00 P.M. Pacific time on the due date indicated above. Should the due date fall on a weekend or holiday, the submittal package will be due the first workday there after. Submittals received after this date and time will not be considered. Additional information requested of applying firms: indicate solicitation number in block 2b, CEC (Contractor Establishment code) and/or DUNs number (for the address listed in block 3) and TIN number in block 3, telefax number (if any) in block 3a and discuss why the firm is especially qualified based on the selection criteria in block 10 of the SF 255. For firms applying with multiple offices, indicate the office which completed each of the projects listed in block 8 and list which office is under contract for any contracts listed in block 9. Use block 10 of the SF 255 to provide any additional information desired. Personal interviews may not be scheduled prior to selection of the most highly qualified firm. SF 255's shall not exceed 30 printed pages (double sided is two pages/organizational charts and photographs excluded, exception: photographs with text will be considered as a page). All information must be included on the SF 255 (cover letter, other attachments and pages in excess of the 30 page limit will not be included in the evaluation process). Firms not providing the requested information in the format (i.e. listing more than a total of 10 projects in block 8, not providing a brief description of the quality control plan, not listing which office of multiple office firms completed projects listed in block 8, etc.) directed by this synopsis may be negatively evaluated under selection criteria (3). Firms, their subsidiaries or affiliates, which design or prepare specification for a construction contract or procurement of supplies cannot provide the construction or supplies. this limitation also applies to subsidiaries and affiliates of the firm. This is not a request for proposal. Telegraphic and facsimile SF 255's will not be accepted. Site visits will not be arranged during the submittal period. See numbered notes: 24. CITE: (I-341 SN009543) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: Eng. El-Desouky, Central Department Chief (CDC) of Administration, Stores & Purchases, ARENTO, Cairo, An Action for the USAID program SUBJECT: C -- NETWORK OPERATIONS CENTER, TELECOMMUNICATION SECTOR SUPPORT (TSS) PROJECT, ARENTO, EGYPT SOL N/A POC Contact Person: Mr. John D. Von Bergen, Project Manager, GTE, Tel. 20-2-365-4340, Fax 20-2-365-4346. Mr. C. Wayne Ray, Contracts Manager, GTE, Tel. 20-2-365-4340, Fax 20-2-365-4346. DESC: Eng. Ali El-Desouky, Central Department Chief (CDC) of Administration, Stores and Purchases, ARENTO, 9th Floor, Opera Exchange, Ataba Square, Cairo, Egypt. The Arab Republic of Egypt National Telecommunications Organization (ARENTO), a Public Sector Organization under the Ministry of Transport and Communications, Government of Egypt, (Cairo, Egypt) is contemplating the addition of an integrated Telecommunications Management Network (TMN) Operations Center (NOC) and invites expressions of interest and submission of prequalification questionnaires, for the purpose of shortlisting, from U.S. system integration firms who can demonstrate extensive experience and capability to bid for a Host Country Design/Build Contract to Design, Engineer, Furnish, Install, Maintain, and provide Personnel Training for a NOC. To be qualified, a contractor or joint venture must be able to demonstrate experience with projects of similar complexity (a totally integrated mixture of facilities, hardware, and software) and magnitude. The ARENTO Public Switched Telephone Network (PSTN) is composed of many different switch types, mainly the Siemens EWSD, AT&T 5ESS, Ericsson AXE-10, and Alcatel E10B and OCB283. Surveillance & Control of the existing switches is provided for by Centralized Operations & Maintenance centers (COM centers) by switch type. The NOC shall interface to the existing COM centers via a CCITT TMN standard interface for surveillance of the ARENTO switches. The NOC shall interface via a CCITT TMN standard interface to sub-network controllers of the transmission equipment for Transmission Surveillance. The NOC shall be located in an ARENTO building, newly constructed for the NOC, adjacent to the Mohandseen Exchange in Cairo. The NOC project shall be composed of and integrate the following equipments, applications and subsystems: 1. Computer Hardware 2. Computer Software, a. Transmission Surveillance, b. Switch Alarm Surveillance, c. Switch Traffic Surveillance, d. Network Planning, e. Centralized Trunk Testing, f. Inventory & Maintenance Management, g. Facilities Management, h. Security (System Administration), 3. Network Video-wall, A/V & Presentation, 4. Data Communications Network, 5. Facilities, a. PABX, b. Standby Engine/Generator & ATS AC Power, c. UPS, Grounding, and Distribution, d. Heating, Ventilation and Air Conditioning, e. Fire Detection, f. Security (Physical), g. Furniture/Furnishings/Fixtures/Finishing. A fixed price Design/Build Host Country Contract with ARENTO is contemplated. Financing of this procurement will be made by both USAID in US Dollars and ARENTO in Egyptian pounds. The U.S. Dollar portion will be paid through a Direct Letter of Commitment (D/LCOM), under USAID Project No. 263-0223. Egyptian Pounds funding by ARENTO will be made via a Letter of Credit issued by an Egyptian Bank. Firms submitting replies must furnish information adequate to: (a) Demonstrate capability, based upon technical expertise, management capability, workload capacity and financial resources to enter into a Design/Build contract, including engineering, design, installation, commissioning, maintenance and training of Host Country nationals, (b) Confirm all computer hardware, software, and related telecommunications equipment which they will provide conforms to AID requirements for "nationality", "source", "origin" and "componentry" as set forth in AID Handbook 11, Chapter 2 and which, in conformity with project requirements, will be AID Geographic Code 000 (USA) with regard to source/origin of the commodities and nationality of the supplier. (c) Demonstrate previous experience and existing capability to furnish the necessary hardware, software and system integration. (d) Confirm the capability and capacity to establish and maintain a strong local dealer organization to support the installation through the warranty period and life of the equipment. It is a requirement that the firms must comply with AID geographic code 000 (USA) for nationality and source regulations. Firms who believe they qualify in accordance with (a), (b), (c), and (d) should request in writing (FAX acceptable) a detailed description of the NOC including discussion of software requirements and systems integration along with the pre- qualification questionnaire from the Contact Point and return the completed questionnaire and information in response to (a), (b), (c), and (d) by 12:00 Noon, Cairo time, January 30, 1997 to the following address: C/O Eng. Ali El-Desouky, Central Department Chief (CDC) of Administration, Stores and Purchases, ARENTO, 9th Floor, Opera Exchange, Ataba Square, Cairo, Egypt. Pre- qualification questionnaires submitted after 12:00 Noon, Cairo time, January 30, 1997 may be returned unopened. Failure to fully complete the questionnaires or supply the required information may result in disqualification of the firm. If a joint venture seeks pre-qualification, information must be submitted for all firms in the joint venture. A Request for Technical Proposal (RFTP) will be issued on or about March 1,1997 to the Short Listed firms who have met the pre-qualification requirements. Procurement of the NOC shall follow a two step process. A Pre-bid Conference will be held on March 15, 1997, at 15000 Conference Center Drive, Chantilly, VA (near Washington Dulles Airport). An in-country Pre-Bid Conference and Site Visit will be held April 1-3, 1997 in Cairo & Alexandria, Egypt. Written questions will be received until May 1, 1997. Anticipated Due Date technical Bid: June 1, 1997. It is contemplated that after the technical proposals have been evaluated, those firms whose technical proposals have been deemed fully acceptable will receive an Invitation For Bid (IFB), request for priced Bid on or about August 1, 1997 with a Due Date for priced Bids on or about September 1, 1997. Anticipated Award Date on or about October 1, 1997. It is the intention of ARENTO to award a contract to the lowest responsive and responsible bidder. A one year warranty and maintenance period will be included in the contract. GTE will be ARENTO's Engineer and Construction Management Consultant and shall act as the agent for ARENTO in the award and administration of the Design/Build contract. GTE is providing overall direction and management for this project. The Government of the Arab Republic of Egypt and the Agency for International Development encourage and welcome in this activity the participation, to, the fullest extent possible, of minorities and women both as individuals and as members of contracting or sub-contracting firms. In this respect, it is anticipated that the prime contractor will make every practicable use of such personnel and firms. "This CBD notice can be viewed and downloaded using the Agency Gopher. The Gopher address is GOPHER.INFO.USAID.GOV. Select USAID Procurement and Business Opportunities from the Gopher menu. Logon on using the user identification of "anonymous" and the password is your e-mail address. It is the responsibility of the recipient of this announcement to ensure that it has been received from the INTERNET in its entirety and USAID bears no responsibility for data errors resulting from transmission or conversion processes." CITE: (I-341 SN009608) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: Space and Naval Warfare Systems Command, 2451 Crystal Drive, Arlington, VA 22245- SUBJECT: C -- TECHNICAL SERVICES AND ASSOCIATED MANAGEMENT SUPPORT FOR THE ON- GOING MAINTENANCE OF SPAWAR'S INFORMATION SYSTEMS DEVELOPED BY USI SOL N00039-97-R-0044(S) POC Laura Eubanks, 02-11, 703-602-0740. DESC: Synopsis No. 4. The Space and Naval Warfare Systems Command (SPAWAR) intends to issue an indefinite delivery task order contract to obtain technical services and associated management support for the on-going maintenance of SPAWAR's IS (Information Systems) developed by USI under previous contracts . The ordering period will be for one year with a one year option with a maximum ceiling of $2,250,000. --Quantity: 1 lot. SPAWAR plans to award a sole sources contracts to : Universal Systems Inc. of 14585 Avion Parkway, Chantilly, VA 20151 See Numbered Note(s): 22. CITE: (I-341 SN009707) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: U.S. Department of Labor, ETA, Division of Acquisition and Assistance, 200 Constitution Avenue, N.W., Room S-4203, Washington, D.C. 20210 SUBJECT: C -- ARCHITECT/ENGINEER DESIGN AND CONSTRUCTION ADMINISTRATION SERVICES FOR A NEW PHYSICAL FITNESS CENTER AT THE GRAFTON JOB CORPS CENTER. SOL JC-04-97 DUE 011097 POC Kenneth S. Graves, Contract Specialist (202) 219-8706. DESC: This synopsis is being published as a correction to the announcement that appeared in CBD Issue No. PSA- on Friday, December 6, 1996. Note that the deadline date for submission of SF-254's and SF-255's for this project is January 10, 1997. All other information contained in the previous announcement remains unchanged. See Numbered Note(s): 1. CITE: (I-341 SN009738) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: U.S. Department of Labor, ETA, Division of Acquisition and Assistance, 200 Constitution Avenue, N.W., Room S-4203, Washington, D.C. 20210 SUBJECT: C -- ARCHITECT/ENGINEER DESIGN AND CONSTRUCTION ADMINISTRATION SERVICES FOR MISCELLANEOUS UPGRADING OF EXISTING FACILITIES AND SYSTEMS AT THE LOS ANGELES JOB CORPS CENTER SOL JC-05-97 DUE 011097 POC Kenneth S. Graves, Contract Specialist (202) 219-8706. DESC: This synopsis is being published as a correction to the announcement that appeared in CBD Issue No. PSA- on Friday, December 6, 1996. Note that the deadline date for submission of SF-254's and SF-255's for this project is January 10, 1997. All other information contained in the previous announcement remains unchanged. See Numbered Note(s): 1. CITE: (I-341 SN009739) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction--Potential Sources Sought OFFADD: VA Medical Center 1601 Brenner Ave. Salisbury, NC 28144 SUBJECT: C -- OPEN-ENDED A/E SERVICES FOR MECHANICAL SOL N/A DUE 122396 POC Jolette M. Cole DESC: A/E services are required for mechanical discipline services to provide a master contract for open-ended services as required by VAMC, Salisbury, NC. Work shall include but not limited to necessary site work, verification of as-built drawings, analysis of utility systems, necessary detail drawings and reproduction expenses, accurate cost estimates and construction period services. Design submissions to be scheduled at 25%, 75% and 99%. Updated as-built drawings are to be submitted on mylar and on Autocad V.12 compatible high density diskettes. Services are to be provided during a one year period beginning with date of contract award. Contract will include two one year renewal options, but total cost of the contract will not exceed $450,000. The dollar limit of individual orders issued under the contract will not exceed $75,000. This is not a request for proposal and solicitation documents are not available. Interested firms are to submit SF 254 & sf 255 by COB 12/23/96. Selection to be based on recent specialized experience, professional capacity to accomplish work and professional qualifications of staff. The area of consideration is limited to North and South Carolina. SIC code is 8712. This procurement is set-aside for small business. To qualify as a small business, a firms average annual receipts for each of the three preceding fiscal years does not exceed $2,500,000.00 CITE: (I-341 SN009546) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction--Potential Sources Sought OFFADD: 7180 HIGHLAND DRIVE, PITTSBURGH, PA 15206 SUBJECT: C -- A/E SERVICES TO DESIGN PROJ. TO RENOVATE WARDS IN BLDG. 4 SOL RFP 646A5-12-97 DUE 010897 POC germaine talbot DESC: Provide professional A/E design services of a licensed professional engineer to provide all labor and materials to design the project "Renovation for Wards in Bldg. 4", RFP 646A5-12-97. Design will include refurbishment of ward halls, walls, showers/bathrooms and HVAC systems in accordance with the following: Ward 4-4E, HVAC and shower/bathrooms; Ward 4-3E, Refurbishment of interior, HVAC, and shower/bathrooms; Ward 4-3W, Refurbishment of interior and HVAC; Ward 4-2E, Refurbishment of interior and HVAC; Ward 4-2W, HVAC; Ward 4-1E, Refurbishment of interior, HVAC, and shower/bathrooms; Ward 4-1W, HVAC and shower/bathrooms; all four Lobbies, Refurbishment of interior and HVAC. Work will include preliminary design development drawings and final design drawings, preparation of contract specifications and drawings using the standard VA specifications and design criteria for mental health wards. A/E will also review asbestos abatement drawings that will be completed by a VA retained CIH for the abatement of asbestos that will be encountered during construction. A/E will be responsible for reviewing the asbestos specs and drawings to ensure that no conflicts occur between A/E design and the CIH's specs and drawings. Include design of a tie-in to the existing ECC system of the HVAC system in Bldg. 15, Boiler Plant. Final design documents will be provided to the VA using CADD capability that is compatible with the autocad system currently in place at the VA and a hard copy. Work will include, but not be limited to, the design of replacement ceilings and walls, as needed, painting, blueboard and hardcoat plaster and HVAC system replacement. A/E will also provide construction period services which include review of submittals, periodic construction review, design development meetings, pre-bid and pre-construction meetings and site visits as required by the VA. A/E should also anticipate miscellaneous minor improvements to improve patient environment during the course of project design and review. HVAC system design will include energy efficient features needed to reduce costs for HVAC in Bldg 4 and maintain comfort levels indicated in design criteria. A/E shall also provide detailed cost estimates. A/E firms shall be within a 100 mile radius of the VA Pittsburgh Healthcare System, 7180 Highland Dr., Pittsburgh, PA 15206. Estimated construction cost range: $1 million to $5 million. SIC is 8712. A/E will be evaluated based upon the following criteria: 1. Professional qualifications of firm's staff to be assigned to accomplish the project, 2. Professional capacity of A/E firm to accomplish the project, 3. Past experience on like or similar projects, 4. Present workload as it relates to the capability of the firm to accomplish project in a timely manner, 5. Previous experience working in a hospital setting, 6. Location of firm. All interested and responsible firms shall submit two copies of SF 252 and SF 254 on or before the close of business 1/8/97 to the attention of the contracting officer. Subject to the availability of funds. CITE: (I-341 SN009589) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction--Potential Sources Sought OFFADD: U.S. ARMY ENGINEER DIVISION, BUILDING 230, ATTN: CEPOD-ET-MA, FT SHAFTER HI 96858-5440 SUBJECT: C--ARCHITECT-ENGINEER SERVICES CONTRACT FOR DESIGN OF BARRACKS RENOVATION PROJECTS, VARIOUS LOCATIONS, OAHU, HAWAII SOL DACA83-97-R-0005 DUE 010897 POC Harold Nakaoka, Technical Manager, (808) 438-0021 (Site Code XXCA83) DESC: Architect-Engineer Services Contract for Design of Barracks Renovation Projects, Various Locations, Oahu, Hawaii. 1. CONTRACT INFORMATION: Architect-Engineer services procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, are require for the design of Barracks Renovation Projects, Various Locations, Oahu, Hawaii. Project authorizations and funding are not presently available. Multiple selections resulting in award of separate contracts will be made from this announcement. Award of conracts shall be not later than one year after the date of selection approval. The estimated cost of construction is between $1,000,000 and $5,000,000. Estimated performance period is 120 days for each contract. The contract is anticipated to be awarded in June 1997. This announcement is open to all businesses regardless of size. 2. PROJECT INFORMATION: Work includes the following A-E services: preparation of plans specifications, design analysis, and cost estimates for the renovation/repair/alteration of existing barracks to modernize them to current space standards and improve the quality of life. Renovation work may include the repair, replacement, or installatio of new electric, plumbing, HVAC, and/or site improvements. The following disciplines are required: architectural, structural, mechanical, electrical, and civil. Drawings must be accomplished by CADD and may require design in metric units. 3. SELECTION CRITERIA: See Note 24 for general selection process. The PRIMARY selection criteria in descending order of importance are: (a) professional qualificationsof the firm's staff/consultants to be assigned to the projects; (b) specialized experience of the firm in the design of repair, renovation, alteration, or upgrade of barracks; (c) the firm's past performance on DoD and private sector contracts (cost contro, quality of work, compliance with schedule); (d) capacity of the firm to accomplish work in the required time (size of firm, workload, etc.); (e) knowledge of the locality of the projects; and (f) demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. The SECONDARY selection criteria in descending order of importance are: (a) ocation of the firm; (b) volume of recent DoD work; and (c) participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. Offerer must provde adequate documentation in blocks 7g and 10 of the Standard Form 255, Architect-Engineer and Related Services Questionnaire for Specific Project, to illustrate the extent of participation of the above-mentioned groups in terms of the percentage of the total anticipated contract effort. The selected firm, if a large business firm, must comply with FAR 52-219-9 regarding the requirement for a subcontrcting plan on that part of the work it intends to subcontract. The subcontracting goals for this contract are that a minimum of 50% of the contractor's intended subcontract amount be placed with small business (SB), which includes small disadvantaged businsses (SDB), and 30% be placed with SDB. The subcontracting plan is not required with this submittal but the successful large business firm must submit an acceptable plan before any award can be made. 4. SUBMISSION REQUIREMENTS: Firms desiring consideration must submit a Standard Form 255 no later than 4:00 p.m., Hawaiian Standard Time, by the due date shown above or within thirty (30) calendar days from ate of this announcement, whichever is later. Should the due date fall on a weekend or holiday, the submittal package will be due the first workday thereafter. All responding firms must also include completed Standard Form 254 for themselves and their subcnsultants, if not already on file with the Pacific Ocean Division. Submittals will be sent to the address shown above. Small and disadvantaged firms are encouraged to participate as prime contractors or as members of joint ventures with other small businesses. All interested contractors are reminded that the successful contractor will be expected to place subcontracts to the maximum possible extent with smll and disadvantaged firms in accordance with the provisions of Public Law 95-507. For further information regarding this proposed acquisition, telephone (808) 438-0021. Request for Proposal No. DACA83-97-R-0005 shall be utilized to solicit a proposal fromthe firm selected. This is not a request for a proposal. CITE: (I-341 SN009641) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction--Potential Sources Sought OFFADD: USAED, SACRAMENTO, ATTN: A-E NEGOTIATIONS SECTION, 1325 J STREET ROOM 1079, SACRAMENTO CA 95814-2922 SUBJECT: C--INDEFINITE DELIVERY CONTRACT TO PERFORM GEOTECHNICAL INVESTIGATIONS FOR MILITARY INSTALLATIONS AND CIVIL WORKS PROJECTS WITHIN THE SACRAMENTO DISTRICT. SOL DACW05-97-R-0008 DUE 011197 POC Mr. Ken Parkinson, Unit Leader, A-E Negotiations Unit (916)557-7470. Contracting Officer Judith Grant. (Site Code DACA05) DESC: 1. CONTRACT INFORMATION: A-E services may be required for military installations within the Sacramento District s area of responsibility (CA, AZ, NV, UT) and for civil works locations within the geographical area serviced by the Sacramento District -CA, OR, NV, UT, AZ, WY, CO and Support for Others locations within the U.S. A specific scope for work and services required will be issued with each task order. The end result of these studies/projects will be maps and plans, and in addition, the contracto shall provide electronic data in and/or compatible with vectorized Autocad (latest versions). This work will include all architectural-engineering (A-E) and related services necessary to complete the taskings. A firm-fixed price indefinite delivery, indefinite quantity contract will be negotiated and is anticipated to be awarded in May 1997. The contract will be for a one year period not-to-exceed $1,000,000 for the bse year and two one-year options not-to-exceed $1,000,000 each. The option may be exercised at the discretion of the Government. Task Orders will be limited to the contract maximum. This announcement is open to all firms regardless of size. All interested rchitect-Engineers are reminded that in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged businesses. If a large business is selected, it must comply with FAR 52- 219.9 regarding the requirement for a subcontracting plan on that part of the work t plans to subcontract. The following subcontracting goals are the minimal acceptable goals to be included in the subcontracting plan. Of the subcontracted work, 55% to small business, 8.5% to small disadvantaged business (subset of small business), and 3.% to woman-owned small businesses (subset of small business). The firm selected for this contract will be required to submit a detailed subcontracting plan at a later date. If the selected firm submits a plan with lesser goals, it must submit written rationale of why the above goals were not met. A detailed plan is not required to be submitted with the SF 255; however, the plans to do so should be specifed in Block 10 of the SF 255. 2. PROJECT INFORMATION: Task orders to be issued under this contract will use ASTM standards for soil classifications and Department of the Army criteria for geotechnical description of rock and rock masses. Work may include a foundation exploration, inspection and interpretation; b) rock, soil or material sampling; c) geologic mapping of existing surface conditions and/or exposed foundation conditions; d) seismo-tectonic analyses (fault activity and liquifaction studies) with emphasis on Quaternary geology for structures and facilities; e) photogeologic interpretation and imagery analysis; f) hydrogeologic inestigatins and interpretation which may include monitoring wells and production water wells; g) geotechnical engineering for dams, levees, and structures; h) geophysical explorations and interpretation; i) preparation of reports of finding, conclusions and recommedations; and j) preparation of maps, plates and drawings using CADD systems compatible with Autodesk or Intergraph formats. Firms should indicate personnel and subcontractors selected to work on the contract, and state their areas of responsibility and relationships with the proposed management structure. Firms should also indicate all applicable subcontractors selected to work on the contract. 3. SELECTION CITERIA: See Note 24 for general selection process. The selection criteria are listed below in descending order of importance. Criteria a through d are primary. Criteria e through g are secondary and will only be used as tie-breakers among technically equalfirms. a. Specialized experience and technical competence and complexity in (1) geotechnical jobs performed in each of the categories listed in project information section above. b. Past performance on DOD and other contracts with respect to cost control, quality of work and compliance with performance schedules. c. Qualified professional personnel which are certified, registered and highly trained as: gelogists, hydrogeologists, seismologists, geotechnical engineers, civil engineers, CADD technicians and draftsmen. The evaluation will consider education, training, registration, overall relevant experience and longevity with the firm. d. Capacity to accompish multiple simultaneous task orders at different locations. e. Volume of DoD contract awards in the last 12 months as described below. f. Location of the firm in the general geographical area of the Sacramento District s area of responsibility. g. Extent of participation of small business, small disadvantaged business, woman owned small business, historically black colleges and universities or minoriy institutions in the proposed contract team, measured as a percentage of the total estimated effort. 4. SUBMISSION REQUIREMENTS: See note 24 for general submission requirements. Interested Architect-Engineer firms having the capabilities to perform this wrk are invited to submit ONE (1) completed SF 255 (11/92 edition) US Government Architect-Engineer and Related Services Questionnaire for Specific Project for themselves and ONE (1) completed of SF 254 (11/92 edition) for themselves and one for each of their subcontractors to the office shown above, ATTN: A-E Negotiations Unit. In block 7 of the SF 255 provide resumes for all key team members, whether with te prime firm or a subcontractor; list specific project experience for key team members; and indicate the team members role on each listed project (project manager, architect, design engineer, etc.) In block 9 of the SF 255, responding firms must indicate te number and amount of fees awarded on DoD (Army, Navy, and Air Force) contracts during the 12 months prior to this notice, including change orders and supplemental agreements for the submitting office only. In block 10 of the SF 255, provide the quality management plan and organization chart for the proposed team. A task specific quality control plan must be prepared and approved by the government asa condition of contract award, but is not required with this submission. Responses received by the close of business (4:30 pm) on the closing date will be considered for selection. If the closing date is a Saturday, Sunday or Federal Holiday, the deadline s the close of business on the next business day. No other notification will be made and no further action is required. Solicitation packages are not provided for A-E contracts. This is not a request for proposals. All responsible sources may submit the required SF 255 and SF 254 which shall be considered by the agency. See Numbered Notes 24 and 26. CITE: (I-341 SN009664) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction--Potential Sources Sought OFFADD: U.S. Army Engineer District, Savannah, P.O. Box 889, Savannah, Georgia 31402-0889 SUBJECT: C -- DESIGN OF AIR FORCE HOUSING COMMUNITY PLANS SOL N/A POC Dennis Lindemeier (Project Manager) 912/652-5623 Ophelia Kendricks (Contract Specialist) 912/652-5072. DESC: C - Design of Air Force Housing Community Plans -- POC Dennis H. Lindemeier at 912/652-5623. 1. CONTRACT INFORMATION: The Savannah District U.S. Army Corps of Engineers, requires the services of Architect-Engineer firms for use on projects at various Air Force Major Command bases world-wide to be administered by Savannah District. Several contracts may involve at least one base outside the Continental United States. Contract award procedure: A list of at least three most highly qualified and technically equal firms will be selected using the primary criteria listed below. The firms will be ranked in order for negotiation using the secondary criteria listed below. When a directive for the first project of this type is received, negotiations shall begin with the top ranked firm. When a directive is received for a subsequent project, or if negotiation with a firm is unsuccessful, negotiations shall begin with the next ranked firm that has not been offered a contract for negotiation. If the list of ranked firms is exhausted, the negotiation cycle shall begin with the top ranked firm. This procedure will be used until 10 December 1997. This announcement is open to all firms regardless of size. Large business offerors that require subcontractors must identify subcontracting opportunities with small business, woman owned and small disadvantaged business subcontract plan in accordance with FAR 52.219.9 and DFARS 219.704/705 as part of the Request for Proposal package. The following subcontracting goals are the minimum acceptable goals to be included in the subcontracting plan: OF THE SUBCONTRACTED WORK, 60% to SMALL BUSINESS, 5% to WOMAN-OWNED BUSINESS (A COMPOSITE OF SMALL BUSINESS), 10% to SMALL DISADVANTAGED BUSINESS (A COMPOSITE OF SMALL BUSINESS). Large business firms that intend to do subcontracting must convey their intent to meet the minimum subcontracting goals on SF 255, Block 6. Written justification must be provided if the minimum goals cannot be provided. For additional information concerning SUBCONTRACTING PLAN requirements, please contact Ms. Ophelia Kendricks, Contract Specialist at 912/652-5072. 2. PROJECT INFORMATION: These contracts will be for the purpose of updating existing Housing Community Plans (HCPs), or for the creation of an initial/basic Housing Community Plan. This work may include the development of new /revisions to existing site plans, unit plans, cost estimates, as well as the creation of an HCP data base and Condition Assessment Matrices. The A-E will be required to submit a Design Quality Assurance Plan concurrently with their fee proposal, information on what is to be contained in this plan will be furnished upon notification of selection. Firms responding to this announcement are requested not to transmit this plan with the SF 255. 3. SELECTION CRITERIA: See Note 24 for general selection process. The selected criteria are listed below in descending order of importance. Criteria a-d are primary. criteria e-f are secondary and will be used only as a "tie-breaker" among technically equal firms. a. Specialized experience and technical competence in (1) Preparation of Housing Community Plans and/or updates for the Air Force. (2) Preparation of similar housing plans for other DoD agencies. (3) Preparation of large scale housing development plans for other governmental agencies or private clients. b. Past performance on DoD and other contracts with respect to cost control , quality of work and compliance with performance schedules. c. Capacity to accomplish multiple bases simultaneously and provide staff in the following disciplines: architect, landscape architect/planner, civil, structural, mechanical, electrical engineers, and cost estimating. d. Professional qualification of key management and professional staff members. e. Extent of participation in SB, SDB, WOB, HBCU, or MI as prime contractor, subcontractor, or joint venture partner. f. Volume of DoD contract awards in the last 12 months as described in Note 24. 4. SUBMISSION REQUIREMENTS: Interested firms having capabilities to perform this work must submit ONE (1) copy of SF 255 (11/92 edition) for PRIME and ONE (1) copy of SF 254 for PRIME and ALL CONSULTANT'S to the following address: U.S. Army Engineer District, Savannah, ATTN: CESAS-EN-EA, 100 W. Oglethorpe, Savannah, GA 31401-3640 thirty calendar days from this announcement to be considered for selection. 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 submitted after this date cannot be considered. NO FAXED SUBMITTALS WILL BE ACCEPTED. THE FIRM'S ACASS NUMBER MUST BE LISTED IN BLOCK 3b of SF 255. FOR ACASS information, call 503/326-3459. Firms are instructed to disregard the "To Be Utilized" statement in Block 4 of SF 255. DEPTH OF PRIME and SUBCONTRACTOR personnel in EACH discipline must be SHOWN in Block 4 of SF 255 and SF 254 to CLEARLY identify the number of PERSONNEL in each firm and DISCIPLINE. Cover letters and extraneous material (Brochures etc.) ARE NOT desired and WILL NOT be considered. PHONE CALLS are DISCOURAGED unless ABSOLUTELY necessary. PERSONAL VISITS for the purpose of discussing this announcement WILL NOT BE SCHEDULED. THIS IS NOT A REQUEST FOR A PROPOSAL. CITE: (I-341 SN009688) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: 38 LS/LGCX, 4022 Hilltop Rd, Tinker AFB OK, 73145-2713 SUBJECT: D -- REGULATED PRIVATE LINE SERVICE, TRUNKING SERVICE AND BUSINESS LINE SERVICE FOR 136 AW, HENSLEY FIELD, DALLAS TX 75211-9570 SOL N/A POC Contact Point: Emily Gregg, (405) 734-9759 Contract Specialist or Contracting Officer Cathy D. Summers (405) 734-9759. DESC: The 38 Logistics Squadron/LGCX intends to procure on a sole source basis local telephone service for 136 AW, Hensley Field, Dallas TX. The intended contractor is SOUTHWESTERN BELL TELEPHONE COMPANY. SOUTHWESTERN BELL TELEPHONE COMPANY shall provide the following services: (1) Commercial trunks and commercial business lines, for common user dial service within the local exchange area. (2) Inter/Intra Exchange Channel/Mileage from the base to various off premise locations throughout the local exchange area. The period of performance shall be five years from the date of contract award. The primary place of performance will be 136 AW, Hensley Field, Dallas TX. This acquisition is conducted under the Air Force's regulatory delegation of GSA's exclusive procurement authority for Federal Information Processing (FIP) resources. This sole source acquisition is justified under 10 U.S.C. 2304 (c) (1). SOUTHWESTERN BELL TELEPHONE COMPANY is the only local exchange carrier (LEC) who has the approval of the Texas Public Utilities Commission to provide the required telephone service within the Local Access and Transport Area (LATA). The Government intends to issue a Communication Service Authorization (CSA) written against the Defense Commercial Communications Office (DECCO) basic agreement DCA200-96-H-0041. Note 22. CITE: (I-341 SN009693) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: 38 LS/LGCX, 4022 Hilltop Rd, Tinker AFB OK, 73145-2713 SUBJECT: D -- REGULATED PRIVATE LINE SERVICE, TRUNKING SERVICE AND BUSINESS LINE SERVICE FOR THE 28 CS/SCS, ELLSWORTH AFB, SD 57706 SOL N/A POC Contact Point: Jackie Catrow (405) 734-9759, Contract Specialist or Contracting Officer, Cathy D. Summers (405) 734-9759. DESC: The 38 Logistics Squadron/LGCX intends to procure on a sole source basis local telephone service for Ellsworth AFB, SD. The intended contractor is US West Communications. US West Communications shall provide the following services: (1) Commercial trunks and commercial business lines, for common user dial service within the local exchange area. (2) Inter/Intra Exchange Channel/Mileage from the base to various off premise locations throughout the local exchange area. The period of performance shall be five years from the date of contract award. The primary place of performance will be Ellsworth AFB, SD. This acquisition is conducted under the Air Force's regulatory delegation of GSA's exclusive procurement authority for Federal Information Processing (FIP) resources. This sole source acquisition is justified under 10 U.S.C. 2304 (c) (1). US West Communications is the only local exchange carrier (LEC) who has the approval of the South Dakota Public Utilities Commission to provide the required telephone service within the Local Access and Transport Area (LATA). The Government intends to issue a Communication Service Authorization (CSA) written against the Defense Commercial Communications Office (DECCO) basic agreement DCA200-90-H-0003. Note 22. CITE: (I-341 SN009694) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: Commander, Naval Air Warfare Center Weapons Division, Code 230000D, 1 Administration Circle, China Lake, CA 93555-6100 SUBJECT: D -- FULL-SPECTRUM BANYAN VINES NETWORK ADMINISTRATION, COMMUNICATIONS, ENGINEERING AND MANAGEMENT SUPPORT SOL N68936-97-R-0065 POC JIM McCORMICK, CONTRACT SPECIALIST, (619)939-7953. DESC: The Naval Air Warfare Center, Weapons Division, China Lake, intends to procure, on a competitive basis, network support services to provide full-spectrum Banyan Vines Network Administration, Communications Engineering and Management support for a period of one base year to begin approximately 1 April 1997 and two option years to begin 1 April 1998 and 1 April 1999, respectively. CITE: (I-341 SN009703) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services--Potential Sources Sought OFFADD: US POSTAL SERVICE 475 L'Enfant Plaza, SW Room 4541 Washington DC 20260-6238 SUBJECT: D -- WORLD WIDE WEB DEVELOPMENT SOL N/A POC Deanna J. Middleton, Purchasing Specialist, 202-268-6035. DESC: The U.S. Postal Service is seeking sources that provide professional services in World Wide Web development. The contractor must be able to create static and interactive web presences using the latest web development tools including JAVA, Active-X, database, and multi-media. The contractor will develop and execute web solutions. Activities would include page organization and composition, HTML and/or PDF coding, graphics development, interactive code development, testing and implementation, and project management. The USPS may require single, specifically defined activities such as conversion of text in electronic or paperform to HTML or PDF, the creation of a given set of graphic images, or the creation of a form or set of forms with associated database. Deliverables will be developed to run on Sun UNIX Solaris 2.5 and Microsoft NT. Interested parties should write to the above address, fax to 202-268-3677, or email to dmiddlet@email.usps.gov by December 13, 1996. Please reference World Wide Web when responding. A prequalification questionaire will be sent to interested parties. No solicitation available. No telephone calls. CITE: (I-341 SN009714) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: COMMANDING OFFICER, ATTN NAVFAC CONTRACTS OFFICE CODE 27, NCBC 1000 23RD AVE, PORT HUENEME, CA 93043-4301 SUBJECT: F--TESTING OF ELECTROCHEMICAL TECHNOLOGIES FOR TREATING TOTAL TOXIC ORGANICS PRESENT IN IWTP INFLUENT WASTESTREAMS SOL N47408-97-Q-1342 DUE 122096 POC Purchasing Agent, ELAIN COHRAN, 805-982-5052 DESC: Naval Facilities Engineering Command Contracts Office intends to solicit, negotiate, and award a contract to Sonoma Research Company, P.O. Box 116, Vineburg CA 95487-0116 for testing Electrochemical Semiconductor Doped Electrodes Technologies for treting total toxic organics present in IWTP influent wastestreams on a sole source basis with only one responsible source and no other supplies or services will satisfy agency requirements for this technology. This procurement is considered a Commercial Itemand processed under the Simplified Acquisition Procedures (SAP). This synopsis is for ten calendar days. This is a notice of intent and is NOT a request for competitive proposals. However, all proposals received within the ten calendar days after date of publication of this synopsis will be considered by the Government. The responses received will be solely considered for the purpose of determining whether to conduct a copetitive procurement. The responses received will NOT be considered as automatic participants of this procurement. Responses received after the ten calendar days after publication will not be considered. A determination by the Government not to compete thi proposed contract based upon responses to this notice is solely within the discretion of the Government. CITE: (I-341 SN009631) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: COMMANDING OFFICER, ATTN NAVFAC CONTRACTS OFFICE CODE 27, NCBC 1000 23RD AVE, PORT HUENEME, CA 93043-4301 SUBJECT: F--TESTING OF A NEAR-FIELD ACOUSTICAL PROCESSOR REACTOR (RANGE 40-500 KHZ AND 1.0 MHZ) FOR TREATING TOTAL TOXIC ORGANICS PRESENT IN NAVY IWTP INFLUENT WASTESTREAMS SOL N47408-97-Q-1343 DUE 122096 POC Purchasing Agent, ELAINE CRAHAN, 805-982-5052 DESC: Naval Facilities Engineering Command Contracts Office inteds to solicit, negotiate, and award a contract to W.M.Keck Laboratories, Dr. Michael R. Hoffmann, Principal Investigator, California Institute of Technology, Pasadena CA 91125 for testing of Nar-Field Acoustical Processor Reactor (range 40-500 kHz and 1.0 mHz) for treating total toxic organics present in the Navy IWTP wastestreams on a sole source basis with only one responsible source and no other supplies or services will satisfy agency requiements for this technology. This procurement is considered a Commercial Item and processed under the Simplified Acquisition Procedures (SAP). This synopsis is for ten calendar days. This is a notice of intent and is NOT a request for competitive proposals. However, all proposals received within the ten calendar days after date of publication of this synopsis will be considered by the Government. The responses reeived will be solely considered for the purpose of determining whether to conduct a competitive procurement. The responses received will NOT be considered as automatic participants of this procurement. Responses received after the ten calendar days after pblication will not be considered. 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. CITE: (I-341 SN009632) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: COMMANDING OFFICER, ATTN NAVFAC CONTRACTS OFFICE CODE 27, NCBC 1000 23RD AVE, PORT HUENEME, CA 93043-4301 SUBJECT: F--TESTING OF ELECTROCHEMICAL SEMICONDUCTOR DUPED ELECTRODES TECHNOLOGIES FOR TREATING TOTAL TOXIC ORGANICS PRESENT IN IWTP INFLUENT WASTESTREAMS SOL N47408-97-Q-1344 DUE 122096 POC Purchasing Agent, ELAINE CRAHAN, 805-982-5052 DESC: Naval Facilities Engineering Command Contracts Office intends to solicit, negotiate, and award a contract to Sonoma Research Company, P.O. Box 116, Vineburg CA 95487-0116 for testing Electrochemical Semiconductor Doped Electrodes Technologies for treting total toxic organics present in IWTP influent wastestreams on a sole source basis with only one responsible source and no other supplies or services will satisfy agency requirements for this technology. This procurement is considered a Commercial Itemand processed under the Simplified Acquisition Procedures (SAP). This synopsis is for ten calendar days. This is a notice of intent and is NOT a request for competitive proposals. However, all proposals received within the ten calendar days after the date of publication of this synopsis will be considered by the Government. The responses received will be solely considered for the purpose of determining whether to conduct competitive procurement. The responses received will NOT be considered as automatic participants of this procurement. Responses received after the ten calendar days after the publication date will not be considered. A determination by the Government not t compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. CITE: (I-341 SN009633) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: USAED, KANSAS CITY, 757 FEDERAL BUILDING, 601 E 12TH STREET, KANSAS CITY MO 64106-2896 SUBJECT: F--FORMER WELDON SPRING ORDNANCE WORKS, OU1 - SOILS & PIPELINE REMEDIAL ACTION, ST. CHARLES COUNTY, ST. LOUIS, MISSOURI SOL DACA41-97-R-0004 DUE 021297 POC Contract Specialist Gale A. Ross 816-426-6488 (Site Code DACW41) DESC: (THIS SOLICITATION WILL BE A COMPETITIVE REQUEST FOR PROPOSALS. THE GOVERNMENT CAN MAKE AWARD BASED ON INITIAL OFFER.) The Former Weldon Spring Ordnance Works (WSOW), an approximate 17,000 acre National Priorities List (NPL) site, is a former explosies production facility which manufactured trinitrotoluene (TNT) and dinitroltoluene (DNT) in the 1940s. The majority of the areas subject to remedial action are within an approximate 1,650 acre area referred to as the Weldon Spring Training Area (WSTA). Th WSOW is located about thirty (30) miles west of St. Louis, MO. Work to be performed as part of the remedial action will include but not be limited to: excavation of soil contaminated with TNT, DNT, lead (Pb), polychlorinated biphenyls (PCBs), polynuclear aromatic hydrocarbons (PAHs), and asbestos containing material (ACM); excavation of a steel band wrapped TNT contaminated wooden pipeline; debanding, chipping, andon-site rotary kiln incineration of the wooden pipeline; on-site rotary kiln incineration of soil contaminated with TNT/DNT; stabilization ofsoil and ash that has failed the Toxicity Characteristic Leaching Procedure test (TCLP) for Pb; placement of stabilzed soil and ash into a temporary storage facility (TSF); debris removal; reinforced concrete foundation removal; ACM management; conducting a trial burn in compliance with the substantive requirements of the Resource Conservation and Recovery Act (RCRA) and the Missouri Department of Natural Resources (MDNR); clearing and grubbing operations; utilities clearance and hook-ups; water treatment operation; haul road construction and maintenance; air monitoring; site security; fabrication of a temporary storage facility (TSF); on-site analytical services; verification soil sampling; water run-off monitoring; backfilling/regrading, and; reseeding. The approxmate quantities of material subject to remedial actions are as follows: 5,100 cu yds of TNT/DNT/Pb co-contaminated soil; 8,900 cu yds of Pb only contaminated soil; 13,300 cu yds TNT/DNT contaminated soil; 200 cu yds of discrete ACM; 2,500 cu yds of debris; 70 cu yds of PAH and/or PCB contaminated soil; and 83,000 linear ft of TNT contaminated wooden pipeline. Solicitations will be issued on or about 27 December1996. Proposals are due NLT 4:00 p.m. on or about 12 February 1997. Estimated cost of proposed procurement: Between $10,000,000.00 and $25,000,000.00. Estimated time of completion: 730 calendar days. Cost of plans and specifications: Full Scale: $120.00 pe set; Half Scale: $80.00 per set (NON-REFUNDABLE). PLANS AND SPECIFICATIONS WILL NOT BE ISSUED UNTIL PAYMENT HAS BEEN RECEIVED IN THIS OFFICE. Make check payable to Corps of Engineers, Omaha District. Please provide a street address when requesting plans and specifications. SIC Code: 8744. THIS JOB DOES INCLUDE CPM PLANNING. THIS JOB INCLUDES THE AFFIRMATIVE ACTION PLAN FOR ST. LOUIS, MO, US DEPT OF CMMERCE ECONOMIC AREA. Questions of a technical nature should be addressed to Dan Mroz, Project Engineer, at (816) 426-2845, ext. 3027. Questions of an administrative nature may be addressed to Debbie Hunt at (816) 426-6484. CITE: (I-341 SN009651) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: USDA Forest Service, Sierra National Forest, 1600 Tollhouse Road, Clovis, CA 93611-0532 SUBJECT: F -- HERBICIDE APPLICATION SOL IFB R5-16-97-07 DUE 021797 POC Thad Waterbury, Contracting Officer, (209) 532-3671 Ext.247. DESC: Domingo Hand Herbicide Application on the Stanislaus National Forest. Estimated quanity is 400 acres located on the Calaveras Ranger District. Request the solicitation package from the Southern Sierra Province, Stanislaus National Forest, 19777 Greenley Road, Sonora, CA 95370-5909. CITE: (I-341 SN009755) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: USDA Forest Service, Sierra National Forest, 1600 Tollhouse Road, Clovis, CA 93611-0532 SUBJECT: F -- HERBICIDE APPLICATION SOL IFB R5-16-97-08 DUE 020197 POC Thad Waterbury, Contracting Officer, (209) 532-3671 Ext.247. DESC: Application of Glyphosate on 2,500 acres on the Groveland Ranger District, Stanislaus National Forest. Request solicitation package from the Southern Sierra Province, Stanislaus National Forest, 19777 Greenley Road, Sonora, CA 95370-5909. CITE: (I-341 SN009756) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: USDA Forest Service, Sierra National Forest, 1600 Tollhouse Road, Clovis, CA 93611-0532 SUBJECT: F -- MECHANICAL THINNING SOL RFQ 15-97-10 DUE 020397 POC Patrick J. Gallegos, Contracting Officer, (209) 297-0706 Ext. 4830. DESC: Mechanical Thinning and Shreading of Slash on a 120 acres of second growth mixed conifer (Shar or equilvant) on the Hot Springs Ranger District, Sequoia National Forest. CITE: (I-341 SN009757) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services--Potential Sources Sought OFFADD: COMMANDING OFFICER, ATTN NAVFAC CONTRACTS OFFICE CODE 27, NCBC 1000 23RD AVE, PORT HUENEME, CA 93043-4301 SUBJECT: F--SOURCES SOUGHT IN OPTIMIZING DRIVABILITY AND EMISSION PERFORMANCE OF CONVERTED COMPRESSD NATURAL GAS VEHICLES SOL N47408-97-R-2303 SOURCES SOUGHT ONLY DUE 121996 POC Contract Specialist, PAULETTE K. PETERSON, 805-982-5081 DESC: The Naval Facilities Engineering Service Center (NFESC) is seeking sources in improving converted Compress Natural Gas (CNG) vehicle emissions and operating performance. The object of the project is two fold: (1) to determine the best operating condiion (setup) for many different types of light-duty converted CNG vehicles that result in lowest emissions with acceptable range, performance, and reliability and, (2) to verify installed conversion systems meet emission and performance requirements. The prject will be divided into two categories: (1) I/M 240 tests and repair on vehicles that have already been converted and, (2) FTP tests on vehicles that are to be converted both before and after conversion. A maxium of 30 vehicles of ten different types will be tested. Vehicle emissions measurements of NMHCs, CO, NOx, and total HCs by prescribed Federal or State methods are required. Emission test results, interpetation of emissions results, and analysis of failures are required to be reported to NFESC at the conclusion of the project. Respondents must be capable of optimizing drivability and emissions performance of converted CNG vehicles. Respondents must have fcilities, equipment, and experienced personnel to perform vehicle I/M 240 and FTP emissions tests. Respondents must submit supporting documentation of capabilities to: DEPARTMENT OF THE NAVY, CBC CODE 272311 BLDG 41, 1000 23RD AVENUE, PORT HUENEME, CA 93043-4301. Deadline for receipt of response is December 19, 1996. CITE: (I-341 SN009634) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: G--Social Services OFFADD: FBOP, Community Corrections Contracting, 320 First Street, N.W., Wash., D.C. 20534 SUBJECT: G -- RESIDENTIAL COMMUNITY CORRECTIONS CENTER SERVICES SOL RFP 200-377-MA DUE 030497 POC Donald M. Comer, Contracting Officer, (202) 307-3070. DESC: Community Corrections Center Services. Concerns having the ability for providing community residential corrections facility(s) services for male and female federal offenders. Interested offerors are requested to give written notification (including telephone number and a point of contact) to the contracting office listed in this notice. Services required to include care, custody, control accountability and treatement, to include furnishing of subsistence and medical and dental treatement. The services described shall be in accordance with the Bureau of Prisons' Statement of Work. Location of the facility shall be in the Greensboro, North Carolina area. Estimated total number of mandays are 10,800 mandays for the base period, and 5,400 mandays for each option year respecitvely. Estimated RFP issue date is o/a January 3, 1997. Contract base period is 2 years, with three one-year options to renew. A requirements contract is anticipated. All responsible sources may submit a proposal which shall be considered by this agency. No collect calls will be accepted. No telephone calls for solicitations will be accepted. CITE: (I-341 SN009710) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: FISC Norfolk Kings Bay Det, 930 USS Hunley Ave Rm 211, NAVSUBASE Kings Bay GA 31547- SUBJECT: J -- CHROME ELECTROPLATING OF HYDRAULIC SYSTEM COMPONENTS SOL N46450-97-R-0008 DUE 012297 POC Contact Calvin Howard, Contract Specialist, 912/673-2560, Facsimile Machine Number 912/673-2454. DESC: Trident Refit Facility Kings Bay GA requires services to chrome electro-plate hydraulic fluid system accumulator cylinders. Period of performance is one year. Estimated quantity is 50 each cylinders over a one year period. Requests for solicitation must be in writing and cite the RFP/RFQ number. Requests via facsimile machine will be honored. See Numbered Note(s): 1. CITE: (I-341 SN009564) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 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 & OVERHAUL OF WIRING HARNESS & ASSOCIATED DATA ITEMS IN SUPPORT OF THE OH-58D AIRCRAFT SOL DAAJ09-97-R-0149 DUE 011297 POC Gina Raciti, Purchasing Agent, AMSAT-A-PNBC, (314) 263-0609 or Ronald C. Kuschel, Contracting Officer, AMSAT-A-PNBC, (314) 263-0620. DESC: ATCOM proposes to acquire on an other than full and open competitive basis, overhaul of the Wiring Harness and associated data items in support of the OH-58 aircraft. This proposed acquisition is for an estimated one (1) year, with a four (4) year option. Output NSN: 6150-01-229-2562, Input NSNs: 6150-01-229-2562, 6150-01-166-3561; Output P/N: 23009850, Input P/Ns: 23009850 and 23004825; Min. Qty: 17 each, Max. Qty: 57 each, plus 3 each Foreign Military Sale (FMS). The proposed procurement is intended for authorized Allison Maintenance Centers (Small Businesses) and is restricted due to technical data not being available to support a fully competitive solicitation. The overhaul data is Allison Publication No. 14W3 which is to be contractually processed as "Commercial Off-The-Shelf items". Allison Engine Co., Indianapolis, IN (Cage: 73342) is the original equipment manufacturer (OEM) and the publication number is only available to Allison & Allison licensed maintenance centers. This synopsis is for informational purposes only. All responsible sources may submit a proposal which shall be considered by the agency. See Numbered Note(s): 1. CITE: (I-341 SN009603) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Department of the Army, Baltimore District, Corps of Engineers, 10 South Howard Street, Room 7000, P. O. Box 1715, Baltimore, MD 21201-1715 SUBJECT: J -- FIRE PROTECTION IMPROVEMENTS, AJCC, FORT RITCHIE, MD SOL DACA31-97-T-0032 DUE 121896 POC Marianne Stakem, 410-962-0972 DESC: Correction: This action originally publicized in the Commerce Business Daily o/a 26 November 1996 is hereby amended to read: "This proposed procurement is unrestricted". CITE: (I-341 SN009615) [Commerce Business Daily: Posted December 06, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: WR-ALC/PKXOA, 235 Byron St, Robins AFB, GA 31098-1611 SUBJECT: J--OPTICAL DISK DRIVE SOL F09603-R-81610 DUE 012397 POC POC Point of Contact - Harry Bryan, Lykb, 912-926-7088 DESC: This planning PR is initiated to obtain a firm-fixed price requirement-type contract to repair components of the AN/USC-48 Airborne Battlefield Command and Control Center (ABCCC). Fax Nr 912-926-7572. The approximate issue/response date will be 23 Dec 96. To: Mountain Optech Inc, 4775 Walnut Ste A Boulder Co 80301. No telephone requests. Only written or fazed requests received dirctly 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 sources(s) and no other type of supplies or services will satisfy agency requirements. See Notes (s) 22. CITE: (W-341 SN009679) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Supply Dept, Indian Head Division, Naval Surface Warfare Center 101 Strauss Ave, Indian Head MD 20640-5035 SUBJECT: J -- MAINTENANCE OF VOICE RADIO/COMMUNICATION EQUIPMENT SOL N0017496R0074 DUE 022097 POC Scott M. Anderson, Contract Specialist, Code 1141G, P:301-743-6663 Fax:301-743-6546, EMAIL: SCOTTANDERSON@SUPPLY.IH.NAVY.MIL. DESC: This procurement is for technical services to provide preventive maintenance, inspection, repair, removals and installations, emergency service, repair parts, and batteries for the existing voice radio/communications/pager equipment located at IH DIV NSWC, NSED in Indian Head MD, EODTC in Stump Neck MD, and NSWC White Oak Detachment. This procurement is for a base year and 4 one year option periods. SIC Code for this procurement is 4899. Please submit a request for a copy of the solicitation package to the above listed point of contact. CITE: (I-341 SN009684) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Commander (v), U.S. Coast Guard, Maintenance and Logistics Command Atlantic, 300 E. Main St., Suite 600, Norfolk, VA 23510-9102 SUBJECT: J -- DRYDOCK REPAIR USCGC KEY BISCAYNE (WPB-1339) SOL DTCG80-97-B-3FA743 DUE 012497 POC Contact Mr. Douglas Landau, Contracting Officer, (757) 628-4638 DESC: Provide all labor, material and equipment necessary to perform drydock repairs including but not limited to the following minimum items: (1) Remove, Inspect, and Reinstall Propeller Shafts, (2) Overhaul, Renew, and Test Valves (3) Remove and Dispose of Diesel Fuel (up to 5,000 Gal.) (4) Clean and Inspect Diesel Fuel Tanks,(5) Upgrade Halon 1301 Extinguishing System (Shipalt No. 110-A-051), (6) Remove and Reinstall Rudders, (7) Overhaul Stabilizing Fins, (8) Hydroblast Sewage and Grey Water System Piping, (9) Blast and Preserve Forepeak Compartment, (10) Preserve Potable Water Tank(s) (11) Erect Mast Staging, (12) Provide Temporary Logistics, (13) Routine Drydocking, etc. Indefinite items include but are not limited to the following: (1) Welding Repairs, (2) Straighten Propeller Shaft, (3) Repair Propeller Shaft, (4) Repair Propeller Root Erosion, (5) Renew Rudder Bearings, (6) Preserve Underwater Body, (7) Preserve Sewage and Grey Water Collection and Holding Tank(s) (8) Renew Reference Electrode, Cathodic Anode, Capastic Fairing, (9) Provide Temporary Berthing, (10) Provide Temporary Messing, (11) Provide Additional Temporary Logistics, etc. Vessel's homeport is Corpus Christie, TX. The place of performance is not restricted. Vessel availability schedule is 31 MAR 97 for 42 days. Vessel length is 110 Foot "C" Class Patrol Boat. All reference documents are available for viewing at 300 East Main Street, Suite 600, Norfolk, VA. A charge of $100.00 is required in the form of a certified check or money order made payable to the U.S. Coast Guard for requested drawings. All businesses large and small, are encouraged to submit bids for the subject requirements. Plans and specifications will be issued on or after 24 DEC 96. All responsible sources may submit a bid which shall be considered by the United States Coast Guard. CITE: (I-341 SN009687) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 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 -- MAINTENANCE SOL N00140-97-R-G220 POC Sharon Phillips, Contract Negotiator, (215)697-9687. DESC: FISC Norfolk DET Philadelphia intends to procure maintenance on Cisco equipment through full and open competitive procedures pursuant to FAR Part 12. The maintenance is required for all Cisco software and hardware supporting the computer LAN/WAN operations at the Naval Inventory Control Point (NAVICP), Philadelphia, PA. This equipment includes various Routers, A+ Chassis and Cisco 7000 Systems. The maintenance shall include preventive maintenance, remedial maintenance and on-call maintenance. The principal period of maintenance is 0900-2100, Monday through Friday. The contractor shall provide on-call maintenance service with response time during the PPM with a 1 hour response time by telephone technical support followed by 102 hour on-site response time, if necessary. Total turnaround for remedial repair shall be 4 hours with part in stock and 24 hours when part needs ordering. Should the Government require maintenance outside the designated PPM on an on-call basis, a 1 hour response time by telephone technical support is required followed by 2 hour on-site response time, if necessary. The maintenance is required for the period 01 January 1997 through 30 September 1997 with four (4) one year options. FISC Norfolk Det Philadelphia contemplates the award of a firm fixed price contract. For a full description of the maintenance required, requests for solicitation N00140-97-R-G220 should be made by letter or telegram directed to FISC Code 0343C, Fax (215) 697-9738. The proposed solicitation is expected to be issued approximately 15 days after date of publication of this notice. All responsible sources may submit a proposal which shall be considered by FISC Norfolk DET Philadelphia. SYN 045. CITE: (I-341 SN009709) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280 SUBJECT: J -- INSPECTION/REPAIR OF BRADLEY FIGHTING VEHICLE SYSTEM (BFVS) TOW SUBSYSTEM (TSS) TOW SUBSYSTEM SUPPORT EQUIPMENT (TSS-SE), TOW2 SUBSYSTEM (T2SS) AND TOW2 SUBSYSTEM SUPPORT EQUIPMENT (T2TSS-SE) SOL DAAH01-97-R-A043 DUE 011096 POC AMSMI-AC-CDDC, Denise L. Owens Contracting Officer, 205-842-7535. DESC: Synopsis No. 5381-96 (MA) This is a sole source requirement to Hughes Technical Services Company, 1665 Hughes Way, P.O. Box 9399, Long Beach, CA 90810-1835, to acquire all supplies and services to effect inspection and repair of Bradley Fighting Vehicle System (BFVS), TOW Subsystem (TSS), TOW Support Equipment (TSS-SE), TOW2 Subsystem (T2SS) and TOW2 Subsystem Support Equipment (T2TSS-SE) depot level reparable items consisting of various NSNs and Part Numbers. See Numbered Note(s): 22. CITE: (I-341 SN009741) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment--Potential Sources Sought OFFADD: HQ/ESC, Operational Contracting Division, Services Branch (PKOP) 104 Barksdale Street SUBJECT: J -- ELEVATOR REPAIR AT HANSCOM AFB, MA SOL F1965097T1310 DUE 122396 POC Janice E. Santiago, Contracting Specialist, 617-377-3361; Rhonda J. Chavez, Contracting Officer, 617-377-2236. DESC: The Opertational Contracting Division, Services Branch intends to issue an request for quotation (RFQ) for the acquisition of a one time elevator repair service. Service to include removal and replacement of existing parts. Vendors who are interested in receiving a copy of the RFQ should respond in writing or fax within 15 days of this publication to ESC/PKOP, ATTN: Janice E. Santiago, 104 Barksdale Street, Hanscom AFB, MA 01731-1806. Voice 617-377-3361, FAX 617-377-4324. Anticipated RFQ date is on or about 23 Dec 1996. See Numbered Note(s): 1. CITE: (I-341 SN009538) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment--Potential Sources Sought OFFADD: RED RIVER ARMY DEPOT, CONTRACTING DIRECTORATE, 100 MAIN DRIVE, TEXARKANA TX 75507-5000 SUBJECT: J--SOURCES SOUGHT NOTICE FOR REPAIR OF THE COMPUTER NUMBERICALLY CONTROLLED (CNC) CONTROL SYSTEM OF LUCAS BORING DRILLING & MILLING MACHINE SOL DAAC79-CBD7-0002 POC William L. Horton, Jr. Contract Specialist (903)334-2542 Charlie D. Harris, Jr. Contracting Officer (903)334-2218 (Site Code DAAC79) DESC: Red River Army Depot is seeking to identify potential sources to repair the CNC Control System of a LUCAS Model 542B-120 Boring Drilling and Milling machine. Interested vendors must have capability to provide for the design of software for interfacin of the new control with the machine as well as provide installation of new axes motors and drives and new control cabinets. Vendor will be responsible for installation of other necessary equipment as well as for the start up testing and check-out of the mchine control system. This is not an invitation for bid or a request for proposal and is not to be construed as a commitment to issue an IFB, RFP, RFQ or contract. Interested vendors are requested to submit in writing or fax information regarding their qualifications to William Horton, Bldg 110, Red River Army Depot, Texarkana, TX, 75507-5000, no later than 17 December 1996. Information may be datafaxed to (03-334-411. CITE: (I-341 SN009655) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: Department of Veterans Affairs, Chief, A&MMS (90C) Alvin C, York VA Medical Center Murfreesboro, TN 37129 SUBJECT: Q -- READJUSTMENT COUNSELING SERVICE SOL 622-25-97 DUE 012297 POC Sherri-Lyn Teeters, Contracting Officer 615-893-1360 Ext 3227 DESC: Provide readjustment counseling service to Veterans and Post Vietnam Era Veterans who served in the theaters of Armed Hostilities since May 7, 1975, such as existed in Lebanon, Grenada, Panama, Persian Gulf and Somalia. Counselors are needed in the following Georgia Counties: Floyd, Gilmer and Fannin. Bidding material available December 23, 1996. Bid opening January 22, 1997. Request for solicitation must be on company letterhead requesting RFP # 622-25-97. Requests may be mailed to the address above or faxed to 615-904-8848. CITE: (I-341 SN009572) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: Department of Veterans Affairs Medical Center 4646 John R Detroit, Mi. 48201 SUBJECT: Q -- HOME OXYGEN SOL IFB: 553-5-97 DUE 010797 POC Barbara A. Lupo, Contracting Officer DESC: To provide home oxygen to benficiaries of the Department of Veterans Affairs for the lower peninsula of Michigan to include Ann Arbor, Battle Creek, Detroit and Saginaw Hospitals. Must meet JCAHO requirements. All request must be in writing by mail or faxed to 313-576-1990. CITE: (I-341 SN009574) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: CENTRAL CONTRACTING OFC MEDCOM, ATTN MCAA C BLDG 2015, 1105 BEEBE LOOP, FT SAM HOUSTON TX 78234-6000 SUBJECT: Q--MULTIPLE ANCILLARY HEALTHCARE SUPPORT SERVICES SOL DADA10-97-R-0017 DUE 013097 POC Contract Specialist Joan R. O'Haver (210) 221-9679 (Site Code DADA10) DESC: The U.S. Army Medical Command, Central Contracting Office has a requirement for the personal services of various Ancillary Health Care Support personnel within the Great Plains Regional Medical Command. The government intends to award multiple task oder requirements contracts as a result of this solicitation. Contracts awarded may be used by all Department of Defense Activities throughout the GPRMC as deemed appropriate. The only known requirements at this time are for the Darnall Army Community Hospial, Fort Hood, Texas which includes Optometrists, Optometry Technicians, Registered Pharmacists, Pharmacy Technicians, Medical Technologists, Radiology Technicians, Licensed Vocational Nurses and Nurse Assistants. The tentative issue date of Solicitation Number DADA10-97-R-0017 is 30 Dec 96 and the tentative closing date is 30 Jan 97. The contract period of performance is estimated to be for a base period of 1 Oct 97 hrough 30 Sep 98 with four 1-year options. This requirement is being synopsized as full and open competition. Requests for Solicitation DADA10-97-R-0017 must be in writing using company letterhead. All responsible sources may submit an offer which will be onsidered. CITE: (I-341 SN009626) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: CENTRAL CONTRACTING OFC MEDCOM, ATTN MCAA C BLDG 2015, 1105 BEEBE LOOP, FT SAM HOUSTON TX 78234-6000 SUBJECT: Q--COMMERCIAL MEDICAL REFERENCE LABORATORY SERVICES SOL DADA10-97-R-0022 DUE 020797 POC Mrs. Moncada, Contract Specialist; Ms. Tolbert, Contracting Officer (210) 221-9351/9373 (Site Code DADA10) DESC: The contractor must provide commercial medical reference laboratory services to include all necessary qualified personnel, transportation, material, equipment, and supplies to perform and report supplemental laboratory testing procedures for the Depatment of Defense medical treatment facilities located within TRICARE Regions III and IV in the Continental United States. The contract(s) will be awarded for the basic performance period of 1 Jun through 30 Sep 97 with four 1-year options. Solicitation DAD10-97-R-0022 will be issued on or about 30 Dec 96 with a closing date approximately 30 days after the issue date. Request for this solicitation must be submitted in writing. All proposals received from CITE: (I-341 SN009627) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: CENTRAL CONTRACTING OFC MEDCOM, ATTN MCAA C BLDG 2015, 1105 BEEBE LOOP, FT SAM HOUSTON TX 78234-6000 SUBJECT: Q--PERSONAL SERVICE OPTOMETRISTS (2) SOL DADA10-97-R-0019 DUE 122696 POC Contract Specialist Cheryl Hill (210) 221-9312 (Site Code DADA10) DESC: This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with information in FAR subpart 12.6 as supplemented with the 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) Solicitation number is DADA10-97-R-0019 and is issued as a Request for Proposal (RFP). (iii) This solicitation documents and incorporates provisions and clauses in effect throug Federal Acquisition Circular 90-42. (iv) The Standard Industrial Classification (SIC) code is 8042, with a small business size standard of $5.0 Million. This procurement is unrestricted and is being advertised as full and open competition. (v) The contractor(s) shall provide the personal services of two Licensed Optometrists at Darnall Army Community Hospital, Fort Hood, Texas and its associated clinics for theperiod 1 Jan 97 thru 30 Sep 97. CLIN Item 0001- 1500 hours. CLIN 0002- 1500 hours. Duty hours average 40 hours per week consisting of an average of five eight work-hour days plus a 60 minute break, Sunday through Saturday between the hours of 7:00 a.m. and11:00 p.m. Hours may include Federal Holidays. Optometrist must be a graduate of an accredited College of Optometry, maintain a valid, full and unrestricted optometrist license in the state of Texas and have a minimum of one year post-licensure experience. The government will provide a schedule of shifts to the contractor not later than the 13th of each month for the following month. The government will only py for actual hours worked. This is a personal services contract. Contractor employees are subject to supervision and direction of designated government officials, and will work within the same employer-employee relationship that exists for government emploees. The designated official supervisor is the Chief, Department of Ambulatory Care. Contractor employees are not required to carry malpractice insurance, and the government will not reimburse or otherwise pay for such insurance should any be purchased. The government will provide all facilities, equipment, materials, and supplies necessary to perform the health care services required by this contract. Qualiication documentation consists of one copy each of license, college diploma, and experience and shall be submitted with proposal. Optometrists shall provide specialized ocular diagnostic procedures that include, but not be restricted to, dilated retinal exmination, cycloplegic refraction, applanation tonometry, gonioscopy and visual field analysis by automated perimetry. All documentation and medical records remain the property of the government. A general physical examination is required at the contractor's expense prior to performing services. 10 calendar days prior to performance of services the contractor shall provide to the COR a physical examinaion certificate containing the date the physical was completed and signed by the doctor who performed the physical. Physical shall document result of tests for HIV, Hepatitis B, serologic immunization to measles, mumps, rubella, and TB. The contractor shal provide the appropriate uniforms and name tags. Contract personnel shall comply with MFT's policies and procedures regarding safety, smoking, and eating areas. (viii) Clauses/provisions: Far Clause 52.212-1 "Instructors to Offerors-Commercial," is hereby included by reference. The following are addenda to FAR Clause 52.212-1: Paragraph (c) Period for acceptance of offers; The offeror agrees to hold prices n their proposal firm for 60 calendar days from the date specified for receipt of offers. Award may be made to a single offeror proposing two optometrists or two separate offerors. Offerors are advised that awards may be made without discussions. Award wil be made to the responsible offeror(s) whose proposal is responsive to the terms of the RFP and is most advantageous to the government. Each offeror is required to provide past performance information for same/similar services, to include 2 most recent contract numbers, points of contact/current telephone numbers, type service provided. (ix) Far provision 52.212-2 Evaluation-Commercial Items applies tothis solicitation and the following evaluation criteria (arranged in their order of importance) shall be used to evaluate offers: Qualifications, Cost, Past Performance. (x) FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items shall be completed and submitted with the proposal. (xi) FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, hereby applies to this solicitation. (xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition with the following addenda: Paragraph (b) the following FAR clauses are hereby incorporate by reference: 52.203-6, 52.222-26, 52.222-35, 52.222- 36, 52.222-37. Paragraph (c) the following clauses are incorporated by reference: 52.222-41 and 52.222-42 (Optometrist equivalent rate $20.22/hour). DFAR clause 252.212-7001, Contract Terms and Conditins Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition with the following agenda: Paragraph (b) - the following DFAR clause are applicable and are incorporated by reference: 252.233-7000. DFARS provision 252.212-7000, Offeror Representations and Certifications-Commercial Items is incorporated by reference (offerors must completeand return this provision with their proposal). All clauses can be obtained in full text at URL: //www.medcom.amedd.army.mil/medcom/mcaa. (xvi) Proposal must be received not later than 26 Dec 96, 4:00 p.m. CST and must be mailed to Central Contracting, MEDOM, ATTN: MCAA-CC, Bldg 2015, 1105 Beebe Loop, Ste 39, Fort Sam Houston, Tx 78234-6000. Oral or FAX offers are not acceptable. For information regarding this solicitation contact Cheryl Hill (210) 221-9312. CITE: (I-341 SN009628) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: Social Security Administration, Office of Acquisition and Grants, 1710 Gwynn Oak Avenue, Baltimore, Md. 21207-0696 SUBJECT: Q -- MEDICAL CONSULTANT SERVICES -- PEDIATRIC ORTHOPEDIC SOL SSA-RFP-97-2932 POC Christine Nagengast Tel: (410) 965-9520 DESC: The Social Security Administration (SSA) intends to procure the services of a Medical Consultant in the specialty of Pediatric Orthopedics. Consultation services shall be oral or written from the review of SSA disability case files. There will be no contact with patients. Competitive pricing will be solicited and accepted. The period of performance shall be one year from 06/01/97 or date of award, with provisions for the inclusion of three one-year option periods. SSA-RFP-97-2932 is scheduled for release on or about 01/06/97 with proposals due on or about 02/06/97. Only written requests for solicitation SSA-RFP-97-2932 will be accepted 15 days from date of this publication. Requests can be faxed to (410) 966-9310, or mailed to the address listed above. No telephone requests will be honored. This requirement is a 100% small business set-aside. Proposals received from other than small business will be deemed unacceptable and given no further consideration. This solicitation will be available for download in electronic form on the SSA Acquisition Data and Information Exchange Bulletin Board System. For access, dial (410) 966-4889 within the Baltimore, MD area or 1-800-SSA-SHELL for other access. Set your modem to 8 data bits, no parity, 1 stop bit (8-N-1), full duplex and VT-100 or ANSI terminal emulation. Further instructions are available on line. For technical assistance, call the SYSOP at (410) 965-8086. The solicitation will also be available for downloading from SSA's Acquisition Information Home Page at http://www.ssa.gov/oag/oag1.htm. Please note that the solicitation version on the bulletin board will not include the SF-33, Solicitation, Offer and Award. LINKURL: http://www.ssa.gov/oag/oag1.htm. Please LINKDESC: CITE: (I-341 SN009681) [Commerce Business Daily: Posted December 05, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: DOD/OSD/RE&F Contracting Office, Pentagon Building 2E271, Washington Headquarters Services, Washington, DC 20301-1155 SUBJECT: R- - MESSANGER MAIL SERVICE SOL MDA946-97-Q-3169 DUE 011097 POC Contact Cheryl Harris (703)693-7797/Contracting Officer, Nancy J. Judd DESC: Contractor shall provide all labor, materials, equipment, transportation, and supervision required for daily and/or on-call messenger/mail service for the Leased Facilities Division. Issuance of solicitation will be on or about 13 December 1996. NO TELEPHONE REQUESTS, BUT REQUESTS BY FACISIMILE (703) 614-4289, WILL BE HONORED. SEE NUMBERED NOTE NUMBER 1.***** CITE: (W-340 SN009389) [Commerce Business Daily: Posted December 05, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: BLM, BC-660, Bldg #50, Denver Federal Center, P.O. Box 25047, Denver, CO 80225-0047 SUBJECT: R-VETERINARIAN SERVICES SOL 1422-N660-R97-3005 DUE 012997 POC Marty Coffey, 303/236-9439 or Barbara Bellio, 303/236-9438 DESC: The Bureau of Land Management, (BLM), Carson City Nevada District Office has a requirement for routine veterinary services on an as-needed basis at the Palomino Valley Corrals, Sparks, Nevada. The veterinarian must be available at the site within four (4) hours of notification. Veterinarian must be licensed in the state of Nevada and be skilled in handling and treating large animals. The contract is structured with a base year plus two options years. All responsible sources may submit an offer which will be considered. The solicitation will be issued on or about December 24, 1996. A pre-proposal conference/site visit will be held on January 15, 1997. Fax requests accepted at (303)236-9470. See note 1. CITE: (W-340 SN009392) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: NAS Corpus Christi, Supply Department, Purchase Division - Contracts Code 1941, 11001 D Street Suite 143, Corpus Christi TX 78419 SUBJECT: R -- R --PROVIDE VESSEL & BOAT CREW FOR GOMEX 97-1 EXERCISE SOL N00216-97-Q-0044 DUE 010797 POC Contact Grace Garcia, AC512-939-2091/Contracting Officer, Lino Vera, AC512-939-2400. Facsimile AC512-939-2394. DESC: Provide vessel and boat crew necessary to plant, load, recover, and off load approximately 61 mines and one OSBH (Over the Side Body), diving equipment for 8 divers including RHIB (Rib Boat) from Corpus Christi approximately 40 nm East and 40 nm South of Padre/Mustang Island and stay at sea for 12 days. For the period 16 January-28 January 1997. Specifications to be provided on RFQ. See Numbered Note(s): 1. CITE: (I-341 SN009565) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Supply Dept, Indian Head Division, Naval Surface Warfare Center 101 Strauss Ave, Indian Head MD 20640-5035 SUBJECT: R -- EMULATOR SUPPORT SERVICES SOL N0017497R0005 DUE 022097 POC Scott M. Anderson, Contract Specialist, Code 1141G, P:301-743-6663 Fax:301-743-6546, Email: SCOTTANDERSON@SUPPLY.IH.NAVY.MIL. DESC: The procurement is for technical services in support of shore site emulation equipment. This equipment currently consists primarily of emulators of the AN/UYA-4 and AN/UYQ-21 families of display consoles and associated NTDS peripheral equipment. Support to be provided will consist of engineering services, maintenance and repair services, and logistic support services. A limited manufacturing capability will also be required for the purpose of equipment upgrades and prototypes. This procurement is anticipated to be a multiple award CPFF type contract for a base year and 4 one year option periods. SIC Code is 8711 for this procurement. Please submit a request for a copy of the solicitation package to the above listed point of contact. CITE: (I-341 SN009593) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd., St. Louis, MO 63120 SUBJECT: R -- TECHNICAL DATA (DRAWINGS) FOR THE CH-47D & MH47E AIRCRAFT SOL DAAJ09-97-Q-0301 DUE 012097 POC Frederick L. Thompson, AMSAT-A-PLAA, Contract Specialist, 314-263- 3200, Detra Battle-Blue, Contracting Officer, 314-263-0565. DESC: Effort is for engineering support to provide technical drawings for the CH-47D & MH-47E aircrafts. This effort is sole source to Boeing Defense and Space Group, Helicopter Division. No other contractor has complete access to the type of data that is required to update and maintain the H-47 series aircraft configuration. Firms that can accomplish the above requirement are encouraged to identify themselves to permit participation in current and future solicitations. SEE NOTE 22 CITE: (I-341 SN009600) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd, St. Louis, MO SUBJECT: R -- TECHNICAL DATA (DRAWINGS) FOR THE T55-L-712, T53-L-703 AND T53-L-13B TURBINE ENGINES SOL DAAJ09-97-R-0318 DUE 012797 POC Frederick L. Thompson, AMSAT-A-PLAA, Contract Specialist, 314-263- 3200, Detra Battle-Blue, Contracting Officer, 314-263-0565. DESC: Effort is for engineering support to provide technical drawings for the T55-L-712, T53-L-703 and T53-L-13B Turbine Engines. This effort is a sole source to Allied Signal, Inc., Allied Signal Engines, 111 South 34th Street, Phoenix, AZ 85034. NO other contractor has complete access to the type of data that is required to update and maintain the T-55 and T-53 engine configurations. Firms that can accomplish the above requirement are encouraged to identify themselves to permit participation in current and future solicitations. SEE NOTE 22 CITE: (I-341 SN009601) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 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, (703)602-7703 DESC: The announcement originally appearing on 04 November 1996, and updated on 22 November 1996 in the Commerce Business Daily under this heading is hereby indefinitely suspended. CITE: (I-341 SN009616) [Commerce Business Daily: Posted December 06, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: EPA, ADP Placement Section (3803F), 401 M St. SW, Washington, DC 20460-0001 SUBJECT: R--TECHNICAL AND ANALYTICAL SUPPORT FOR THE OFFICE OF POLICY ANALYSIS SOL W700156B3 DUE 122196 POC Jean Mills, 202-260-6302 DESC: The Office of Policy Planning and Evaluation (OPPE), Global Climate Change Division and the Office of Policy Analysis have a requirement for a sole source extension of existing contract no. 68-W3-0024 with TRI, Inc. 3202 Tower Oaks Blvd., Rockville, Maryland 20852 to provide analytic support in evaluating the domestic and international implications of changes in the global climate, stratospheric ozone level, and related environmental, energy, forestry, agriculture, human health, economic and other related societal issues, and to provide analytical support and data for the Environmental Protection Agencys efforts in the climate change program. The project includes designing and administering means of collecting and disseminating information through development of data bases, models, reports, expert meetings, conferences, colloquia, and other means of data gathering. This cost-plus-fixed fee/level of effort contract will be extended for six months. The potential number of man-hours is estimated at 8,500. Telephone requests will not be honored. This is for informational purposes only. EMAIL MILLS.JEAN@EPAMAIL.EPA.GOV EMAILDESC: CITE: (W-341 SN009678) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Fleet and Industrial Supply Center Norfolk Detachment Washington, Washington Navy Yard, Bldg. 200, 4TH Floor, 901 M Street, S.E., Washington, DC SUBJECT: R -- OPERATIONS, MAINTENANCE, AND INTEGRATION OF DATABASES SOL N00600-97-R-2546 POC For additional information, contact Mark Jefferson, Code O2W1.3G, at (202) 433-0955. Contracting Officer, Barbara Prentiss. (202) 433-0955. DESC: The Fleet and Industrial Supply Center, Detachment Washington DC, intends to negotiate a two-party contract with Information Spectrum, Incorporated (ISI) for the purchase of database operations, maintenance and integration services associated with the Navy Visibility and Maintenance of Operating and Support Cost (VAMOSC) program. Annual labor utilization is estimated at 40,128 hours. A one year contract with two option periods of one year each, along with an optional, six-month extension (FAR 52.217-08 "Option to Extend Services,") is anticipated. A Justification and Approval for Other Than Full and Open Competition, Only One Responsible Source, has been prepared. This notice of intent IS NOT a request for competitive proposals. All responsible sources may submit a proposal or Statement of Capabilities to the contact person listed in block 11. SEE NOTE 22. CITE: (I-341 SN009680) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Health Resources and Services Administration, 5600 Fishers Lane, Parklawn Building, Room 13A-19, Rockville, MD 20857 SUBJECT: R -- DATA COLLECTION FOR THE ALZHEIMER'S DEMONTRATION GRANT PROGRAM SOL HRSA-BPHC-97-B22038 DUE 122496 POC Alexandra B. Garcia DESC: The purpose of this procurement is to monitor for accuracy, completeness and quality, the collection of all program data from the 15 Alzheimer's Demonstration Grant Program State grantees. The contractor shall serve as a consultant for the HRSA/BPHC evaluation strategy; answer specific questions about data collection; distribute information/decisions to all grantees; communicate monthly with the program director and keep her apprised of all pertinent information; submit quarterly report. According to the Simplified Acquisition Procedures in Part 13 of the Federal Acquisition Regulations, the Health Resources and Services Administration intends to negotiate on a sole source basis with the Life Span Institute, University of Kansas, 1052 Dole Bldg., Lawrence, Kansas 66045. The Life Span Institute, University of Kansas is deemed the only responsible source capable of providing the required work and services. The period of performance is three months. A Justification for Other than Full and Open Competition is on file. The award shall be made using simplified acquisition procedures. See Note(s): 22. CITE: (I-341 SN009691) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Supply Dept, Indian Head Division, Naval Surface Warfare Center 101 Strauss Ave, Indian Head MD 20640-5035 SUBJECT: R -- SCIENCE, ENGINEERING, AND TECHNICAL ASSISTANCE (SETA) SOL N0017497R0008 DUE 022097 POC Scott M. Anderson, Contract Specialist, Code 1141G, Ph:301-743-6663 Fax:301-743-6546, Email: SCOTTANDERSON@SUPPLY.IH.NAVY.MIL. DESC: This procurement is for support services in planning, monitoring, evaluation, assessment, and documentation of Information Technology Office Programs. The procurement is for one base year and 4 one year option periods. SIC Code for this procurement is 8742. Please submit a request for a copy of the solicitation package to the above listed point of contact. CITE: (I-341 SN009695) [Commerce Business Daily: Posted December 06, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: WR-ALC/PKXOA, 235 Byron St, Robins AFB, GA 31098-1611 SUBJECT: R-- PROVIDE PERSONNEL, EQUIPMENT, TOOLS SOL F09650-97-R-0103 DUE 012397 POC POC Point of Contact - Jana Burnam, Pkos, 912-926-3985 DESC: Provide personnel, equipment, tools, materials, supervision, and other items and services necessary to perform all housing management tasks and functions. Note, this is an A-76 Cost Comparison Study. Contract term will be one basic year with 4 annual options and a 1- 6 month short option. Anticipated award date: 19 Jan 98. Fax # (912) 926-3590. The approximate issue/response date will be 23 Dec 96. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. See Note (s) 1. CITE: (W-341 SN009717) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 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--TECHNICAL, ENGINEERING AND MANAGEMENT SUPPORT SERVICES SOL N65236-97-R-0305 DUE 012297 POC Point of Contact - Donna Murphy, Code 1113DM, 803-743-6486, Contracting Officer, Joliene L. Bowers DESC: Solicitation will be issued to procure technical, engineering and management support services including the design, development, integration, installation, test and evaluation, certification, maintenance, modification, and logistic support of a wide variety of electronic equipment, systems and subsystems. Electronic systems include radar, sonar, navigation, telemetry, oceanographic, hydrographic, meteorological, mission electronic, and other systems. Services are required for a period of one year, with four one-year options. Contract performance will be on an indefinite delivery, indefinite quantity, cost plus fixed fee basis. Services will be performed at various locations throughout the United States. Contractor will be required to have a facility with a Secret Security clearance in Charleston, SC. Award to be evaluated on a price and other factors basis. SIC Code is 8711. Size Standard is $20.0M. All responsible sources may submit a proposal which, if timely received, shall be considered. Only written requests for copies of the solicitation will be accepted via mail or fax at (803)743-1064. Request shall include the solicitation number N65236-97-R-0305 and your company's name, telephone number and mailing address. Requests should be submitted to the attention of Donna Murphy at NISE East, Code 1113DM. See Note #26. EMAILADD: stonej@niseeast.nosc.mil EMAILDESC: CITE: (D-341 SN009721) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 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--AIR TRAFFIC CONTROL, ATC & LANDING SYSTEMS (ATCALS) ELECTRONICS MAINTENANCE AND AVIATION METEOROLOGY FORECASTING AND OBSERVATION SUPPORT SERVICES FOR DOD AVIATION SUPPORT FACILITIES WORLDWIDE SOL N65236-97-R-0300 DUE 012497 POC Point of Contact - Donna Murphy, Code 1113DM, 803-743-6486, Contracting Officer, Joliene L. Bowers DESC: Solicitation will be issued to procure Air Traffic Control, ATC & Landing Systems (ATCALS) Electronics Maintenance and Aviation Meteorology Forecasting and Observation support services for Department of Defense (DOD) aviation support facilities worldwide. Services include management, operations and maintenance of systems and equipment at selected DOD aviation facilities and at aviation facilities that support the National Science Foundation. Services are required for a period of one year, with four one-year options. Contract performance will be on an indefinite delivery, indefinite quantity, cost plus fixed fee basis. Services will be performed predominately in Antarctica. Other sites to be determined. Contract will be required to have a facility in Charleston, SC. Award to be evaluated on a price and other factors basis. SIC Code is 4581. Size Standard is $5.0M. All responsible sources may submit a proposal which, if timely received, shall be considered. Only written requests for copies of the solicitation will be accepted via mail or fax at (803)743-1064. Request shall include the solicitation number N65236-97-R-0300 and your company's name, telephone number, and mailing address. Requests should be made to the attention of Donna Murphy at NISE East, Code 1113DM. See Note #26. EMAILADD: stonej@niseeast.nosc.mil EMAILDESC: CITE: (D-341 SN009722) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 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 AND TECHNICAL SUPPORT SERVICES SOL N65236-97-R-0313 DUE 011097 POC Point of Contact - Patricia Godwin, Code 1113PG, 803-743-4991, Contracting Officer, Joliene L. Bowers DESC: Solicitation will be issued to procure Engineering & Technical Support Services for performance of Electromagnetic Surveys in support of the Navy Shore Environment Effect, E3 Program. Services shall include analysis, survey, installation and testing assignments; review/update of instructions and standards; development of analysis programs and input files; development of training plans and course material. These tasks shall be conducted at Navy, Marine Corps, Coast Guard and other Government activities including ships, aircraft, submarines and shore stations worldwide. Surveys will also be conducted at sites with remote and harsh environments. Services are required for a period of one year, with four one-year options. Contract performance will be on an Indefinite Quantity/Time & Material basis. Contractor will be required to have a facility in Charleston, SC with a Secret Security Clearance. Award to be evaluated on a price and other factors basis. SIC Code is 8711. Size Standard is $20.0M. All responsible sources may submit a proposal which will be accepted via mail or fax at (803)743-1064. Requests shall include the solicitation number N65236-97-R-0313 and your company's name, telephone number and mailing address. Requests should be submitted to the attention of Patricia W. Godwin at NISE East, Code 1113PG. EMAILADD: stonej@niseeast.nosc.mil EMAILDESC: CITE: (D-341 SN009723) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Department of the Army, Baltimore District, Corps of Engineers, 10 South Howard Street, Room 7000, P.O. Box 1715, Baltimore, MD 21201-1715 SUBJECT: R -- PARK ATTENDANT SERVICES, JENNINGS RANDOLPH LAKE, ELK GARDEN, WVA SOL DACW31-97-T-0050 DUE 012897 POC Denise Mellinger, 410-962-3471 DESC: This procurement is 100% set-aside for Small Business Concerns. Provide Park Attendant Services, Jennings Randolph Lake, Elk Garden, West Virginia. Contract performance is 1 January 1997 or contract award through 31 December 1997. Base Year plus two (2) option years. Request for solicitation document should be made in writing to Mrs. Denise Mellinger, Department of the Army, Baltimore District, Corps of Engineers, ATTN: CENAB-CT-C, P. O. Box 1715, Baltimore, Maryland 21203-1715. Issuance o/a 27 December 1996. All responsible sources may sumit an offer which will be considered. CITE: (I-341 SN009748) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: USDA, Rural Development, 4440 NW 25th Place, PO Box 147010, Gainesville, Florida 32614-7010 SUBJECT: R -- LEGAL SERVICES FOR FORECLOSURES AND DEFENSE OF BANKRUPTCY SOL RFP 09-00-7-001P DUE 012497 POC Contact: Sara Grant, Contract Specialist, (352)338-2426, or Elaine Larison, Contracting Officer, (202)245-5544. DESC: USDA, Rural Development intends to procure Legal and Related Services for Foreclosure and Bankruptcy cases for Single Family Housing properties for Pasco, Manatee, Hillsborough, and Pinellas counties in the State of Florida. This requirement is 100% Small Business Set-Aside. The contract period will be one (1) Base Year with four (4) One-Year Option Periods. The Base Year is estimated at approximately thirty (30) cases and approximately twenty (20) cases for each of the One-Year Option Periods. The solicitation will be released on or about December 27, 1996. Requests for the solicitation must be in writing and submitted to the Sara Grant, Contract Specialist. See numbered Note 1. CITE: (I-341 SN009752) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: USDA, Rural Development, 4440 NW 25th Place, PO Box 147010, Gainesville, Florida 32614-7010 SUBJECT: R -- LEGAL SERVICES FOR FORECLOSURES AND DEFENSE OF BANKRUPTCY SOL RFP 09-00-7-002P DUE 012497 POC Contact: Sara Grant, Contract Specialist, (352)338-2426, or Elaine Larison, Contracting Officer, (202)245-5544. DESC: USDA, Rural Development intends to procure Legal and Related Services for Foreclosure and Bankruptcy cases for Single Family Housing properties for Hamilton, Suwannee, Nassau, Duval, Bradford, Clay, St. Johns, Putnam and Flagler counties in the State of Florida. This requirement is 100% Small Business Set-Aside. The contract period will be one (1) Base Year with four (4) One-Year Option Periods. The Base Year is estimated at approximately thirty (30) cases and approximately twenty (20) cases for each of the One-Year Option Periods. The solicitation will be released on or about December 27, 1996. Requests for the solicitation must be in writing and submitted to the Sara Grant, Contract Specialist. See numbered Note 1. CITE: (I-341 SN009753) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services--Potential Sources Sought OFFADD: VA Medical Center 1601 Brenner Ave. Salisbury, NC 28144 SUBJECT: R -- EDUCATIONAL/VOCATIONAL/EMPLOYMENT PLACEMENT COUNSELING SOL rfp 659-13-97 DUE 012497 POC Jolette M. Cole DESC: The Department of Veterans Affairs Regional Office, Winston-Salem, NC is seeking qualified counselors (satisfactory completion in an accredited educational institution of 2 full academic years of graduate study directly related to counseling psychology; as least one year of professional experience with demonstrated knowledge, skills and abilities for educational, vocational, or rehabilitation counseling) to provide vocational/educational/employment placement counseling to eligible persons referred by VARO personnel. The contract will be for one base year and two one-year renewal options. Contractors may bid on a single service or combination of services. As a result of this notice the VA may award, one, multiple or no contracts, as it deems in the best interest of the Government. Written requests for a solicitation package should be sent to attention of Jolette Cole, VAMC, 1601 Brenner Ave., Salisbury, NC 28144. Faxed requests may be sent to 704-638-3495. Telephone requests will not be honored. The solicitation will be available o/a 12/23/96; proposals will be due o/a 1/24/97 CITE: (I-341 SN009573) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services--Potential Sources Sought OFFADD: Department of Veteran Affairs Medical Center, Contracting Officer (90C), 1500 E. Woodrow Wilson Drive, Jackson, MS 39216-5199 SUBJECT: R -- DESIGN AND PERFORM CUSTOMER SATISFACTION SURVEY SOL 586-30-97 DUE 012297 POC Susan Newton, Contracting Officer DESC: Design and Perform a Customer Satisfaction Survey for the Department of Veterans Affairs Medical Centers located in Alexandria, LA and Houston, TX for the period 02-01-97 through 07-31-97. SIC Code 8748 applies. SOLICITATION TO RELEASE ON OR ABOUT 12-23-96. Requests must be in writing. NO TELEPHONE REQUESTS WILL BE HONORED. FAX # is: 601-364-1346. SUBJECT TO THE AVAILABILITY OF FUNDING. CITE: (I-341 SN009704) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: U.S. Dept. of Commerce, National Oceanic & Atmospheric Administration, Western Administrative Support Center, Acquisition Management Division, Procurement Branch, WC33, 7600 Sand Point Way NE, Seattle, WA 98115-0070 SUBJECT: S -- NOTICE OF INTENT TO NEGOTIATE A SOLE-SOURCE CONTRACT WITH THE UNVIERSITY OF WASINGTON SCHOOL OF FISHERIES. SOL WASC7-664 DUE 122096 POC Randall Brown, telephone (206) 526-6226, fax (206) 526-6025. DESC: Notice of intent to negotiate a sole-source contract with the University of Washington School of Fisheries (UW) to provide fresh water in Seabeck, Washington. The National Marine Fisheries Service (NMFS) requires fresh, untreated water (non-chlorinated) for incubating and rearing salmon stocks at its fish hatchery in Seabeck. Contractor will provide fresh water on an as-needed basis for a period of one year to the NMFS. NMFS requires approximately 3.5 million gallons during period of this contract. Sources responding to this notice must do so within 15 days from the date of this publication. This is a small purchase action. All responsible sources may submit a proposal which shall be considered by the agency. CITE: (I-340 SN009394) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: USDA Forest Service, Fremont N.F. 524 North G Street, Lakeview OR 97630 SUBJECT: S--TREE PLANTING SOL SOL R602-97-0558 DUE 020697 POC Contact, Sonya Hickman, Procurement Technician (541) 947-6228 DESC: Project consists of an estimated 500 acres of hand tree planting on the Silver Lake Ranger District of the Fremont National Forest in Lake County, Oregon. State of Oregon Farm/Forest Contractor License and a valid Farm Labor Contractor Certificate of Registration will be required. See Numbered Notes 1 and 3. CITE: (I-341 SN009542) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: General Services Administration, PBS, Room 120 Federal Bldg, 115 4th Ave SE, Aberdeen, SD 57401 SUBJECT: S--CUSTODIAL AND RELATED SERVICES SOL GS-08P-97-VL-C-0007 DUE 012197 POC Contracting Officer, Brenda Haar, (605) 226-7301. DESC: Custodial services to be performed in the Post Office area at the Federal Building/U.S. Post Office/Courthouse, 225 South Pierre Street, Pierre, South Dakota. Solicitation packages will be available January 2, 1997, with a bid opening of January 21, 1997. Contract performance period is March 1, 1997, through February 28, 1998, with two option years. Requests for solicitation packages must be made in writing to the above Contracting Officer. Fax requests will be accepted/fax number (605) 226-7305. The solicitation is 100% set-aside for small business. CITE: (M-341 SN009620) [Commerce Business Daily: Posted December 06, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Commander (VPL), MLCPAC, Coast Guard Island, Bldg. 50-7, Alameda, CA 94501-5100 SUBJECT: S-TEMPORARY MESSING FOR USCGC POLAR STAR SOL DTCG85-97-Q-625238 DUE 122396 POC Contact Alison Schnitzer, Contracting Officer, (510) 437-3378 DESC: Provide temporary messing for the 110-person crew of the USCGC POLAR STAR, for a period of 21 days. The contractor shall provide a combination of on-board catering, and off-ship messing in a commercial restaurant, within a 30-minute one-way commute from the vessel. The following meals will be catered on board (estimated amounts): Breakfast (Sunday thru Saturday) for up to 60 people, Lunch (Monday thru Friday) for up to 110 people, Lunch (Saturday/Sunday) for up to 50 people, Dinner (Sunday thru Saturday) for up to 60 people. The following meals shall be provided off-ship in a commercial restaurant: Breakfast (Tuesday thru Friday) for up to 80 people, Dinner (Monday thru Friday) for up to 80 people--USCGC POLAR STAR is located at Cascade General Portland Shipyard, in Portland, Oregon--Services to begin on or about 06 January 1997. The proposed contract listed here is open to small businesses only--Specifications will be issued on or after 19 December 1996. All responsible sources may submit a bid which shall be considered by the United States Coast Guard. For Women-owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT) Minority, Office of Small and Disadvantaged business Utilization has programs to assist minority, women-owned and disadvantaged business enterprises to acquire short-term working captial 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. LINK n/a LINKDESC: EMAIL alisonschnitzer.mlcp @internet.uscg.mil EMAILDESC: Contracting Officer CITE: (W-341 SN009671) [Commerce Business Daily: Posted December 06, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: General Services Administration, PBS, Service Contracts (GPMF-S), 1500 E Bannister Rd., Rm 2201, Kansas City, MO 64131-3088 SUBJECT: S-JANITORIAL SERVICE SOL GS06P97GXC0016 DUE 013197 POC Larry Coleman, (816)926-7078, Theresa L. Wells, (816)926-7078 DESC: Modify Solicitation GS06P97GXC0016, issued December 4, 1996, for Janitorial Services, 111 Winnebago, St. Louis, MO. Change Contracting Officer's name from Debra A. Harms to Theresa L. Wells. LINK http://cbdnet.access.gpo.gov LINKDESC: CITE: (W-341 SN009682) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 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 -- CLEANING OF INDUCTION UNITS/FIRE SPRINKLER HEADS SOL IFB 688-25-97 DUE 122696 POC Tyrone Lassiter, Contracting Officer, (202) 745-8467 DESC: Invitation for Bids No. 688-27-97 is a combined synopsis/solicitation for commercial items for the Veterans Affairs Medical Center (VAMC) in Washington, DC, prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information in this notice (SIC 7349). This announcement constitutes the only solicitation; bids are being requested and a written solicitation will NOT be issued. Contractor shall furnish all labor, equipment, tools, parts and materials required for thorough cleaning of sprinkler heads, force flow heaters and steam convector units, as indicated in the schedule of equipment, located at the VAMC, 50 Irving Street, NW, Washington, DC. Contract performance period will be for a one year from the date of award and is subject to the availability of funds. Contract may be amended for two (2) one year options in accordance with the clause at 52.217-9, Option to Extend the Term of the Contract. Schedule of Equipment - (1) Induction Units, Force Flow Heaters, and Steam Convectors - 192 Units (1 Cleaning Per Year); (2) Induction Units, Force Flow Heaters, and Steam Convectors - 137 Units (2 Cleanings Per Year); (3) Induction Units, Force Flow Heaters, and Steam Convectors - 398 Units (4 Cleanings Per Year); (4) Fire Sprinklers - Estimated 3000 Sprinkler Heads (2 Cleanings Per Year). Bidders shall submit a price for the Base Year (12 mos.), Option Year I (12 mos.) & Option Year II (12 mos.) and an Aggregate Total for all three years combined. Contractor shall use a HEPA Vacuum cleaner with filtration to 99.97% at 0.3 microns to clean Fire Sprinklers, Carrier Weather Master Induction Units, Force Flow Heaters and Steam Convector Heating Units located at the VAMC. Cleaning of Carrier Weather Master Induction Units, Force Flow Heaters and Steam Convector heating Units shall be accomplished by removing all panels and top covers to expose units, coils, valves, air plenum nozzles for complete vacuum cleaning. The Induction Units - Condensate Drip Pans, shall be cleaned with a 1 to 10 ratio of bleach and water and a 1.5 inch stiff bristle scrub brush, to remove all minerals, dirt and dust buildup. The Contractor shall replace and position Condensate Drip Pan and Condensation defectors at each end of coil to insure proper drainage of condensate into Condensate Drain. Condensate Drain shall be checked by Contractor by pouring one (1) quart of tap water in drain pan noting if the water drains down the condensate drain. Wipe all surfaces down with damp cloth. Replace lint screens which have deteriorated due to corrosion. (Lint Screens will be furnished by the VAMC). Upon completion, the Contractor shall reassemble all units and clean up areas and began cleaning of all fire sprinkler heads with a soft bristle brush, plus vacuum clean each head. There are approximately three thousand (3000) sprinkler heads throughout the VA Medical Center. Sprinkler heads will be cleaned two (2) times a year (schedule to be coordinated with VA). **Caution: The Contractor shall exercise great caution when cleaning all sprinklers, as they shall be charged with water at the time of cleaning. All Medical Center Ward rooms are to be cleaned during normal working hours from 8:00 A.M. to 4:30 P.M., Monday through Friday, excluding Federal holidays. All Administrative and Admitting areas are to be cleaned after normal working hours from 5:00 P.M. to 8:00 P.M., Monday through Friday, excluding Federal holidays. Work performed after normal working hours will be coordinated with the Chief, Engineering Service or his/her designee. Contractor shall report all malfunctions, broken thermostats, or Induction Units, Force Flow Heaters or Convector Heaters to the Contracting Officer's Technical Representative (COTR). VAMC Engineering Staff will make repairs to leaking valves, condensate pans, air leaks or no supply of air, and thermostats that need calibrating. Contractor shall submit for approval of the Contracting Officer or his/her designee a proposed schedule of cleanings to meet the Induction Units, Force Flow Heaters, Steam Convector Heaters, and Fire Sprinkler Heads cleaning requirements. All Contractor personnel shall wear proper attire with the name of company and employees name visible; shall report to Engineering Service, Engineering Control Center, Mechanical Equipment Room # 1, prior to starting any work and after completing the service required. Contractors personnel must leave a completed V.A. Form 08-6131 Daily Log-formal Contract, signed by the Plant Operator to certify as to service performed, and submit the VA Form 08-6131 to Engineering Service Plant Operations 138G for payment authorization. One (1) Cleaning per year during the month of November for the following Induction Units, Force Flow Heaters, and Steam Convector Heaters. (1) First Floor Administrative Main Lobby and Main Kitchen Areas, Sections (A, B, D, and E)(99 units). (2) Second Floor Section (A) (18 Units); (3) Third Floor Section (A) (21 Units); (4) Fourth Floor, all sections (A, C and D) (54 Units). Total Units for one cleaning per year during the month of November: 192 Units. Two (2) Cleanings per year during the months of November and May for the following Induction Units, Force Flow Heaters and Steam Convector Heaters. (1) Second Floor, all sections (D) (49 Units); (2) Third Floor, all sections (C and D) (88 Units); Total Units to be cleaned Two (2) times per year during the months of November and May: 137 Units. Four (4) Cleanings per year during the months of November, January, April and August for the following Induction Units, Force Flow Heaters and Steam Convector Heaters. (1) Second Floor, all sections (B, C and E) (167 Units); (2) Third Floor, all sections (B and E) (114 Units); (3) Fourth Floor, all sections (B and E) (117 Units). Total Units to be cleaned Four (4) times per year during the months of November, January, April and August: 398 Units. Two (2) cleanings per year during the months of November and June Fire Sprinkler Heads with a soft bristle brush, plus vacuum clean each head. There are approximately three thousand (3000) sprinkler heads throughout the VA Medical Center. Sprinkler heads shall be cleaned two (2) times a year, in November and June of the contract year. Daily Log: The work under this contract will be performed to the satisfaction of the Engineering Officer or his/her designate, who will inspect the work performed after each cleaning and will indicate his/her approval thereof on a signed VA Form 08-6131 Daily Log-Formal Contract, prior to the departure of the Contractor from the premises. The signed VA Form 08-6131 Daily Log-Formal Contract will be attached to the invoice submitted for payment for service rendered. Contractor's use of the premises: Due to the nature of the Medical Center and activities to be carried through in the areas where the work is to be performed, the Contractor shall be limited to work only in areas designated by the COTR. These areas will be coordinated on a schedule provided to the Contractor by the COTR. At all times, the Contractor shall arrange his/her work in such a manner as to provide himself/herself a safe and unobstructed working area and still allow the continuance of Medical Center activities and patient care. Cleaning and protection of existing facilities: Prior to starting the work, the Contractor shall use clean drop cloths and other suitable coverings to insure full protection to the areas in which the work is to be performed. all work shall be performed in a professional craftsman like manner and under the diligent supervision of the Contractor's thoroughly trained/ experienced service foreman. The work crew shall broom clean and vacuum the work areas at the completion of the job in each particular area. The Contractor shall be responsible for removing any Government property, i.e., books, papers, furniture and flowers susceptible to damage or those which infringe upon the cleaning operation. After all cleaning procedures have been completed, the Contractor shall return all Government property, i.e., books, papers, furniture and flowers to their original location and condition. These preparations shall be scheduled and coordinated through the Engineering Officer or his/her designee prior to the start of any cleaning operation. All lint, dust, dirt and residue, and other accumulation shall be gathered, contained and removed from each site by the Contractor and disposed of in accordance with local safety regulations governing such removal and disposal. Safety/Health Requirements: The Contractor shall abide by all Federal, State and local codes and regulations when performing work at the Washington, DC, VA Medical Center. The Washington, DC, VA Medical Center isolates patients suspected of or having active tuberculosis in rooms with negative pressure, at least six air exchanges per hour and all air vented to the outside. All persons who enter rooms identified with the "Special Respiratory Isolation" sign, must wear a NIOSH approved HEPA filter mask and have successfully completed a Respiratory Protection Program (29 CFR 1910.134), to be furnished by the Contractor. The Contractor shall use only explosion proof electrical equipment and appliances conforming to the latest edition of the National Electrical Code. Contractor shall use HEPA Vacuum Cleaners with filtration to 99.97% at 0.0 microns. The Contractor shall not transport to or use upon the government's premises any detergent, solvent, flammable, combustible or explosive characteristics, unless approval is obtained from the Contracting Officer or his/her designated representative. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-42. This procurement is a total Small Business Set-aside. U.S. Department of Labor Employment Standards Administration Wage and Hour Division Determination No. 94-2103, Rev. No. 8 dated 12/8/95, applies to this acquisition. Payment will be made in arrears on certified invoices showing purchase order number assigned and contract number. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its bid. The following incorporated clauses and provisions are applicable to this acquisition: 52.212-1, Instructions to Offerors--Commercial Items; 52.212-4, Contract Terms and Conditions--Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items; 52.222-3, Convict Labor (E.O. 11755); 52.233-3, Protest After Award; 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity; 52.217-5 Evaluation of Options; 52.217-9, Option to Extend the term of the Contract; 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; 52.232-33, Mandatory Information for Electronic Funds Transfer Payment; 52.232-34, Optional Information for Electronic Funds Transfer Payment. All bid prices for this procurement must be received on company letterhead, in a SEALED ENVELOPE -- noting bid response enclosed and Invitation for Bid No. 688-25-97, and shall be addressed to Tyrone Lassiter, Contracting Officer (90C), Room 1B112, VA Medical Center, 50 Irving Street, NW, Washington, DC 20422. Bid opening is 4:00 p.m. EST, December 26, 1996. FAXED bids will not be accepted. CITE: (I-341 SN009754) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services--Potential Sources Sought OFFADD: RED RIVER ARMY DEPOT, CONTRACTING DIRECTORATE, 100 MAIN DRIVE, TEXARKANA TX 75507-5000 SUBJECT: S--BOILER PLANT STUDY SOL DAAC79-CBD7-0001 POC Patton Tidwell Contract Specialist (903)334-3480 Rose Mary Spearman Contracting Officer (903)334-4141 (Site Code DAAC79) DESC: Red River Army Depot, Texarkana, Texas is seeking to locate private commercial sources for cost comparison purposes under OMB Circular A-76 and Federal Acquisition Regulation (FAR) Subpart 7.3. The Government function under consideration is the boile plant operations at Red River Army Depot which is located approximately 15 miles west of Texarkana, TX. A solicitation package will be prepared and should be available in August 1997 for distribution. Anyone interested in obtaining this solicitation packae or any other information regarding this commercial activities (CA) study should contact personnel in the Directorate of Contracting. Requests for information or for the solicitation package should be addressed to: Commander, Red River Army Depot, 100 Main Drive, Directorate of Contracting, Building 110, CA Study (Boiler Plant), Texarkana, TX, 75507-5000. Facsimile requests may be made to : Directorate of Contrating, CA Study (Boiler Plant), (903)334-4141 or (903)334-3480. CITE: (I-341 SN009654) [Commerce Business Daily: Posted December 06, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: Afftc/pkad Directorate Of Contracting, 5 S Wolfe Ave, Edwards Afb Ca 93524-1185 SUBJECT: T--AUDIO-VISUAL SERVICES SOL F04700-97-R0006 POC Ricardo R. Mones, Contract Specialist, (805)277-3900 Ext 2317, John C. Lemacks, Contracting Officer, (805)277-3900 Ext 2253 DESC: CORRECTION: This action (sources sought for Audio-Visual Services) was originally publicized in the CBD dated 11/21/96 as SIC CODE 7335 with a Size Standard of $3.5. The SIC CODE assigned was incorrect and should have read SIC CODE 7812 with a Size Standard of $21.5. All interested small business must submit evidence of technical capability and past performance record on a similar project. LINK http://cpf.edwards.af.mil/contract/rfp.html LINKDESC: EMAIL monesr%pk@mhs.elan.af.mil EMAILDESC: CITE: (W-341 SN009625) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: US ARMY ENGINEERING & SUPPORT CENTER, ATTN: CEHNC-CT-P, 4820 UNIVERSITY SQUARE, HUNTSVILLE AL 35816-1822 SUBJECT: U--MDS-DESIGNER PACKAGE AND MDS-PROGRAMMER PACKAGE TRAINING COURSES SOL DACA87-97-R-0006 DUE 123096 POC Contract Specialist Laura Wilbourn (205) 895-1171 (Site Code DACA87) DESC: The purpose of this amended announcement is to change the contract type to a requirements contract and to state the qualifications that each instructor must meet to qualify to teach the MDS courses: (a) one instructor shall be qualified in the computr languages used to develop the MDS. This MDS programmer/instructor shall have a complete working knowledge of the MDS program and have the ability to instruct in actual hands-on classroom environment; (b) one instructor shall possess a bachelors degree inarchitecture. This architecture/instructor shall have a thorough understanding of the MDS architectural and interior design features (including furniture) and be able to convey the hands-on working intricacies to students; (c) one instructor shall be qualified as a structural engineer. This structural engineer/instructor shall have a thorough understanding and working knowledge of the structural portion of MDS. his structural engineer/instructor shall have the ability to convey hands-on intricacies and basis of design to the students. This instructor is required to interact with other discipline specific exercises; (d) one instructor shall be qualified as a mechaical engineer with experience in the plumbing discipline. This mechanical engineer/instructor shall have a thorough understanding and working knowledge of the mechanical and plumbing portions of MDS. This instructor shall have the ability to convey hands-on intricacies and basis of design to the students. This instructor is required to interact with other discipline specific exercises; (e) one instructor hall be qualified as an electrical engineer with experience in the electrical discipline. This instructor shall have a thorough understanding and working knowledge of the electrical portion of MDS. This electrical engineer shall have the ability to convey ands-on intricacies and basis of design to the students. This instructor is required to interact with other discipline specific exercises; (f) one instructor shall be qualified as a cost estimator. This cost estimator/instructor shall have a thorough understanding and working knowledge of the cost estimating portion of MDS and MCACES. This instructor shall have the ability to convey hands-on intricacies of the Programmers Package" and "Cost-to-Date" estimating systems within MDS. This instructor is required to interact with other discipline specific exercises. CITE: (I-341 SN009666) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: Department of the Treasury, Internal Revenue Service, Midstates Procurement Operations Branch, 4050 Alpha Rd., Dallas, Texas 75244 SUBJECT: U -- EDUCATION AND TRAINING SERVICES SOL N/A POC Ila Krause, Contract Specialist, (972) 308-1992. DESC: The Internal Revenue Service intends to issue a purchase order under the Simplified Acquisition (SA) process to Information Mapping, Inc., 300 Third Avenue, Waltham, MA 02154 for the course entitled "Developing Procedures, Policies & Documentation" with participants obtaining skills which can be applied to a wide variety of IRS-related topics including compliance documentation, administrative procedures, training materials and policy manuals. Classes to be held 2nd Quarter, Philadelphia, PA and Overland Park, KS, 3rd Quarter, Austin, TX and 4th Quarter, Atlanta, GA. Number of students is 20 (maximum) in each class. This procurement is a SOLE SOURCE and NO solicitation is available. Letters and telephone requests will not be accepted and are considered non-responsive to this CBD Announcement. However, contractors with this capacity may submit a PROPOSAL with PRICING to be considered by the Government no later than 15 DAYS after the date of this announcement. CITE: (I-341 SN009702) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: Naval Undersea Warfare Center, Division Keyport, 610 Dowell Street, Keyport, WA SUBJECT: U -- TRAINING/CIRRICULUM DEVELOPMENT SOL N0025397Q0067 DUE 011597 POC Contact Point, Linda Kress, Fax 360/396-7036 DESC: NUWC Keyport requires technical support services for FMS training courses and technical support services for installation and test of in-service USN ASW Fire Control Systems Ordnance Alterations (ORDALTs) and field changes (Fcs). No telephone requests for the solicitation package will be accepted. Fax request will be accepted only. Fax number (360)396-7036. Simplified Acquisition Procedures shall be used for this procurement. A written request for quotation shall be issued on or about 06 Jan 97. Award whall be made on or about 15 Jan 97. See Numbered Note 1 and 26 CITE: (I-341 SN009751) [Commerce Business Daily: Posted December 06, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: 37th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, TX 78236-5253 SUBJECT: U -- MEMBERSHIP SERVICE FOR EDUCATION AND RESEARCH SUPPORT SOL F41636-97Q0286 DUE 122796 POC Peggy S. Sells (210) 671-1763 DESC: Nonpersonsl services for membership service for education and research support. The organization is Medical Leadership Council, an entity of The Advisory Board Company. This is for 59th Medical Wing (Wilford Hall Medical Center), Lackland AFB, TX. Period of membership is one year. A firm fixed price purchase order is contemplated. NOTE: 22 applies. Membership includes access to the following: a. Educational and Research for Medical Leaders 1) Annual addresses to the medical staff on major changes in medical practice around the country. 2) Visits to the campus which would include a mix of formal presentations, group discussions and tours of innovative physician group practice sites. 3) Attendance at an annual meeting of medical leaders from across the country hosted by the organization and focusing on the practice of medicine under managed care. 4) Unlimited access to the Leadership Networking and Literature Search Service which is comprised of two types of research: Networking-Telephone introductions to physicians and other members of the health care profession with special information or expertise, and Document Retrieval-Customized searches for statistics, articles or other published information. b. Managed Care Curriculum - A full curriculum for physicians on the practice of medicine under managed care . Curriculum texts, audio tapes and video tapes must be available to members for group and self-instruction. c. Clinical Publishing - Access to published reports on the best demonstrated clinical practices in the United Stated for improving quality and reducing the cost of care. EMAIL sellsp@lakgate1.lak.aetc.af.mil EMAILDESC: CITE: (W-341 SN009761) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: U--Education and Training Services--Potential Sources Sought OFFADD: Internal Revenue Service, A/C PROCUREMENT M:P 7TH FLOOR, 6009 OXON HILL ROAD, OXON HILL, MD 20745 SUBJECT: U--COMPUTER-BASED MANAGEMENT TRAINING SOL CBD&&&96100001 DUE 121196 POC Contract Specialist, Gerald B. Kyler, FAX: 202-283-1514 DESC: The Internal Revenue Service (IRS) is seeking information from firms offering Computer-Based Training (CBT) courseware to address any/all of the leadership topics noted below. This information is being sought for the purpose of attaining an accurate nderstanding of the technology/capabilities currently available in the market in order to facilitate composition of a precise statement of work for an anticipated Request for Proposal on CBT courses for the agency. Course material needs to be highly interative, multimedia oriented, with the ability to generate pre and post assessments/tests and to compile performance summaries for both individuals and groups. The course topics to be addressed include: planning, scheduling, prioritizing, time management, communication skills, performance discussions, delegation, empowerment, managing diversity, leading in a changing environment, interest based problem solving, remot management, coaching, risk taking, decision making, team building, situational leadership. Please forward descriptive literature/brochures, including computer system specifications required to run product(s); firms may be contacted for samples or examplesof products at a later date. Do not send products now. Please annotate whether your firm is a large, small, or disadvantaged business under SIC 7322, size standard of $5 million in annual receipts. NOTE: This is for planning purposes ONLY. There is no Request for Proposals at this time. No oral communications shall be accepted. Questions and/or responses to the above may be mailed to the address above o faxed to Gerald Kyler at (202) 283-1514. CITE: (I-341 SN009635) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: X--Lease or Rental of Facilities OFFADD: U. S. Postal Service, Denver Facilities Service Office, 8055 E. Tufts Ave., Ste 400, Denver, CO 80237-2881 SUBJECT: X -- NEW CONSTRUCTION LEASED, MESQUITE, NM SOL 072976-97-A-0054 DUE 121396 POC John L. Brieck, Real Estate Specialist, (505) 875-0376. DESC: The USPS is completing final site and building plans for a new leased building of approximately 4,319 gross square feet on a site of approximately 44,867 square feet. Offerors will be required to acquire the site, execute the lease with construction rider, and construct the specified building. Any award made under this solicitation will be made to the responsible offeror who provides the best overall value to the Postal Service. This is NOT a sealed bid advertisement, and proposals will NOT be publicly opened. Solicitation packages will be available on or about December 13, 1996 for a $50.00 NON-REFUNDABLE fee. Forward cashier's check or money order, made out to "USPS DISBURSING OFFICER", to the attention of Diana Esguerra, A&D Draft-Aid, Inc., P.O. Box 40877, Denver, CO 80204-0877, (303) 573-5757, (one check per solicitation). Please identify your request with the solicitation number. Offerors are encouraged to submit their proposals by one of the methods offered by the U. S. Postal Service (First Class, Priority Mail, or Express Mail). Submissions will not be returned CITE: (I-341 SN009540) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: X--Lease or Rental of Facilities OFFADD: U. S. Postal Service, Denver Facilities Service Office, 8055 E. Tufts Ave., Suite 400, Denver, CO 80237-2881 SUBJECT: X -- NEW CONSTRUCTION LEASED, DEXTER, NM SOL 072976-97-A-0055 DUE 012497 POC John L. Brieck, Real Estate Specialist, (505) 875-0376. DESC: The USPS is completing final site and building plans for a new leased building of approximately 4,319 square feet on an uncontrolled site in a range from 40,000 to 45,000 net usable square feet. Offerors will be required to acquire the site, execute the lease with construction rider, and construct the specified building. Any award made under this solicitation will be made to the responsible offeror who provides the best overall value to the Postal Service, and provides the best location. This is NOT a sealed bid advertisement, and proposals will NOT be publicly opened. Solicitation packages will be available on or about December 13, 1996 for a $50.00 NON-REFUNDABLE fee. Forward cashier's check or money order, made out to "USPS DISBURSING OFFICER", to the attention of Diana Esguerra, A&D Draft-Aid, Inc., P.O.Box 40877, Denver, CO 80204-0877, (303) 573-5757 (one check per solicitation). Please identify your request with the solicitation number. Offerors are encouraged to submit their proposal by one of the methods offered by the U. S. Postal Service (First Class, Priority Mail, or Express Mail). Submissions will not be returned CITE: (I-341 SN009549) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Officer In Charge of Construction, 520 Turner Street, Pensacola, FL 32508-5225 SUBJECT: Y--REPLACE BOILER #3, BUILDING 2270, NTTC, CORRY STATION, PENSACOLA, FL SOL N65114-95-B-2076 DUE 021397 POC Technical inquiries prior to bid opening must be submitted in writing to the address listed above, or faxed to (904) 452-4505, Attention: Karla Ishmael, Contract Specialist DESC: The work includes the removal of an existing boiler, installation of a 500 hp firetube boiler and incidental related work. There is a $55.00 Non-refundable fee per set of plans and specifications. Forward your written request and company check or money order (cash and personal checks will not be accepted) to Defense Automated Printing Service, 280 Hovey Road, Pensacola, FL 32508-1048, Attention: Tom Morris. Planholders lists will be provided upon written request only and will be U.S. mailed, not faxed. You may pick up plans from the printing office at the Hovey Street address between 9:00 a.m. and 10:00 a.m. (no exceptions). Plans and specifications will be available approximately 30 days prior to bid opening date. Estimated Cost: $100,000 - $250,000 CITE: (I-340 SN009404) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Officer In Charge of Construction, 520 Turner Street, Pensacola, FL 32508-5225 SUBJECT: Y--INSTALL SUPERVISOR CONTROL DATA ACQUISITION (SCADA) SYSTEM AT CORRY WATER PLANT, BUILDING 2230, PENSACOLA, FL SOL N65114-95-B-2082 DUE 021397 POC Technical inquiries prior to bid opening must be submitted in writing to the address listed above, or faxed to (904) 452-4505, Attention: Karla Ishmael, Contract Specialist DESC: The work includes the expansion of the Ilex SCADA System to include the monitoring and control of the water plant pumps and chemical feed and incidental related work. There is a $65.00 Non-refundable fee per set of plans and specifications. Forward your written request and company check or money order (cash and personal checks will not be accepted) to Defense Automated Printing Service, 280 Hovey Road, Pensacola, FL 32508-1048, Attention: Tom Morris. Planholders lists will be provided upon written request only and will be U.S. mailed, not faxed. You may pick up plans from the printing office at the Hovey Street address between 9:00 a.m. and 10:00 a.m. (no exceptions). Plans and specifications will be available approximately 30 days prior to bid opening date. Estimated Cost: $100,000 - $250,000 CITE: (I-340 SN009405) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: US Army Engr Dist New Orleans, PO Box 60267, New Orleans La. 70160 SUBJECT: Y -- ATCHAFALAYA BASIN FLOODWAY, BAYOU SORREL LOCK, SOUTHEAST GUIDEWALL REPLACEMENT AND NEW DOLPHIN CONSTRUCTION, IBERVILLE PARISH, LA ED-97-048 SOL DACW29-97-B-0038 DUE 022597 POC Contract Specialist, Sheila Enclade, (504) 862-1514 DESC: The work consists of demolishing and removing the existing southeast timber guidewall and pile cluster; furnishing, delivering, and driving new treated timber piles and new steel sheet piles; furnishing materials, delivering materials, and constructing new treated timber guidewall and new dolphin; furnishing materials, delivering materials and replacing timbers and components on the existing pipe guidewall; and furnishing materials, delivering materials and installing new electrical work. $15.70 for plans and specification, $5.00 charge for specification only. Unrestricted. CITE: (I-341 SN009523) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: US Army Engr Dist New Orleans, PO Box 60267, New Orleans La. 70160 SUBJECT: Y -- MRGO, MAINTENANCE DREDGING, C/L STA. 2530+00 TO C/L STA. 3685+00, MI. 18.1 TO MI. (-)3.8, NON-CONTINUOUS, ST. BERNARD AND PLAQUEMINES PARISH, LA ED-97-055 SOL DACW29-97-B-0039 DUE 012897 POC Colleen Hightower, Contract Specialist (504) 862-1450 DESC: The work consists of the removal and satisfactory disposal of all dredged material from the MRGO within the limits as specified herein and as shown on the contract drawings. $12.55 for plans and specification, $5.00 charge for specification only. Unrestricted. CITE: (I-341 SN009524) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: U.S. Army Engineer District, Savannah, 100 W. Oglethorpe Avenue, Savannah, GA 31402 SUBJECT: Y -- SWITCHYARD EQUIPMENT AND LINE RELAYING REPLACEMENT - J. STROM THURMOND POWERHOUSE, SC SOL DACW21-97-B-0018 DUE 012297 POC Gene Odom (Technical Questions) 912/652-5656 Julie Oliver (Contractual Questions) 912/652-5899. DESC: Description of Work: Replace switchyard line protection relays, potential transformers, current transformers, surge arrestors, coupling capacitor potential devices and line carrier tuning equipment. Network Analysis System will be required. Estimated cost range of project is from $500,000 to $1,000,000. Charge for solicitation documents is $25. Make check payable to F&A Officer. Solicitation documents will be available December 23, 1996 (approx.). In order to receive documents in a timely manner, requests should be received by December 13, 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-341 SN009596) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: U.S. Army Engineer District, Savannah, 100 W. Oglethorpe Avenue, Savannah, GA 31402 SUBJECT: Y -- PENSTOCK FILL SYSTEM MODIFICATIONS - RICHARD B. RUSSELL DAM, GA SOL DACW21-97-B-0017 DUE 012297 POC Gene Odom (Technical Questions) 912/652-5656 Julie Oliver (Contractual Questions) 912/652-5899. DESC: Description of Work: Permanent closure of the eight existing penstock fill intakes on the upstream face of the dam; disassembly of the eight existing fill piping systems; fabrication of a header system including valving and powered operators which will interconnect all eight penstocks and permit filling any penstock from the header system. The work will include underwater activities which are expected to require diving services for the permanent closure of the upstream intakes. Network Analysis System will be required. Estimated cost range of project is from $5,000,000 to $1,000,000. Charge for solicitation documents is $25. Make check payable to F&A Officer. Solicitation documents will be available December 23, 1996 (approx.). In order to receive documents in a timely manner, requests should be received by December 13, 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-341 SN009597) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: U.S. Army Engineer District, Savannah, 100 W. Oglethorpe Avenue, Savannah, GA 31402 SUBJECT: Y -- REPAVE VARIOUS TERMINAL ROADS - MILITARY OCEAN TERMINAL, SUNNY POINT, NC SOL DACA21-97-B-0016 DUE 020397 POC Gregory Hixson (Technical Questions) 912/652-5189 Linda Elliott (Contractual Questions) 912/652-5076. DESC: Description of Work: Provide asphalt overlay and asphalt surface treatment to existing roads. Provide full and partial depth repairs and seal cracks as specified. Provide turnout widening, shoulder regrading, pavement marking, and herbicide treatment for roads. Network Analysis System will be required. Estimated cost range of project is from $500,000 to $1,000,000. Charge for solicitation documents is $25. Make check payable to F&A Officer. Solicitation documents will be available January 2, 1997 (approx.). In order to receive documents in a timely manner, requests should be received by December 23, 1996. This solicitation is issued on an unrestricted basis pursuant to the "Business Opportunity Development Reform Act of 1988" (Public Law 100-656). Only written requests for plans and specifications will be accepted. State area code, telephone number, street address and nine-digit zip code. Plans and specifications are available Monday through Friday, 8:30 A.M. to 5 P.M., 100 West Oglethorpe Avenue, Savannah, Georgia 31401-3640. CITE: (I-341 SN009598) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Department of Transportation, Federal Aviation Admin. (FAA), Procurement Branch, AWP-55, P.O. BOX 92007, WWPC., Los Angeles, CA. 90009-2007 SUBJECT: Y -- A/C REFURBISHMENT AT FOUR HI-DESERT FAA SITES IN CALIFORNIA SOL DTFA08-97-R-04619 POC Gregory M.S. Flowers (310) 725-7552 DESC: Public announcement of proposed procurement: The Federal Aviation Administration (FAA), Western-Pacific Region, under the FAA Acquisition Management System (FAAAMS) hereby publicly announces its intention to contract for air conditioning system modifications at four (4) remote FAA sites in the Hi-Desert area of California. The estimated dollar range for this procurement is between $75,000 to $125,000. Work includes, but is no limited to, furnish and install fan-coil units, condensing units, ductwork and accessories, piping, controls, and electrical work. The Standard Industrial Classification (SIC) code for this project is 1711. All work is to be in strict accordance with project plans and specifications. The FAA currently has Ten (10) local sources it intends to solicit for responses on this requirement. In addition to these local sources, the FAA shall supply copies of the aforementioned solicitation to the first Ten (10) written requests responding to this announcement, on a "first come" basis only. Requests for solicitation package must identify the solicitation number and must be made in writing to the address above or via facsimile to (310) 536-8550; Attn: Gregory Flowers. VERBAL/TELEPHONIC REQUESTS WILL NOT BE HONORED. Requests for solicitation received after the first Ten (10), regardless of method transmitted, will not be honored. It is anticipated the Request for Offer, DTFA08-97-04619, will be issued on or about December 15, 1996 with responses due approximately 21 calendar days after actual date of issuance. The following notice below 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 and bonding assistance for transportation-related contracts. This is applicable to any eligible prime or subcontract at any tier. The DOT Bonding Assistance Program enables firms to apply for bid, payment, and performance bonds up to 1.0 million per contract. The DOT provides an 80 percent guaranty on the bond amount to a surety against losses. Loans are also available under the DOT Short Term Lending Programs (STLP), at prime interest rates to provide accounts receivable financing. The maximum lines of credit is $500,000. For further information regarding the bonding and lending programs, please call the DOT Office of Small and Disadvantaged Business Utilization at (800) 532-1169. For information concerning the acquisition, contact the contracting official listed above. CITE: (I-341 SN009623) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Department of Transportation, Federal Aviation Admin. (FAA), Procurement Branch, AWP-55, P.O. BOX 92007, WWPC., Los Angeles, CA. 90009-2007 SUBJECT: Y -- A/C REFURBISHMENT AT FOUR HI-DESERT FAA SITES IN CALIFORNIA SOL DTFA08-97-R-04619 POC Gregory M.S. Flowers (310) 725-7552 DESC: Public announcement of proposed procurement: The Federal Aviation Administration (FAA), Western-Pacific Region, under the FAA Acquisition Management System (FAAAMS) hereby publicly announces its intention to contract for air conditioning system modifications at four (4) remote FAA sites in the Hi-Desert area of California. The estimated dollar range for this procurement is between $75,000 to $125,000. Work includes, but is no limited to, furnish and install fan-coil units, condensing units, ductwork and accessories, piping, controls, and electrical work. The Standard Industrial Classification (SIC) code for this project is 1711. All work is to be in strict accordance with project plans and specifications. The FAA currently has Ten (10) local sources it intends to solicit for responses on this requirement. In addition to these local sources, the FAA shall supply copies of the aforementioned solicitation to the first Ten (10) written requests responding to this announcement, on a "first come" basis only. Requests for solicitation package must identify the solicitation number and must be made in writing to the address above or via facsimile to (310) 536-8550; Attn: Gregory Flowers. VERBAL/TELEPHONIC REQUESTS WILL NOT BE HONORED. Requests for solicitation received after the first Ten (10), regardless of method transmitted, will not be honored. It is anticipated the Request for Offer, DTFA08-97-04619, will be issued on or about December 15, 1996 with responses due approximately 21 calendar days after actual date of issuance. The following notice below 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 and bonding assistance for transportation-related contracts. This is applicable to any eligible prime or subcontract at any tier. The DOT Bonding Assistance Program enables firms to apply for bid, payment, and performance bonds up to 1.0 million per contract. The DOT provides an 80 percent guaranty on the bond amount to a surety against losses. Loans are also available under the DOT Short Term Lending Programs (STLP), at prime interest rates to provide accounts receivable financing. The maximum lines of credit is $500,000. For further information regarding the bonding and lending programs, please call the DOT Office of Small and Disadvantaged Business Utilization at (800) 532-1169. For information concerning the acquisition, contact the contracting official listed above. CITE: (I-341 SN009624) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: USACE VICKSBURG DISTRICT, 4155 CLAY STREET, VICKSBURG MS 39180-3435 SUBJECT: Y--FC/MR&T, YAZOO BASIN, DESOTO COUNTY, MS, DEMONSTRATION EROSION CONTROL, BANK STABILIZATION, CANE-MUSSACUNA WATERSHED, MUSSACUNA CREEK BS-95-03 SOL DACW38-97-B-0018 DUE 020497 POC Contract Specialist CARLA KOESTLER (601) 631-7903 (Site Code CW38) DESC: The work consists of furnishing all plant, labor, materials and equipment, and constructing the bank stabilization work (4,450 linear feet) in Desoto County, Mississippi. The principal features of the work include mobilization and demobilization, clering and grubbing, excavation and backfill, graded stone, erosion control, willow planting and environmental protection. The estimated value of the proposed work is between $250,000 and $500,000. Issue date on or about 23 Dec 96. Bid opening date on or abot 4 Feb 97. CITE: (I-341 SN009637) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: JACKSONVILLE DISTRICT OFFICE, U.S. ARMY CORPS OF ENGINEERS, P.O. BOX 4970, JACKSONVILLE, FL 32232-0019 SUBJECT: Y--CONTRACT NO. 1, 2ND BEACH RENOURISHMENT, SUNNY ISLES AND MIAMI BEACH, SHORE PROTECTION PROJECT, DADE COUNTY, FLORIDA SOL DACW17-97-R-0005 DUE 010397 POC Contract Specialist Kathie Duke (904) 232-3713 (Site Code DACW17) DESC: SOURCES SOUGHT: Due to an emergency situation in Dade County, Florida area, contractors are sought to do the following work: The project is the first contract for the second periodic nourishment of the Dade County Shore Protection project. The areas o be nourished are located at Miami Beach from monuments DNR-53 to DNR-58 (approximately 450,000 cubic yards) in the vicinity of 44th Street and Sunny Isles from monuments DNR-7 to DNR-10 (approximately 150,000 cubic yards). The work at Sunny Isles will bean optional bid item. The Miami Beach segment will be approximately 6,000 feet and have a 230-foot berm width with a foreshore slope of 1` vertical on 20 horizontal. The segment at Sunny Isles will be approximately 3,000 feet long and have a 70-foot berm width with a foreshore slope of 1 vertical on 10 horizontal. A dune will be restored to project dimensions where necessary unless vegetation is present. The borrow are for this project is located offshore some 9,000 feet east-northeast from Sunny Isles. Due to hardbottom in the area, the borrow site shall be delineated with marker bouys which will be inspected by DERM. Specific pipeline corridors will be provided. Diver will be required to inspect placement of pipelines. Rocks are present in the borrow area and separation will be necessary. Rock separation cannot take place on the beach. A rock disposal area is provided for disposing of rocks in excess of 1" diameter. The rock disposal site is located directly offshore from the Miami Beach segment about 8,500 feet. Protection of the environment, especially the reefsystem, is of paramount importance. Dredging operations will have to be carried out in accordance with permit requirements. It is anticipated that this project may be constructed during the turtle nesting season and precautions will have to be taken. Separte Cost and Technical Proposals will be required. Technical proposal shall consist of: (1) A contract performance schedule showing the contractor's proposed start and completion time. (Work must be completed and ready for use by 15 April 1997. Earlier completion is desired). (2) A Plant and equipment Schedule listing equipment capable of performing the proposed schedule; (3) An acceptable Subcontracting Plan. ue to the unusual and compelling urgency of this requirement, the Government intends to award within 1 week of the proposal due date and issue Notice to Proceed within 10 days of award. Tentatively, the solicitation will be issued on 23 December 1996 and poposals will be due on 3 January 1997. Contractor's who cannot comply with this schedule should not respond to this notice. Magnitude of construction is between $5,000,000 to $10,000,000. Invitation DACW17-97-R-0005 will be issued on or about 23 Dec 96 and opened on or about 03 Jan 97. THIS IS AN UNRESTRICTED ACQUISITION NOTE: Contracting information for the Jacksonville District is now available at ourweb site: http://www.saj.usace.army.mil/. SIC Code 1629. CITE: (I-341 SN009653) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: U.S. Army Engineer District, Alaska, P.O. Box 898, Anchorage, Alaska 99506-0898 SUBJECT: Y--REPAIR AIRFIELD PAVEMENT, KING SALMON AFB, ALASKA SOL DACA85-97-B-0008 DUE 020497 POC Contact, Gail M. West, 907/753-2552/Contracting Officer, Thomas L. Carter, 907/753-2551 DESC: Description of work to be performed: Pave the main runway 11/29 from sta 12+60 to 81+44 x 150' wide, taxiways located north of the main runway. Cold planing may be required, provide base course and appropriate striping and lighting. Responders are advised that the requirements may be delayed, cancelled, or revised at any time during the solicitation, selection, evaluation, negotiation, and/or final award process based on decisions related to DOD changes and dispositions of the Armed Services. Range: $1,000,000 - $5,000,000--FFP--200 days completion time--Plans & spec fee: $30.00--SIC Code 1611--all responsible sources may submit a bid which shall be considered by this agency. The solicitation listed herein is Open to Large and Small Business . CITE: (I-341 SN009732) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Department of the Army, Baltimore District, Corps of Engineers, 10 South Howard Street, Room 7000, P.O. Box 1715, Baltimore, MD 21201-1715 SUBJECT: Y -- EAST MOUNT ZION LANDFILL, LANDFILL CAP CONSTRUCTION, SPRINGETTSBURY TOWNSHIP, YORK COUNTY, PA SOL DACW31-97-B-0011 DUE 012897 POC Marie Johnson or Betty Schneider, 410-962-3464 or 962-5638 DESC: This procurement is unrestricted. East Mount Zion Landfill, Landfill Cap Construction, Springettsbury Township, York County, PA. Estimated cost of construction is between $1,000,000.00 and $5,000,000.00. Estimated completion not later than 450 calendar days. Project consists of the installation of a landfill cap, designed with proper gas venting and surface water control systems. The project also includes the construction of a leachate collection system and stormwater management system; refuse relocation, preconsolidation of relocated refuse, construction of an acess road; disposal of potentially hazardous wastes; installation of a security fence around the site and new landscaping at project completion. Full Size plans and specs (13) $33.00 p/set and Half Size plans and specs (13) $25.00 p/set. Non-refundable. All responsible sources may submit a bid which shall be considered. Make company check or money order payable to FAO-USAED-Baltimore. (No cash accepted). Issuance o/a 28 December 1996. CITE: (I-341 SN009747) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities--Potential Sources Sought 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: Y--MARKET SURVEY FOR DIRECT DIGITAL CONTROL SYSTEM FOR HVAC EQUIPMENT SOL JACKIE-6325-0001 POC Contact Ms. Jacalyn Jenkins, 334/441-5598; Contracting Officer, Edward M. Slana (Site Code W31XNJ) DESC: The U.S. Army Corps of Engineers, Mobile, District, is conducting a market survey to identify sources and to increase competition acquisition opportunities for Direct Digital Controls (DDC) for Heating, Ventilation and Air Conditioning (HVAC) equipmet. This request is only a market survey, not a request to be placed on a solicitation mailing list. It is for INFORMATION ONLY and is not a Request for proposal (RFP) or announcement of a solicitation. The purpose of this Sources Sought request is to obtai information on potential manufacturers that would guarantee, for current software and future upgrades, full (100%) compatibility and interoperability with existing system components at Hurlburt Field, Florida. Direct Digital Controls for (HVAC) equipment is required for Military Construction Projects at Hurlburt Field, Florida. The DDC System shall be fully (100%) compatible with the existing base-wide for Hurlburt Feld which is a Network 8000 system manufactured by Barber-Colman/Siebe. This system utilities a proprietary data interface. Responses are required 14 days after publication of this notice. Responses should be addressed to U.S. Army Corps of Engineers, Mobie, ATTN: CESAM-CT (PLANS ROOM NO. 1000A) 109 St. Joseph Street, Mobile, AL 36628-0001 and will be directed to Ms. Jacalyn Jenkins, 334-441-5598. Firms interested in being considered shall provide manufacturer's name, product data and written statement of compatibility. The written statement of compatibility shall include necessary backup information and support documentation. A list of projects in which etwork 8000 has been successfully interfaced with shall be provided. List shall include exact location of project and a point of contact with phones. The Government will not pay for any material provided in response to this synopsis nor return the data proided. CITE: (I-341 SN009646) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities--Potential Sources Sought OFFADD: U.S. ARMY CORPS OF ENGINEERS, TRANSATLANTIC PROGRAMS CENTER, P. O. BOX 2250, WINCHESTER VA 22604-1450 SUBJECT: Y--FY97 MCA PROGRAM, WAREHOUSE CONSTRUCTION, STATE OF QATAR SOL DACA78-97-R-0013 DUE 041796 POC Contract Specialist Deborah McFarland (540) 665-3678 (Site Code DACA78) DESC: This announcement is for the purpose of soliciting names of United States construction firms, or joint ventures between U.S. construction firms and Qatari construction firms, interested in submitting an offer on a project in the State of Qatar as desribed in the Project Scope below. In joint venture (JV) arrangements, the U.S. construction firm must be the controlling partner, with at least 51% vested financial interest in the joint venture. To be considered a U.S. construction firm, the firm must: Peform construction as a significant portion of its business; be incorporated and have its corporate headquarters in the U.S.; have paid corporate franchise and employment taxes in the U.S. for a minimum of two (2) years and shall have filed state and federal income tax declaration for a minimum of two (2) corporate years; have paid any applicable taxes determined to be due as a result of such filings; and employ .S. citizens in key management positions. PROJECT SCOPE: Construct various storage and related support facilities at two separate locations within the State of Qatar. Site 1 includes controlled humidity warehouses and other storage facilities, a communicatons center, a dining hall, a workshops building, latrines, various sunshades, expansion of a power plant, and related support facilities and utilities. Site 2 includes ammunition storage igloos, upload stalls, an ammunition inspection facility, guard towers, various sunshade structures, and related supporting facilities (access roads, fencing, lighting, etc.), and utilities. Construction type includes, bu is not limited to, pre-engineered metal buildings, cast-in-place reinforced concrete structures, and reinforced concrete frame (beam and post) with CMU block infill. Site 1 is in the vicinity of the capital city of Doha, and Site 2 is approximately 50 kilmeters southwest of Site 1. The solicitation may also include microwave antenna towers and supporting structures at selected sites, furniture and equipment procurement and installation, government furnished property installation, optional work, and a one to two-year provision for on-site operation and maintenance of completed construction. Performance guarantees will be required. Estimated construction value s between $50,000,000.00 and $100,000,000.00. This project is the second of three phases. It is possible that at least one other contractor will be working on the site at the same time. ADDITIONAL REQUIREMENTS: All firms applying shall be licensed to do buiness in the State of Qatar or demonstrate the ability to be licensed at contract award, and will comply with the laws and regulations of the State of Qatar to become licensed. Construction contractors responding to this notice, and meeting all conditions of this notice will receive a Request for Proposal, subject to the approval of the State of Qatar. PLANS AND SPECIFICATIONS: The plans and specificaions will be available only to construction firms approved by the State of Qatar at no charge. There will be a charge for the specifications for interested suppliers and subcontractors. CONTRACT PROCEDURES: Contract award will be based upon a Best Value anlysis of all proposals; including, at a minimum, the evaluation of each offeror's price reasonableness, past performance, technical competence, and understanding of the scope of the project. Complete evaluation criteria and order of precedence will be conveyed within the RFP. The contract is to be awarded on a firm-fixed price basis only. Tentative date for issuance of Request for Proposal DACA78-97-R-0013 is Februry 13, 1997. Tentative date for receipt of proposals is April 17, 1997. Tentative contract award date is June 16, 1997. Tentative construction period is 24 months. The solicitation will address requirements for sequencing and early completion of various prmary facilities. Firms interested in receiving this solicitation should sent a written request, either to the address above, or by facsimile to Deborah McFarland, (540) 665-4033. The request must state the name of the company, mailing and shipping addresses of the firm, telephone and fax numbers, point of contact, and should reference the RFP number. ALL REQUESTS MUST BE RECEIVED BY JANUARY 9, 199. CITE: (I-341 SN009662) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Officer in Charge of Construction, P. O. Box 209 Oceanside, CA 92049- 0209 SUBJECT: Z--IMPROVE/REPAIR ACADEMIC INSTRUCTION BUILDING 62302, MCB, CAMP PENDLETON, CA SOL N68711-95-B-8842 DUE 012897 POC Wendy Friedrich, (619) 725-3222/Contracting Officer, Catherine Jones, (619) 725-3222 DESC: Presolicitation Notice. The work includes the repair and conversion of an existing building into an instruction center, including demolition, minor site work and paving, structural steel, metal decking, prefinished metal roofing, cold-applied built-up roofing, metal stud and gypsum board partitions, acoustic ceilings, ceramic tile, toilet accessories, plumbing, heating and ventilating, power, lighting, fire alarm, fire sprinklers, and incidental related work. S.I.C. Code is 1542, "General Contractors - Nonresidential Buildings, Other than Industrial Buildings and Warehouses". Estimated Cost is between $1,000,000.00 and $5,000,000.00. Completion time is 180 calendar days. Bid opening is tentatively scheduled for 2:00 PST, January 28, 1997 at Building 22101, Officer in Charge of Construction, Marine Corps Base, Camp Pendleton, CA. All responsible sources may submit a bid and it shall be considered. Copies of the solicitation will be available on a first come, first served basis approximately December 27, 1996, and will be provided only in response to written or faxed requests received directly from the requestor. Requests for a copy of the solicitation must contain the firm name, address, phone number, fax number (if available), and the solicitation number or the request will not be processed. Facsimile requests can be sent to (619) 725-3222. Telephone requests will not be honored. EMAILADD: rajones@efdswest.navfac.navy.mil EMAILDESC: California CITE: (D-341 SN009446) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: USDA, Natural Resources Conservation Service, 100 Centennial Mall North, Room 152, Lincoln, NE 68508-3866 SUBJECT: Z - CONSTRUCTION OF ONE GRADE STABILIZATION STRUCTURE D-17, PAPPILLION CREEK WATERSHED, DOUGLAS COUNTY, NE. SOL NRCS-1-NE-97 DUE 121996 POC Contact Point, Margaret J. Styles, (402)437-4045 DESC: APPROXIMATE QUANTITIES OF MAJOR WORK ITEMS: Water 180 - 1000 gals.; Excavation, common 8,780 CuYds; Earth fill, class A compaction 55,260; Drain fill, foundation drain sys 465 CuYds; Drain fill, seepage protection filter sys 45 CuYds; Concrete (class 4000) 23.9 cuYds; Steel reinforcement 2,405 lbs; Salvaging and spreading topsoil 9,780 SqYds; Plastic pipe 8" dia. - 54 LinFt; Diversions 800 LinFt; Reinforced concrete pipe 30" dia. - 54 LinFt; rock riprap, plunge pool 390 CuYds; rock riprap, back protection 76 CuYds; Seeding and mulching 8.8 acres; Fence 690 LinFt. The performance time is 170 calendar days after the Notice to Proceed. Estimated price $100,000 to $250,000. A pre-solicitation notice will be issued for this solicitation. Bid packets are available. All responsible bidders may submit an offer which will be considered by the agency. CITE: (I-341 SN009535) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: SOUTHWESTNAVFACENGCOM (Code 531), 1220 Pacific Highway, San Diego, CA 92132-5187 SUBJECT: Z -- EMERGENCY OFF-BASE WATER SUPPLY MAIN AT THE MARINE CORP BASE, CAMP PENDLETON, CA SOL N68711-94-B-1491 DUE 012397 POC For Plans and Specs info call 619-532-2082/Contract Specialist, Lora Morrow, Contracting Officer, Katherine G. Luhmann/For Bid Results call 619-532-2355. DESC: This solicitation was originally advertised in June 1995 with a bid opening date of 20 July 1995 and was postponed indefinitely on 30 June 1995. We are now reactivating this project. DESCRIPTION OF WORK--The work includes the installation of an Emergency Off-Base Water Supply Main. The installation includes a 12-inch water main that connects between the City of Oceanside Morro Hills Resevoir and the Camp Pendleton water distribution system, chlorination system, air release/vacuum valves, system connections pressure reducting valve, and incidental related work complete and ready for use.--The estimated cost is between $500,000 and $1,000,000.--Firm Fixed Price Contract.--Contract duration is 120 calendar days.--Bids will be considered from all responsible sources.--This project is unrestricted.--The Standard Industrial Code is 1623 and the annual size standard is $17 million.--It is recommended the subcontracting plan goals reflect a minimum goal of 5% for Small Disadvantaged Business subcontracting effort.--NOTE: Plans and specs will not be mailed to firms within a 20 mile radius of the issuing office.--A fee will be charged for all plans and specs. Please contact Plan Issue at (619) 532-2082 for the price of this solicitation.--Solicitation packages may be acquired in person from Plan Issue or by mail.--Telephone requests will not be accepted.--Requests for the solicitation package must be in writing stating solicitation number N68711-94-B-1491, complete name, address, area code and phone number and whether bidding as a prime/subcontractor/supplier. -Plan holders lists will not be faxed.--Mail requests to Southwest Division, Naval Facilities Engineering Command (Plan Issue), Building 132, 1220 Pacific Highway, San Diego, CA 92132-5187 with a check payable to DEFENSE PRINTING SERVICE.--Fees are not refundable.--Submit one (1) check per project.--Solicitation packages are limited to two (2) sets per prime and one (1) per subcontractor/supplier.--Plans and specifications will be available on or about 23 DEC 1996. CITE: (I-341 SN009567) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Federal Prison Camp, Allenwood, Regional Contracting Office, P.O. Box 1000, Montgomery, PA 17752 SUBJECT: Z -- ROAD AND PARKING LOT REPAVING SOL IFB 428-0018 DUE 020497 POC G. F. Garceau, Regional Contract Specialist, 717-547-1641, extension 541 DESC: Synopsis: Contractor shall provide all materials, labor and expertise necessary to repave specified roads and parking lots, in accordance with the current Pennsylvania Department of Transportation specifications, located at the Federal Prison Camp located at Montgomery, Pennsylvania, Lycoming County. A firm fixed-price contract award is anticipated in spring 1997 with a completion period of 60 calendar days. This solicitation is total set-a-side for Small Business. Estimated price magnitude is between $100,000 and $250,000. Security investigation/clearance is required. Request may be mailed to the above address or faxed to (717)547-6819. Solicitation number is IFB 428-0018 will be made available on or about January 6, 1997. SIC is 1611. See numbered note 1. CITE: (I-341 SN009576) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Tennessee Valley Authority, Procurement, WT 4B-K, 400 West Summit Hill Drive, Knoxville, TN 37902 SUBJECT: Z--HALON SYSTEMS-INSPECTION & MAINTENANCE SOL QG-192606 DUE 122396 POC Contracting Officer, Kathy F. Higley, 423-632-4825 DESC: Semi-annual inspection and maintenance for Halon Systems located in various TVA buildings in Chattanooga, TN. Includes emergency work, installation, and outage maintenance upon TVA's request. Work may require second shift, holiday, weekends, etc. CITE: (I-341 SN009621) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: DIRECTORATE OF CONTRACTING, QUICK CONTRACT BRANCH, 2174 13 1/2 STREET, FORT CAMPBELL KY 42223-5358 SUBJECT: Z--CHILLER/CONDENSING UNIT AND COOLING TOWER REPLACEMENT, BUILDINGS 7157 AND 7179 SOL DAKF23-97-R-0203 DUE 020697 POC Contract Specialist Debbie Rapp (502) 798-9298 (Site Code DAKF23) DESC: Contractor shall provide all labor, materials, and equipment to replace water cooled condensing units, cooling towers, pumps, and piping located at buildings 7157 and 7179, with new air-cooled condensing unit. Work shall include the following: (1) Deolition and removal of existing equipment (2) Installation of new equipment including refrigerant piping and supports, controls, concrete equipment pads, and (3) Startup and performance testing of new equipment and existing air handling unit evaporator coi. Total cooling capacity: 25 tons and electrical: 208/3/60. Forth coming contract will be firm-fixed price. The estimated range of this project is $25,000 to $100,000. This acquisition is issued pursuant to the "Business Opportunity Development Reform Act of 1988" and subsequent award will be subject to the Small Business Competitiveness Demonstration Program. Therefore, this solicitation is Unrestricted. For the purposeof determining Small Business size, SIC 1711, for this acquisition the average annual receipts of a concern and its affiliates for the preceding three fiscal years must not exceed $7 million. Only two (2) site visits will be scheduled when proposal is issud. All responsible sources may submit a proposal which will be considered by this agency. CITE: (I-341 SN009649) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: DIRECTORATE OF CONTRACTING, QUICK CONTRACT BRANCH, 2174 13 1/2 STREET, FORT CAMPBELL KY 42223-5358 SUBJECT: Z--CHILLER/CONDENSING UNIT AND COOLING TOWER REPLACEMENT, BUILDING 7170 SOL DAKF23-97-R-0204 DUE 020697 POC Contract Specialist Debbie Rapp (502) 798-9298 (Site Code DAKF23) DESC: Contractor shall provide all labor, materials, and equipment to replace water cooled condensing unit, cooling tower, pump, and piping located at building 7170, with new air-cooled condensing unit. Work shall include the following: (1) Demolition and emoval of existing equipment (2) Installation of new equipment including refrigerant piping and supports, controls, concrete equipment pad, and (3) Startup and performance testing of new equipment and existing air handling unit evaporator coil. Total coolig capacity: 50 tons and electrical: 208/3/60. Forth coming contract will be firm-fixed price. The estimated range of this project is $25,000 to $100,000. This acquisition is issued pursuant to the "Business Opportunity Development Reform Act of 1988" and subsequent award will be subject to the Small Business Competitiveness Demonstration Program. Therefore, this solicitation is Unrestricted. For the purpose of dtermining Small Business size, SIC 1711, for this acquisition the average annual receipts of a concern and its affiliates for the preceding three fiscal years must not exceed $7 million. ONly two (2) site visits will be scheduled when proposal is issued. Al responsible sources may submit a proposal which will be considered by this agency. CITE: (I-341 SN009650) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: JACKSONVILLE DISTRICT OFFICE, U.S. ARMY CORPS OF ENGINEERS, P.O. BOX 4970, JACKSONVILLE, FL 32232-0019 SUBJECT: Z--BASE BID: MAINTENANCE DREDGING, 8-FT PROECT, CUTS,1-4 & 6, NEW PASS, FL; AND OPTION: MAINTENANCE DREDGING, 10-FT PROJECT, CUTS 1,2, & 3, LONGBOAT PASS, FLORIDA SOL DACW17-97-B-0006 DUE 013097 POC Contract Specialist Bob Nichols (904) 232-3712 (Site Code DACW17) DESC: MAINTENANCE DREDGING 8-FOOT PROJECT, NEW PASS, FLORIDA: Station 6+00 to Station 43+00 of Cuts 1 and 2 (Note that CUT 2 limits are based on CUT 1 stationing) dredge to a depth of 12 feet MLW required with an allowable overdepth of 2 feet; Station 11+0 to Station 16+90.57 of CUT 3 dredge to a depth of 8 feet MLW required with an allowable overdepth of 1 foot; Station 3+00 to Station 7+00 of CUT 4; and Station 12+00 to Station 30+00 of CUT 6 dredge to a depth of 8 feet MLW required with an allowable overepth of 1 foot. Optional Bid Item 1, MAINTENANCE DREDGING 10-FOOT PROJECT, LONGBOAT PASS, FLORIDA: Station 11+00 to Station 29+00 CUT 1 dredge to a depth of 14 MLW required with an allowable overdepth of 2 feet; Station 38+00 CUT 1 to Station 13+00 CUT 2 dredge to a depth of 14 feet MLW required with an allowable overdepth of 2 feet; Station 17+50 to Station 19+50 CUT 2 dredge to a depth of 10 feet MLW required wth allowable overdepth of 1 foot; and Station 1+50 to Station 18+50 CUT 3 dredge to a depth of 12 feet MLW required with an allowable of 1 foot. All dredge material will be placed on the respective beach disposal area outlined in the project drawings. Methd of dredging is unrestricted. Magnitude of construction is between $1,000,000 to $5,000,000. Invitation DACW17-97-B-0006 will be issued on or about 20 Dec 96 and opened on or about 30 Jan 97. Cost of Plans and Specifications is $75.00. Checks should be made payable to FAO Jacksonville District, and sent to U.S. Army Corps of Engineers, Jacksonville, Florida. THIS ACQUISITION IS SET-ASIDE FOR SMALL BUSINESES. NOTE: Contracting information for the Jacksonville District is now available at our web site: CITE: (I-341 SN009652) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: RED RIVER ARMY DEPOT, CONTRACTING DIRECTORATE, 100 MAIN DRIVE, TEXARKANA TX 75507-5000 SUBJECT: Z--REPAIR WINDOWS/VENTILATION SYSTEM B-345/2 SOL DAAC79-97-B-0003 DUE 022497 POC Contract Specialist WILLIAM STONE (903) 334-4384 Contracting Officer CHARLIE D. HARRIS, JR. (903)334-2218 (Site Code DAAC79) DESC: PRE-SOLICITATION NOTICE: The work to be done consists of furnishing all plant, facilities, labor, materials and equipment and performing all work in strict accordance with specifications and drawings for Repair Windows/Ventilation System, Building 34/2. Project consists of replacing approximately 50 high bay windows and frames in Building 345/2 on the south and east side with fixed, single pane, tinted windows and a sufficient number of power ventilators. Approximately 164 windows on the north and wes side shall be replaced with weather proof thermal insulated panels. Ventilation system shall consist of utility type supply fans to deliver fresh air to the space and several wall exhaust fans located to assure air movement in all areas. Estimated cost is between $500,000 and $1,000,000. Completion time is 365 days. FOB destination. Solicitation packages for this project are available for a non-refundable cost of $2.00 per set. Send money order or cashier's check payable to Defense Accounting Officer at the following address: Defense Accounting Office, Red River Army Depot, ATTN: DFAS-IN/EM-ASD, Texarkana, TX, 75507-5000. Please include your company name, address, teephone number an the name and number of the solicitation which you are requesting. Solicitation packages are also available for review, at no cost, in the Directorate of Contracting, Bldg 110 (east end), Red River Army Depot. All responsible sources may submit a bid which will be considered. CITE: (I-341 SN009667) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: General Services Administration, North Spring Street Field Office, 312 North Spring Street, Suite 526, Los Angeles, CA 90012 SUBJECT: Z--CARPET REPLACEMENT IN SEVERAL AREAS SOL 9PXM-8-97-0007 DUE 012797 POC Emmett Ratonel, (213) 894-6958, Aaron Terrell, Contracting Officer Representative, (213) 894-6634, Michael R. Wirtz, Contracting Officer, (213) 894-3253. DESC: Negotiated solicitation requesting bid offer to be opened 012897 and anticipated award date of 013097. The contractor will begin work 5 days after award and to be completed in 30 days. The contractor shall provide all the necessary labor, materials, equipment, supervision, and technical expertise to perform approximately 700 square yards of carpet replacement in several areas on the main floor located at the U.S. Court of Appeals, 125 South Grand Avenue, Pasadena, California 91105. NOTE: Drawings included in the specifications. CITE: (M-341 SN009673) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: C1, 14, F210, OIC of NAVFAC Contracts, 1 Simonpietri Dr., NETC Newport, RI 02840 SUBJECT: Z -- BUILDING 80, MAIN ENTRANCE AND WEST SIDE, CONSTRUCT HANDICAPPED RAMPS, ENTRANCES AND UPGRADE LOWER LEVEL RESTROOMS NAVAL UNDERSEA WAREFARE CENTER, NEWPORT, RI SOL N62472-97-B-7268 DUE 012897 POC Ms. East, Procurement Technician, 401-841-2543. DESC: This is a Pre-Invitation Notice. The work includes but is not limited to, the building demolition of existing concrete, concrete block, brick, and windows at the west side of Building 80 and the removal of existing glass & metal wall and doors at the front entrance of Building 80 for the construction of two Handicapped Accessible entrances, including ramps, railings, doors, concrete, steel, electrical work, lighting and any necessary appurtenances. The work also includes the renovation and upgrade of the restrooms in the lower level of the west side of Building 80 to ADA Handicapped Accessibility Standards. The estimated cost range: $100,000 - $250,000. The SIC code is 1542 and the small business size standard is $17.0 million. The proposed contract (solicitation) will be issued as unrestricted and is subject to evaluation criteria set forth in DFAR 252.219-7008 - Notice of Evaluation Preference for Small Disadvantage Business Concerns - Construction Acquisitions - Test Program (APR 1996). Written request for a solicitation package should be addressed to ROICC, NAVFAC Contracts, NETC, Bldg 1, Simonpietri Dr., Newport, RI 02841-1712 or Fax (401) 841-1349. State your name, address and solicitation number. CITE: (I-341 SN009705) [Commerce Business Daily: Posted December 06, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: DOD/OSD/RE&F Contracting Office, Pentagon Building 2E271, Washington Headquarters Services, Washington, DC 20301-1155 SUBJECT: Z - - REPAIR PARKING LOTS ON THE PENTAGON RESERVATION SOL MDA946-96-R-3127 DUE 011497 POC Point of Contact - Cheryl Harris, Contract SPECIALIST, 703 -693-7797. DESC: Contractors interested in participating in a joint pilot project between DOD and EPA for Environmentally Preferable Products (EPPs) that pertain to road repairs, pavement markings and signs. We are seeking Contractors that are committed to seeking, acquiring and using EPPs, capable of performing environmental performance evaluations of products used in the repair of roads and parking lots, and actually doing repairs to roads. Elements will be road and parking lot repair (including asphalt overlays, asphalt milling operations and the use of geotexile fabrics), installing and repairing traffic control signs, posts, storm drain systems and installing and removing pavement markings. SEE NUMBERED NOTES NUMBER 1. CITE: (W-341 SN009720) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: General Services Administration, PBS,Property Management-6PMT,1500 E Bannist er, Rm 2135,Kansas City,MO 64131-3088 SUBJECT: Z--HVAC MODIFICATIONS SOL GS-06P-97-GYC-0006 DUE 012897 POC Contact,Susan Johnson,816/926-5317,Contracting Officer,Susan V. Johnson,816 /926-5317 DESC: Invitation for Bid Notice for HVAC Modifications, U.S. Court and Customhous e, 1114 Market Street, St. Louis, Missouri. Job PCN RMO95831. IFB o/a 12/26/96 . Estimated Cost Range: $100,000 - $250,000. Time for completion: 120 calenda r days after receipt of notice to proceed. No document charge or deposit is req uired. Project involves: Replace all components of two (2) 15 ton and one (1) 25 ton Air Conditioning - Split System. Existing systems consist of evaporative condensers. New system to be air-to-air condensers. Systems include, but not l imited to the following: compressors, condenser units, air-handling units, and all related controls. Replace a 25 ton chilled water system and air-handling un it. The existing condenser is an indoor air-to-air type and is to remain in pla ce. To order plans and specifications for this project, call 816-926-7881, and provide the necessary information. All responsible sources may submit a bid whi ch will be considered by the agency. CITE: (I-341 SN009729) [Commerce Business Daily: Posted December 06, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS 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--CORRECT DRAINAGE - MFH SOL F41612-97-B0004 POC Points of Contact - LGCC/John P Eberhart, Contract Specialist, 817/676-2012; Contracting Officer, Colleen S Phipps, 817/676-5180. DESC: Provide all necessary services and materials to correct drainage in various locations of Capehart, Bunker Hill, and Wherry housing areas by regrading the areas around houses, patios, and sidewalks, and cutting, filling, and seeding as necessary to provide suitable lawn surfaces. No asbestos present due to the nature of the work. All work will provide complete and usable facilities. Cost of project is between $100,000 and $250,000. Performance time is 135 calendar days. Requests may be made by letter or FAX (817/676-7652). Telephone requests WILL NOT be considered. Estimated mailing date of solicitation: 30 Dec 96. Bid opening is scheduled for 29 Jan 97. Acquisition shall be for full and open competition. Availability of this solicitation is limited to one copy per requestor. Copies will be furnished on a first-come, first-serve basis until the supply is exhausted. CITE: (W-341 SN009744) [Commerce Business Daily: Posted December 06, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 28th Contracting Squadron, 2704 George Drive, Suite 1, Ellsworth AFB, SD 57706-4910 SUBJECT: Z--UPGRADE THE COLLOCATED CLUBS SOL F39601-97-B0005 DUE 020697 POC Lt. Fuller, 605-385-1749(FAX 1759) DESC: This project is to upgrade portions of the recreation club at Ellsworth AFB, SD. Work includes installing walls and doors in the kitchen, install some openings in the block walls, and soundproofing. Work must be completed within 60 days. The magnitude of this project is between $100,000.00 and $250,000.00. The standard industrial classification code is 1542. A tentative issue date is 5 Jan 97. This project is open to both large and small business. All requests for the solicitation must be submitted in writing or faxed. EMAIL pakalskd@cons28.ellsworth.af.mil EMAILDESC: SD 57706-4910 CITE: (W-341 SN009746) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 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--SWITCH ASSEMBLY, AZI SOL SP0760-97-Q-0204 DUE 012797 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone)David beckwith (614) 692-3455 DESC: PR-NO: NPC96320000682 NSN 1005-00-565-3670, CAGE 05606 Part No 114C2023 switch assembly, azimuth. CAGE 05606 part number 114C2023. CITE: (I-341 SN009453) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 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--ADAPTER ASSEMBLY, HOUSING. SOL SP0760-97-Q-0210 DUE 012797 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone)David beckwith (614) 692-3455 DESC: PR-NO: YPC96324000459 NSN 1005-01-284-3935, CAGE 05606 Part No 217F963 adapter assembly, housing. Lockheed Martin Corp. P/N 217F963, code 05606. 4 -EA Del to Richmond VA 23297-5900 Del by 23 Aug 97. Small business size is 500 employees.solicitation not available until 15 days after published in the CBD. Specificatations, 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 Lockheed martin.delivery evaluation factor (DEF) applies.while price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation.this request will be issued via a written rfq.the estimated award date will be 24 Feb 97. All responsible sources may submit offer which DCSC shall consider. CITE: (I-341 SN009490) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 10--Weapons OFFADD: Commander, Naval Sea Systems Command, SEA 0254, 2531 Jefferson Davis Hwy, Arlington, VA 22242-5160 SUBJECT: 10--PHALANX CLOSE-IN WEAPON SYSTEM (CIWS) SOL N00024-97-R-5477 POC S. Jones, (703)602-8000 Ext. 591; T. Duval, Contracting Officer, (703)602-8000 Ext. 594 DESC: The Naval Sea Systems Command (NAVSEA) has a requirement for up to seven (7) PHALANX MK 16 MOD 2 Baseline 2D Systems, five (5) Remote Control Panel MK 340 MOD 2, fifteen (15) High Order Language Computer (HOLC) ORDALT, seventeen (17) End-to-End Test(ETET) ORDALT Kits, forty (40) Block I Baseline Delta Kit, two (2) Maintenance Enclosure MK 157 MOD O Block 1 Conversion Kits and two (2) Installation Hardware Kits. The Navy intends to award a Firm Fixed Price(FFP) contract to Hughes Missile Systems Company (HMSC), Tucson, Arizona for these requirements pursuant to 10 U.S.C. 2304(c) (1). Those interested parties seeking subcontracting opportunities should contact HMSC directly. See Numbered Notes: 22. CITE: (I-341 SN009528) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 10--Weapons OFFADD: Commander, Naval Sea Systems Command, SEA 0261, 2531 Jefferson Davis Hwy, Arlington, VA 22242-5160 SUBJECT: 10--20 MK 46 TORPEDO NEARTIP KITS; 110 MK 46 MOD 5 TORPEDOES, AND D ONE OPTION FOR 72 MK 46 MOD 5 TORPEDOES SOL N00024-96-R-6113 POC Mahindra Singh, Contract Negotiator, (703) 602-7707, ext. 617 DESC: Revision: This proposed acquisition was originally published in the CBD Issue Number 1619 dated 19 June 1996 and 18 October 1996. The procurement was for 20 MK 46 Neartip Kits and 20 MK 626 Containers for a Foreign Military Sales to Saudi Arabia and one option for 72 MK 46 MOD 5 Torpedoes for another unidentified Foreign Military Sales country. This acquisition is now revised to the following: 20 MK 46 Neartip Kits, 20 MK 626 Containers for Saudi Arabia, 118 MK 46 MOD 5 Torpedoes for Taiwan and one option for 72 MK 46 MOD 5 Torpedoes for Egypt. Alliant Techsystems Inc. is the designer, developer and sole U.S. Manufacturer of the MK 46 MOD 5 Torpedoes, MK Neartip Kits and MK 626 Containers. No other firm has the prerequisite technical knowledge, Special Tooling, Test Equipment and familiarity to fabricate the MK 46 MOD 5 Torpedo, Neartip Kit and 626 Container. The remainder of this notice is unchanged. See Numbered Note(s): 22. CITE: (I-341 SN009609) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 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 (WWF), Rock Island, IL 61299-7630 SUBJECT: 10 -- M4A1 CARBINE, 5.56MM SOL DAAE20-97R0032 DUE 013097 POC Contract Specialist: Lynn E. Burris (309) 782-3731, PCO: Brian W. Schmidt (309) 782-8490 DESC: 1005-01-382-0953, Part Number 12972700. Requirements are 1,012 ea M4A1 Carbine, 5.56MM. For use of the M4A1 Carbine, 5.56MM. FOB is Origin. The sole source contractor for this proposed action is: Colt's Manufacturing Company, Inc., P. O. Box 1868, Hartford, CT 06144-1868. Anyone requesting the solicitation package is notified of the following: Because of the terms of the license agreement with Colt's Manufacturing, the US Government does not have the right to use Colt's proprietary data for this non DOD procurement and therefore a TDP will not be made available. The aforementioned contractor is a small business. Published for subcontracting purposes only. Offers from concerns other than the above are not solicited. Statistical Process Control is required. ANSI/ISO/ASQC Q9001 or equivalent inspection criteria required. Estimated issue date of this solicitation is 123096. 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). Anyone requesting the solicitation package will receive the solicitation only. 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-341 SN009759) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives OFFADD: Naval Surface Warfare Center, Crane Division, Code 1164EJ, Bldg. 64, 300 Highway 361, Crane, IN 47522-5001 SUBJECT: 13 -- CONTAINER ASSEMBLY, M1134A3E1 FUZE SOL N00164-97-Q-0042 DUE 011797 POC Contact point, Ms. Hilda Quillen, Procurement Technician, Code 1164EJ, 812/854-2422, Fax 812-854-5666 or Mr. Doug McDaniel, Contracting Officer DESC: The Navy requires 3,300 each M1134A3E1 Fuze Container Assemblies manufactured in accordance with Marine Corps Drawing Number 53711-7095674, -7095675, -7095676, -7095677, and -7095687. Specifications MIL-A-46050, MIL-C-5541B, QQ-A225/8 and Standards MIL-STD-100, ANSI Y14.5M-94, ASTM B241 and ASTM B221 apply. Predominant material of manufacture is aluminum alloy 6061-T6. Inspection and acceptance will be at destination with delivery terms FOB Crane. This procurement is being issued under Simplified Acquisition Procedures as a 100% Small Business set-aside; the applicable size standard is 500 employees or less. It is anticipated that a formal Request for Quotations will be issued. FAR Part 12 does not apply; see note 26. All responsible sources may submit a quote which will be considered by the agency. See Note(s): 26. CITE: (I-341 SN009706) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 13-JAU-52/A INITIATOR CTG ACTUATED SOL N0010497RK022 DUE 013097 POC Contact Point, C. C. Rowe, 0242.5, (717)790-6463, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, M. E. Wise, 0242, (717)790-2753 DESC: NSN 1377-01-245-3925, Ref Nr 1699AS100, Qty 183 EA, Delivery FOB Origin-- Except as modified or amplified in RFP. This item contains class "C" explosives. DFAR clause 242.223-7001, Safety Precautions for Ammunition and explosives (dec 1991) applies. 100% option clause included, 210 days. All responsible sources may submit an offer which, if received in a timely manner, will be considered, See Note 9 CITE: (I-341 SN009727) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS 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 -- KIT, PMF PARTS SOL DAAH01-97-R-A047 DUE 011097 POC AMSMI-AC-CDCB, Peggy Clayton Contract Specialist, 205/876-5242 AMSMI-AC-CDCB, Jerelene Vickers Contracting Officer, 205 842-7630. DESC: Synopsis No. 5382-96 (MA) NSN 1540-01-314-3585, Army P/N 11468786, 961 each. Destinations to be furnished. Delivery schedule 220 days after contract award. Offerors must be approved and qualified. This proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one, or a limited number of sources. Suggest that small business firms or others interested in subcontracting opportunities in connection with this procurement, make contact with the firm(s) listed. The Government does not possess sufficient documentation to acquire this item from other than the qualified source. RFP will be issued to Raytheon Co., Electronics Systems Div., 350 Lowell Street, Andover, MA 01810. All responsible sources may submit a bid, proposal, or quotation which shall be considered by this agency. Request solicitation package from address above, ATTN: AMSMI-AC-MOD, FAX 205 876-9633. The most recent representative unit price and quantity relative to this acquisition is NSN 1450-01-314-3585, Awd Date 101796, Qty 243, Unit Price $315.24. The Government provides this price history without assuming the responsibility for any resulting conclusions or interpretations that may be made. The price history is provided for informational purposes only and should not be relied upon as a basis for offer/bid. Adequate drawings, specifications, or other technical data are not available for this procurement and will not be furnished. Potential offerors are encouraged to pursue qualification for future buys in accordance with MICOM Pamphlet 702-1 availthrough Internet. See Numbered Note(s): 22. CITE: (I-341 SN009550) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS 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 -- DESIGN, DEVELOPMENT, AND PRODUCTION OF MLRS IFCS TEST PROGRAM SETS SOL DAAH01-97-R-0063 DUE 031497 POC Patricia B. Arnold, Contract Specialist, AMSMI-AC-CBC, (205) 876-8848, James R. Ganoe, Contracting Officer, AMSMI-AC-CBC, (205) 876-4588, (PCB). DESC: The U.S. Army Missile Command intends to acquire the design and development of Test Program Sets (TPSs) for the MLRS Improved Fire Control System (IFCS). Options are included for production, spares, and engineering services and will include a provision for potential Foreign Military Sales (FMS). This effort is anticipated to be sole source to RJO Enterprises, Inc., Lanham, MD. This effort requires knowledge, expertise, and experience necessary to develop the IFCS TPSs and integrate the IFCS TPSs hardware into the MLRS to support the current fielding schedule. The U.S. Army Missile Command's MLRS Acquisition Office anticipates release of solicitation DAAH01-97-R-0063 on or about 31 January 1997. This requirement is synopsized for subcontracting possibilities; however, all responsible sources may submit an offer which will be considered. See number Note(s) 22. CITE: (I-341 SN009711) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS 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 -- RACK, ELECTRICAL SOL DAAH01-97-R-A045 DUE 012497 POC AMSMI-AC-CDCB, Debbie Norman Contract Specialist, 205-842-7625 AMSMI-AC-CDCB, Jerelene Vickers Contracting Officer, 205-842-7630. DESC: Synopsis No. 5384-86 (MA) NSN 1430-01-237-5497, Army P/N 11461877. This item has been identified as having a potential for significant quantity fluctuation due to the Army's changing supply demands. As such, an Incremental Quantity Program solicitation will be issued utilizing Incremental Quantity Program provisions to reflect a minimum quantity of 5, known quantity of 10, and a maximum quantity of 15. Destinations to be furnished. Delivery schedule 220 days after contract award. Offerors must be approved and qualified. This proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one, or a limited number of sources. Suggest that small business firms or others interested in subcontracting opportunties in connection with this procurement, make contact with the firm(s) listed. The Government does not possess sufficient documentation to acquire this item from other than the qualified source. RFP will be issued to Raytheon Co., Electronics Systems Div., 350 Lowell St., Andover, MA 01810. All responsible sources may submit a bid, proposal, or quotation which shall be considered by this agency. Request solicitation package from address above, ATTN: AMSMI-AC-MOD, FAX 205 876-9633. The price history is provided for informational purposes only and should not be relied upon as a basis for offer/bid. Adequate drawings, specifications or other technical data are not available for this procurement, and will not be furnished. Potential Offerors are encouraged to pursue qualification for future buys in accordance with MICOM Pamphlet 702-1 available through Internet. CITE: (I-341 SN009742) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS 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 -- TARGET EXTRACOR SOL DAAH01-97-R-A037 DUE 011096 POC AMSMI-AC-CDBA, Margaret King Contracting Officer, 205-842-7553. DESC: Synopsis No. 5368-97 (MA) NSN 1430-01-054-2980, Army P/N 11538751, 27 each. Destinations to be furnished. Delivery schedule 220 days after contract award. Offerors must be approved and qualified. This proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one, or a limited number of sources. Suggest that small business firms or others interested in subcontracting opportunities in connection with this procurement, make contact with the firm(s) listed. The Government does not possess sufficient documentation to acquire this item from other than the qualified source. RFP will be issued to Westinghouse Electric Corp., Electronic System Group/ESG/, Intergrated Logistics Support Div., 111 Schilling Road Building 75, Cockyville Hunt Valley, MD 21030. All responsible sources may submit a bid, proposal, or quotation which shall be considered by this agency. Request solicitation package from address above, ATTN: AMSMI-AC-MOD, FAX Number 205-876-9633. The most recent representative unit price and quantity relative to this acquisition is NSN 1430-01-054-2980, Awd Date 120693, Qty 38, Unit Price $5,831.20. The Government provides this price history without assuming the responsibility for any resulting conclusions or interpretations that may be made. The price history is provided for informational purposes only and should not be relied upon as a basis for offer/bid. Adequate drawings, specifications, or other technical data are not available for this procurement and will not be furnished. Potential offerors are encouraged to pursue qualifications for future buys in accordance with MICOM Pamphlet 702-1 available through Internet. See Numbered Note(s): 22. CITE: (I-341 SN009743) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 10, 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--HOUSING SOL SP0460-97-Q-B556 DUE 011697 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, for copy of RFQ/solic itation contact buyer/ LT James Martin/BV418/804-279-4 949/FAX 804-279-6078 or X4300/ contracting officer/Kim Hansen/804-279-3624 DESC: PR-NO: YPG96325000325 NSN 1560-01-122-1285, housing, Northrop Corp, CAGE 76823 P/N 2-13465-9 Rev R. sources: Aim Enterprises Inc, CAGE 27128, Hill aerospace & defense, CAGE 55064, Pacific aerodyne, CAGE 19129, aeroparts Mfg & repair, CAGE 15992 origin inspection required. government first article testing required. 1 lot - 2 each. 79 -EA Del to Kelly AFB TX 78241-5312 Del by 180 DARO. more than one source. NOTE 23. Specifications, plans, or drawings relating to the procurement described are not available and cannot be furnished by the government. All responsible sources may submit offer which DGSC shall consider. CITE: (I-340 SN009418) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--PANEL ASSEMBLY, ACCESS SOL SP0460-97-Q-D815 DUE 012097 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement contact Barbara Walker /BT962/804-279-4003 contracting officer Steven Tuck/80 4-279-6143 DESC: PR-NO: YPG96334000347 NSN 1560-00-915-6783, panel assembly, access Sikorsky Aircraft Corp CAGE 78286 P/N 65207-08009-082 Rev P sources bonded technology Inc CAGE 61161 Ellcott manufacturing Co CAGE 4R582 8 - EA Del to Richmond VA 23297-5900 Del 60 DARO see NOTE 22, intended sources: Sikorsky Aircraft, Ellcott Mfg and bonded technology Inc. Other than full and open and unrestricted. Solicitation will be made in writing and orally. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. All responsible sources may submit offer which DGSC shall consider. CITE: (I-340 SN009422) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 10, 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--SKIN ASSY SOL SP0460-97-Q-D816 DUE 012097 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement contact Barbara Walker /BT962/804-279-4003 contracting officer Steven Tuck/80 4-279-6143 DESC: PR-NO: YPG96334000349 NSN 1560-00-915-6936, skin assy Sikorsky Aircraft Corp CAGE 78286 P/N 65200-09004-082 12 -EA Del to New Cumberland PA 17070-5001 Del 60 DARO see NOTE 22, intended source: Sikorsky Aircraft Corp. Unrestricted and other than full and open. Solicitation will be made in writing and orally. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. All responsible sources may submit offer which DGSC shall consider. CITE: (I-340 SN009423) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 10, 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--MANIFOLD, FLUID, AIRCRAFT SOL SP0460-97-Q-D805 DUE 011697 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement contact Janice Adams/B T991/804-279-6360 contracting officer Steven Tuck/804279-6143 DESC: PR-NO: YPG96338000550 NSN 1560-01-093-8121, manifold, fluid, aircraft Sikorsky Aircraft CAGE 78286 P/N 70652-06254-043 Rev "H" & Atcom CAGE 81996 procurement package #70652-06254 Rev "C" controlled source approved sources: aircraft engineering products Inc CAGE 70194 75 - EA Del to New Cumberland PA 17070-5001 Del 210 DARO see NOTE 22, intended source: Sikorsky Aircraft and aircraft engineering. Unrestricted. QPL - FAR 52.209-1 OR 52.209-2 - see NOTE 23. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. All responsible sources may submit offer which DGSC shall consider. CITE: (I-340 SN009424) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--ELEVATOR, AIRCRAFT SOL SP0460-97-R-0474 DUE 013097 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. For copies of RFQ solicitations, contact the buyer, BA rbara STANSBURYBV417 (804)279-3416 KO Kimberly Hansen (804)279-3624 FAX (804)279-4300 OR 6078 DESC: PR-NO: YPG95346000473 NSN 1560-00-485-9760, Tech data package availability: 51 -EA Del to Stockton CA 95296 Del by 02 Sep 97 (183 DARO) 51 -EA Del to Norfolk VA 23511-3392 Del by 02 Sep 97 (183 DARO) it is anticipated that award will be made Bia a delivery order against an existing basic ordering agreement. specifications plans or drawings relating to the procurement described are not available and cannot be furnished by the government. OEM Northrop Grumman CAGE 77646 PN 94224-503. alternate offerors must furnish a complete technical data package on the approved and alternate item for evaluation. CITE: (I-341 SN009429) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--DOOR SOL SP0460-97-R-0475 DUE 013097 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. For copies of RFQ solicitations, contact the buyer, BA rbara Stansbury BV417 (804)279-3416 KO Kimberly Hansen (804)279-3624 FAX (804)279-4300 OR 6078 DESC: PR-NO: YPG96325000309 NSN 1560-00-832-0894, Tech data package availability: 44 -EA Del to Jacksonville FL 32212-0097 Del by 14 Oct 97 (225 DARO) mfr: Grumman Aerospace CAGE 26512 PN A51P12010-1 Rev K specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. alternate offerors must submit a technical data package for the approved and alternate item. A 100% quantity option is included. CITE: (I-341 SN009431) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 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--CARRIAGE ASSEMBLY, DRIVE SCREW SOL SP0460-97-Q-B542 DUE 122696 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. Dolores O'Brien/BV510/804-279- 4567. FAX 804-279-6078. KO Kimberly W. Hansen 804-279-3642. DESC: PR-NO: YPG96200000355 NSN 1560-00-622-7518, window panel aircraft Rockwell International Corp CAGE 43999 P/N L3051180-022 Rev a. Specifications, plans and drawings relating to the procurement described are not avialable and cannot be furnished by the government. option to extend term of contract 48 months. delivery schedule 150 days. Other than full and open comp more than one source intended sources cages, 43999, 18441, 86175, 12035. 200-EA Del to Tinker AFB OK 73145-9013. Del by 150 days. All responsible sources may submit offer which DGSC shall consider. CITE: (I-341 SN009435) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 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--HOUSING ASSEMBLY, PYLON SOL SP0460-97-Q-D813 DUE 012497 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement contact Barbara Walker /BT962/804-279-4003 contracting officer Steven Tuck/80 4-279-6143 DESC: PR-NO: YPG96338000508 NSN 1560-00-100-3964, housing assembly, pylon Sikorsky Aircraft Corp CAGE 78286 P/N 65205-09006-045 25 -EA Del to Cherry Point NC 28533-5001 Del 60 DARO 14 -EA Del to Richmond VA 23297-5900 Del 60 DARO see NOTE 22, intended source: Sikorsky Aircraft Corp. Other than full and open and unrestricted. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. All responsible sources may submit offer which DGSC shall consider. CITE: (I-341 SN009445) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280 SUBJECT: 15 -- LAUNCHER ASSEMBLY SOL DAAH01-97-T-0171 DUE 011097 POC AMSMI-AC-CDBB, Roberta Bodine Contracting Officer, 205-842-6113/FAX 205-955-7737. DESC: Synopsis No. 5406-96 (MA) THIS IS A COMBINED SYNOPSIS/SOLICITATION; Pron: D17T5006; Noun: Launcher Assembly; NSN 1560-01-359-0368, Army P/N 13376436, Qty: 1 each, First Article, 4 each. Production Quantity or 5 each - Production Quantity without first article; Packaging: A/A IAW MIL-P-45213E, Supplemented by MIL-P-116J; Inspection/Acceptance: source (Production Quantity), contract quality assurance at source; final inspection and acceptance at Destination (First Article); FOB Point: Destination; Inspection Requirement: 52.246-2, 52.246-16, 52.246-11 (MIL-I-45208); Delivery: 440 days first article or production quantity without first article, 175 days production quantity; destinations: XU Transportation Office, Red River Army Depot, Texarkana, TX 75507-5000; 5 each; Bar Code marking required. SIC Code: 1999, Number of employees 500. Request ozone depleting substances tailoring and comments, certifications and representation, and Technical Data Package (TDP), Contract Technical Data Package List, Coded packaging data and First Article Clauses from address above, ATTN: AMSMI-AC-MOD, (FAX 205-876-9633). The proposed contract listed herein is 100% small business set aside. Offers from concerns other than small business concerns are not solicited. All responsible sources may submit a quotation which shall be considered by this agency. The most recent representative unit price and quantity relative to this acquisition is NSN 1560-01-359-0368, Awd Date 25 Oct 96, Qty 11, Unit Price $5,581.52. The Government provides this price history without assuming the responsibility for any resulting conclusions or interpretations that may be made. The price history is provided for informational purposes only and should not be relied upon as a basis for offer/bid. Quotes should be submitted to Commander, U.S. Army Missile Command, Acquisition Center, AMSMI-AC-CDBB, Roberta Bodine, Redstone Arsenal, AL 35898-5280. (Reference) DAAH01-97-T-0171, Pron D17T5006. See Numbered Note(s): 22. CITE: (I-341 SN009554) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 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 SUBJECT: 15 -- NON-RECURRING EFFORT ASSOCIATED WITH THE RETROFIT PORTION OF ENGINEERING CHANGE PROPOSAL (ECP) SA-H-60-0553, REPLACING UH-60 RCRAFT NICKEL CADMIUM BATTERY WITH A SEALED LEAD-ACID BATTERY SOL DAAJ09-92-C-0004 POC Edward Mobley, Contract Specialist, (314) 260-2875 or John Whitaker, Contracting Officer, (314) 260-3048. DESC: Applicable to the UH-60 BLACK HAWK Aircraft. This is for the non-recurring effort associated with retrofitting the UH-60 Aircraft by replacing the Nickel Cadmium Battery with a Sealed Lead-acid Battery. Effort includes modification kit design, analysis and testing, preparation and validation and verification of installation drawings and instructions, and submittal of a retrofit kit drawing and installation package to be used for future competitive acquisition purposes. The intended source for this effort is Sikorsky Aircraft Corporation, Stratford, CT. See Numbered Note(s): 22. CITE: (I-341 SN009605) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd, St. Louis, MO SUBJECT: 15 -- MMA COVERS SOL DAAJ09-97-R-0179 DUE 011597 POC Pamela Moran, Contracting Officer, Point of contact is Debbie Tillman, AMSAT-A-PLBE, (314) 263-0784, Datafax (314) 263-9012. DESC: NSN: 1560-01-432-2694; P/N: 95-10002TXAT; QTY: Minimum quantity 28 each, Maximum quantity 250 each. A five year, firm fixed price indefinite-quantity contract is contemplated. All deliveries and subsequent deliveries will be FOB origin. All offerors must meet prequalification requirements in order to be eligible for award. Firms are encouraged to seek approval in order to compete for this or future solicitations by submitting documentation in accordance with the Competition Advocate's Shopping List procedures. Any potential offeror who can provide documentation that they have manufactured this part should identify themselves immediately to the Contracting Officer. Qualified source is Production Products Manufacturing and Sales, Inc., St. Louis, MO. See Numbered Note(s): 22. CITE: (I-341 SN009606) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421 Jefferson Davis Hwy, Arlington, Va 22243-5120 SUBJECT: 15 -- BQM-147A EXDRONE SYSTEM UPGRADE SOL N/A POC Contact, Shawna Jetter, Phone (703)604-0903 DESC: The Naval Air Systems Command (NAVAIR) intends to amend Order 0003 under Basic Ordering Agreement (BOA) N00019-96-G-0044 for the effort required for engineering development, logistics support, the integration of and the testing of improved payloads and flight capabilities for the EXDRONE Unmanned Aerial Vehicle (UAV) system. BAI is the designer, developer and sole producer of the EXDRONE and as such is the only source capable of fulfilling the Government's requirements. This synopsis is published for information purposes only. - NAVAIR Synopsis No. 40113-96. CITE: (I-341 SN009689) [Commerce Business Daily: Posted December 06, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: WR-ALC/PKXOA, 235 Byron St, Robins AFB, GA 31098-1611 SUBJECT: 15--INSTALLATION KIT SOL F09603-97-R-40432 DUE 012397 POC POC Point of Contact - Vicki Sykes, WR-ALC/LKKB, 912-926-9111 DESC: Item 0001, NSN 1560-01-166-9310GY P/N: 005-7000-39, Function: Enables drone to score missile hits. Material: Various. 57 ea. Opt 01 20 ea Applicable to: Bqm-34a drone. Destn: Robins AFB GA 31098-1611. Delivery: 14 Feb 97 57 ea. Alternate delivery quantities: Alt A To obtain a copy of soliciation package send a written request or a FAX (912) 926-7572. The approximate issue/response date will be 23 Jan 97. The anticipated award date will be 23 Dec 96. Written procedure will be used for this solicitation. To: Hayes Targets Pemco Aeroflex Inc. Leeds AL 35094-0707. No telephone requests. Only written or FAXed request received directly fromt he requestor are acceptable. All responsible sources may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(c)(1), Justification: Supplies (or services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See note (s) 22, 26 CITE: (W-341 SN009718) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 10, 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--ROLLER, WINCH ASSY SOL SP0460-97-Q-D814 DUE 011297 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement contact Barbara Walker /BT962/804-279-4003 contracting officer Steven Tuck/80 4-279-6143 DESC: PR-NO: YPG96326000415 NSN 1680-00-012-7380, roller, winch assy Transtechnology crop CAGE 08484 P/N BL3861 82 -EA Del to New Cumberland PA 17070-5001 Del 60 DARO 88 -EA Del to Cherry Point NC 28533-5001 Del 60 DARO see NOTE 22, intended source: Breeze Eastern. Other than full and open and unrestricted. Solicitation will be made in writing and orally. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. All responsible sources may submit offer which DGSC shall consider. CITE: (I-340 SN009419) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 10, 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--RAMP-BALL ASSEMBLY SOL SP0460-97-R-0476 DUE 013097 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. For copies of RFQ solicitations, contact the buyer, BA rbara Stansbury BV417 (804)279-3416 KO Kimberly Hansen (804)279-3624 FAX (804)279-6078 OR 4300 DESC: PR-NO: YPG96326000901 NSN 1680-01-242-3704, 93 -EA Del to San Diego CA 92132-5044 Del by 29 May 97 (87 DARO) 65 -EA Del to Jacksonville FL 32212-0097 Del by 29 May 97 (87 DARO) mfr: MOOG Torrance CAGE 0ZWK8 PN 2047526-2 specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. alternate offerors must provide a complete technical data package on the approve and alternate item for evaluation. A 100% quantity option is included. All responsible sources may submit offer which DGSC shall consider. CITE: (I-340 SN009420) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 10, 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--DRUM ASSY, WINCH SOL SP0460-97-Q-D817 DUE 012097 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement contact Barbara Walker /BT962/804-279-4003 contracting officer Steven Tuck/80 4-279-6143 DESC: PR-NO: YPG96330000785 NSN 1680-00-027-6734, drum assy, winch Transtechnology Corp Breeze Eastern Div CAGE 08484 P/N BL6231 33 -EA Del to Richmond VA 23297-5900 Del 60 DARO see NOTE 22, intended source: Breeze Eastern. Unrestricted and other than full and open. Solicitation will be made in writing and orally. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. All responsible sources may submit offer which DGSC shall consider. CITE: (I-340 SN009421) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 16--BOX ASSEMBLY, FUEL SYSTEM TEST SOL SP0460-97-R-0477 DUE 013097 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. For copies of RFQ solicitations, contact the buyer, BA rbara Stansbury BV417 (804)279-3416 KO Kimberly Hansen (804)279-3624 FAX (804)279-4300 OR 6078 DESC: PR-NO: FPG95297000421 NSN 1680-01-032-5877, 25 -EA Del to Kelly AFB TX 78241-5312 Del by 31 Jul 97 (150 DARO) small purchase fialure under SP0460-96-Q-LB05 OEM Grumman Aerospace CAGE 26512 PN 160D645725-3 specifications plans or drawings relating to the procurement described are not available and cannot be furnished by the government. alternate offerors must provide a complete technical data package on the approved and alternate item. CITE: (I-341 SN009428) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 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--LINER, SWASHPLATE. SOL SP0740-97-Q-0514 DUE 020597 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Connie Giggi/614-69 2-4719. DESC: PR-NO: NPC96299000779 NSN 1615-01-147-2988, CAGE 78286 Part No 65124-11303-101 liner, swashplate. Sikorsky Aircraft CAGE 78286, part number 65124-11303-101. 360 -EA Del to Cherry Point NC 28533-5001 delivery 300 days after date of award solicitation not available until 15 days afterpublished in the CBD. Specifications, plans or drawings are not available. This acquisition is for supplies for which the Gov't does not possess complete, unrestrictive technical data; therefore, the Gov't intends to solicit/contract with only approved sources under the authority of 10 U.S.C. 2304(C)(1). Approved sources are: 78386. It is anticipated that award will be made via a delivery order to an existing basic ordering agreement. Automated Best Value Model (avbm) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-341 SN009452) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd, St. Louis, Mo 63120 SUBJECT: 16 -- PISTON, LINEAR ACTUA SOL DAAJ09-97-Q-0325 DUE 011597 POC Pamela Moran, Contracting Officer, Point of contact is Debbie Tillman, AMSAT-A-PLBE, (314) 263-0784, Datafax (314) 263-9012. DESC: NSN: 1650-00-956-9938, P/N: 100615; QTY: 201 Each, applicable to the UH-1 Helicopter. FOB Destination with delivery of 201 each to Texarkana, TX by 27 Feb 97. This procurement requires prequalification. Contractors who desire to be prequalified must submit qualification documentation. This proposed contract action is for supplies for which the Government does not own specifications and drawings. However, it is restricted to the following approved source, HR Textron, Inc. Firms that recognize and can produce the required item described above are encouraged to identify themselves to the Contracting Officer, and provide supporting evidence which will permit their participation in the current or future solicitations. All responsible sources are encouraged to submit a proposal which shall be considered by the Agency. CITE: (I-341 SN009602) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 19--Ships, Small Craft, Pontoons, and Floating Docks OFFADD: Supervisor of Shipbuilding, Conversion and Repair, USN, Code 410, P.O. Box 215, Portsmouth, Virginia 23705-0215 SUBJECT: 19 -- APL-45, SSP 069-97, RAV SOL N62678-97-R-0035 DUE 010897 POC Priscilla Tarr, Contract Specialist, (757) 396-5041 ext 456! DESC: Miscellaneous repairs. To qualify for an award under this solicitation, the offeror must execute a current NAVSEA Agreement for Boat Repair (ABR). If not previously done, adequate time must exist to allow proper assessment of the contractor's data. The inspections dates are tentatively set for 15 January 1997 through 16 January 1997 between 0800 and 1400 with the inspection to be held at the Norfolk Naval Shipyard, Portsmouth, VA. The availability dates are tentatively set for 20 February 1997 through 20 June 1997 with the work to be done at the contractor's plant. The place of performance is unrestricted. CITE: (I-341 SN009531) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 19--Ships, Small Craft, Pontoons, and Floating Docks OFFADD: Supervisor of Shipbuilding, Conversion and Repair, USN, Code 410, P.O. Box 215, Portsmouth, Virginia 23705-0215 SUBJECT: 19 -- USS LABOON (DDG-58), SSP 061-97, TAV SOL N62678-97-R-0032 DUE 010997 POC Clarice Turner, Contract Specialist, (757) 396-7768 ext. 420! DESC: Open, gas free, clean and repair tanks. To qualify for an award under this solicitation, the offeror must execute a current NAVSEA Agreement for Boat Repair (ABR). If not previously done, adequate time must exist to allow proper assessment of the contractor's data. The inspection dates are tentatively set for 12 December 1996 through 13 December 1996 with the inspection to be held at the U.S. Naval Base, Norfolk, VA. The availability dates are tentatively set for 13 January 1997 through 28 February 1997 with the work to be done at the Norfolk Naval Shipyard, Portsmouth, VA. The place of performance is restricted to the homeport area. CITE: (I-341 SN009532) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 20--Ships and Marine Equipment OFFADD: U.S. Dept. of Commerce, National Oceanic & Atmospheric Administration, Western Administrative Support Center, Acquisition Management Division, Procurement Branch, WC33, 7600 Sand Point Way NE, Seattle, WA 98115-0070 SUBJECT: 20 -- PURCHASE SIX (6) LAGRANGIAN DRIFTER BUOYS. SOL WASC7-700 DUE 122096 POC Randall Brown, telephone (206) 526-6226, fax (206) 526-6025. DESC: Notice of intent to negotiate a sole-source contract to Metocean Data Systems, Ltd. to purchase six (6) Lagrangian drifter buoys. Metocean Data Systems Ltd. has designed and tested Lagrangian drifter buoys over a two-year period. Lagrangian drifter buoys utilized an Ocean Color Monitor (OCM) and a temperature sensor not available on previous models of this buoy. Buoys will be used to track parcels of water detecting changes in the concentration of phytoplankton biomass. Six buoys must be delivered by 4/1/97. This is a small purchase action with an estimated amount of less than $100,000. CITE: (I-340 SN009393) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 20--Ships and Marine Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 20--TRAY, LOADER, UNLOADER SOL SP0490-97-Q-V192 DUE 011397 POC Contact: for copies of RFQ solicitations, please request by FAX number 804-279-6010, for other information, pleas E contact the buyer, Vickie Gordon/CK08/804-279-5388. DESC: PR-NO: YPG96324000262 NSN 2030-01-369-7912, tray, loader, unloader. Federal EQUIP.CO. CAGE 60587, P/N TW0216. 3 -EA Del to Richmond VA 23297-5900 Del by 180 days ARO. Manufacturer: federal equipment Co. Part number: TWO216 - specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Unrestricted. All responsible sources may submit offer which DGSC shall consider. CITE: (I-340 SN009417) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 20--Ships and Marine Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 20--DOOR, METAL MARINE STRUCTURAL, LEFT-HAND EXTERIOR, WITH NO FIXED LIGHT OR HASP ASSY SOL SP0490-97-Q-V191 DUE 011397 POC Contact: for copies of RFQ solicitations, please request by FAX number 804-279-6010, for other information, pleas E contact the buyer, Vickie Gordon/CK08/804-279-5388. DESC: PR-NO: YPG96310002356 NSN 2040-00-542-0208, door metal marine structural, left-hand. I/A/W Dwg NR NAVSEA Dwg 6397261 18 -EA Del to Richmond VA 23297-5900 Del by 140 days ARO. Drawing number: NAVSEA Dwg 6397261 - drawings, interim procurement descriptions and deviation lists may be examined or obtained from Defense Supply Center Richmond unrestricted. See NOTE 22. Solicitation will be made in writing. All responsible sources may submit offer which DGSC shall consider. CITE: (I-341 SN009437) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 20--Ships and Marine Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 20--WASHER, RUDDER CARRIER SOL SP0490-97-Q-V193 DUE 011397 POC Contact: for copies of RFQ solicitations, please request by FAX number 804-279-6010, for other information, conta CT the buyer, Vickie Gordon/CK08/804-279-5388. DESC: PR-NO: YPG96320000448 NSN 2040-01-087-5261, washer rudder carrier, general dynammics Corp. E.B.DIV. CAGE 96169 P/N 87H510503-0004. 3 -EA Del to Richmond VA 23297-5900 Del by 300 days ARO. Manufacturer: general dynamics/electric boat Div part number: 87H510503-0004 - specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Unrestricted. See NOTE 22. Solicitation will be made in writing. All responsible sources may submit offer which DGSC shall consider. CITE: (I-341 SN009442) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 20--Ships and Marine Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 20--HATCH, MARINE BATH IRON WORKS CORP.CAGE 70876 SOL SP0490-97-Q-V194 DUE 011397 POC Contact: for copies of RFQ solicitations, please request by FAX number 804-279-6010, for other information, pleas E Call the buyer, Vickie Gordon/CK08/804-279-5388. DESC: PR-NO: YPG96320000450 NSN 2040-01-357-9117, hatch, marine. Bath iron works Corp., CAGE 70876. P/N 8100-1252-0235 assy 143. 4 - EA Del to Richmond VA 23297-5900 Del by 125 days ARO. Manufacturer: Bath iron works Corp. Part number: 8100-1252-0235 assy 143 - specifications, plans or drawings relating to the procurement describied are not available and cannot be furnished by the government. Unrestricted. All responsible sources may submit offer which DGSC shall consider. CITE: (I-341 SN009443) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 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--UNIVERSAL JOINT ASSEMBLY, FINAL DRIVE (LEFT). ON M108 AND M109 HOWITZERS. SOL SP0750-97-R-2264 DUE 012797 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Carol Black (614) 6 92-1346 DESC: PR-NO: YPC96218002639 NSN 2520-00-740-4047, CAGE 01227 Part No 7404047 CAGE 77873 Part No 4-69584 universal joint assembly, final drive. Rockford Powertrain Inc., P/N 4-69584 or napco international Inc., P/N 7404047. technical data available at DCSC is not adequate for solicitation. 54 -EA Del to New Cumberland PA 17070-5001 Del by 148 days after date of award. 32 -EA Del to Lathrop CA 95330 Del by 148 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. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final contract award decision will be based upon a combination of price and past performance as described in the solicitation. While price will be a significant factor in the evaluation of offers, the final contract award price may be based upon a combination of price and delivery as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-341 SN009455) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 25--Vehicular Equipment Components OFFADD: USDA, Forest Service, SW Idaho/Nevada Acquisition Office, 1750 Front Street, Boise, Idaho 83702 SUBJECT: 25 -- SUPPLY ONE (1) RUBBER HALF TRACK UNIT TO ADAPT TO A CASE-INTERNATIONAL, FARM TRACTOR, MODEL 7110, LUCKY PEAK NURSERY, BOISE NATIONAL FOREST SOL SOL RFQ 02QR4-021-97 DUE 012297 POC Contracting Officer, Ronald R. Zimmerman,208-364-4130; Contact for Solicitation, Ethel Hill, 208-364-4128; Fax 208-364-4197 DESC: Supply one (1) rubber half track unit to adapt to a Case-International Farm Tractor, Model 7110. These tracks replace the rear wheels of a farm tractor. Tracks are required to have a positive drive rubber belt 20" wide, inside drive lugs that engages no less than 8 lugs at a time. Center point axle shall be maintained at 34" to 35" high and mount to a 4" axle with 10 bolt heavy duty wedge-lock hubs. Outside to outside of rubber tracks needs to be between 101" to 102" when mounted on tractor. Tracks to include an open center bogie wheel system, 20" double front and rear end idlers at least 6 per side with a 53.5" minimum. Unit shall include one set of adapter plates and one set of 10 bolt heavy duty axle adapters. Deliver FOB to Lucky Peak Nursery by 2/15/97. Contact Richard Thatcher or Gary Hileman at 208-343-1977. CITE: (I-341 SN009701) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 10, 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--LOCK, FAN BLADE, AIRCRAFT GENERAL ELECTRIC CO SOL SP0480-97-X-8409 DUE 122796 POC Contact: for copies of the solicitation, contact the buyer: Crystal OBER804-279-3717. DESC: PR-NO: YPG96295001446 NSN 2840-01-198-7358, lock, fan blade, aircraft General Electric Co CAGE 07482 P/N 1277M27G01 15 -EA Del to New Cumberland PA 17070-5001 Del by 60 DARO. 15 -EA Del to Tracy CA 95376-5000 Del by 60 DARO. 42 -EA Del to Tinker AFB OK 73145-9013 Del by 60 DARO. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. All responsible sources may submit offer which DGSC shall consider. CITE: (I-340 SN009412) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 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--CAGE ALLISON ENGINE CO INC SOL SP0460-97-R-0459 DUE 022497 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. For copies of RFQ solicitations, contact the buyer MIC helle Knox/BU910/804-279-5415. contracting officer joy CE slaughter/804-279-6096. DESC: PR-NO: ARG96324041222 multiple NSNS and various part numbers 1 - EA Del to (Call contracting office) Del by 31 Dec 96. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the GOVT. drawings, interim procurement descriptions and deviation lists may be examined or obtained from DSCR. only one source-allison engine Co all responsible sources may submit offer which DGSC shall consider. CITE: (I-341 SN009433) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 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--BLADE, TURBINE ROTOR GENERAL ELECTRIC CO. SOL SP0480-97-R-0471 DUE 012797 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. For copies of RFQ solicitations, contact the buyer hei DI Bradbury/BL470/804-279-5372, contractingofficer Mar tha Gay/804-279-5232. DESC: PR-NO: YPG96313000344 NSN 2840-01-220-3928, GE (99207) P/N 5039T09P01 Rev J accpt sources: Walbar Canada (37033) samsung aerosp (1FX82), Canadian comm (98247) 3,460 -EA Del to Tracy CA 95376-5000 Del within 175 days ARC 4,497 -EA Del to New Cumberland PA 17070-5001 Del within 175 days ARC other than full and open FOB origin all responsible sources may submit offer which DGSC shall consider. CITE: (I-341 SN009439) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 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 ASSY ALLIEDSIGNAL INC SOL SP0480-97-Q-J904 DUE 122796 POC Contact: for copies of the solicitation, contact the buyer: Crystal OBER804-279-3717. DESC: PR-NO: YPG96318000321 NSN 2835-01-224-5834, housing assy, Alliedsignal Inc. CAGE 99193 P/N 3608899-5 adequate data for evaluation of alternate offers is not available at the procurement agency. The offeror must provide a complete data package including data for the approved and alternate part for evaluation. 45 -EA Del to Cherry Point NC 28533-5001 Del by 60 DARO. Specifications, plans or drawings are not available for this procurement and cannot be furnished by the government. All responsible sources may submit offer which DGSC shall consider. CITE: (I-341 SN009441) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 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--TRANSDUCER, GAS TURBINE ENGINE SOURCE CONTROL ITEM SOL SP0480-97-Q-J903 DUE 122796 POC Contact: for copies of the solcitation, contact the buyer: Crystal OBER804-279-3717. DESC: PR-NO: YPG96320000452 NSN 2835-00-602-8050, transducer, gas turbine engine source control item General Electric Co CAGE 07482 P/N L21656P04 Rev M DTD 24NOV94 approved source: electro Corp CAGE 81692 P/N EC726246 adequate data for evaluation of alternate offers is not available at the procurement agency. The offeror must provide a complete data package including data for the approved and alternate part for evaluation. 10 -EA Del to Tracy CA 95376-5000 Del by 60 DARO. 15 -EA Del to New Cumberland PA 17070-5001 Del BY60 DARO. See NOTES 9, 22, specifications, plans, or drawings relating to the procurement described are not available and cannot be furnished by the government. All responsible sources may submit offer which DGSC shall consider. CITE: (I-341 SN009444) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 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--PARTS KIT, ENGINE POPPET VALVE, EXHAUST. KIT CONSISTS OF (1) ONE VALVE AND (2) TWO LOCKS SOL SP0750-97-Q-0428 DUE 012797 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer, Julia M. Lewis, (614)692-1097. DESC: PR-NO: YPC96291000922 NSN 2815-00-074-1939, CAGE 7U177 Part No B5197176 CAGE 72582 Part No 5197176 CAGE 9R826 Part No 5197176 CAGE 92856 Part No e-1018k parts kit, valve, exhaust. Parts kit consists of (1) one valve and (2) two locks per kit. used in detriot Diesel engine model 6V53T. detriot Diesel P/N 5197176, Eaton Corp. P/N E-1018-K and krody-colyer P/N k-5197176 or FP Diesel P/N 5197176. No additional technical data available at DCSC for this solicitation. 7,742 -KT Del to Lathrop CA 95330 3,006 -KT Del to New Cumberland PA 17070-5001 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, tye 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-341 SN009458) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 10, 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--DETECTOR, METALLIC PARTICLE SOL SP0480-97-R-0466 DUE 012497 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. Buyer: Fred Anderson/PLBL579/804-279-5405. KO: gwendo Lyn C. Pearson/279-4077. DESC: PR-NO: YPG96257000419 NSN 2995-01-221-2672, detector, metallic particle source control item Sikorsky Acft Corp (CAGE 78286) P/N 70351-08248-105 Rev "F" DTD 2 Mar 92 approved source Vickers Inc, (CAGE 97484) P/N G5033EA 200 -EA Del to Corpus Christi TX 78419 Del 148 days. See NOTES 9, 22. Option to Inc qty 100%. Unrestricted. More than one soruce. Trade Agreements Act (NOTE 12). Anticipated award date is 03/19/97. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the Gov't. All responsible sources may submit offer which DGSC shall consider. CITE: (I-340 SN009409) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 10, 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--IGNITER PLUG, GAS TURBINE SOURCE CONTROL ITEM SOL SP0480-97-R-0470 DUE 012797 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. For copies of RFQ solicitations, contact the buyer hei DI Bradbury/BL470/804-279-5372, contractingofficer Mar tha Gay/804-279-5232. DESC: PR-NO: YPG96297000466 NSN 2925-01-082-4730, 741 -EA Del to New Cumberland PA 17070-5001 Del within 130 days ARC. 706 -EA Del to Tracy CA 95376-5000 Del within 130 days ARC. 17 - EA Del to Sheppard AFB TX 76311-3544 Del within 130 days ARC. GE (99207) P/N 4066T34P01 Rev J approved source: union Ind P/N 10-390875-1 100% option applies other than full and open all responsible sources may submit offer which DGSC shall consider. CITE: (I-340 SN009414) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 29--COUPLING, DRIVE VICKERS INC SOL SP0480-97-R-0467 DUE 012497 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. Buyer: Fred Anderson/PLBL579/804-279-5405. KO: gwendo Lyn C. Pearson/279-4077. DESC: PR-NO: YPG96234000738 NSN 2995-00-013-3692, coupling, drive modification of previously announced procurement due to change in government's requirements. The solicitation no: is now SP0480-97-R-0467. Option to Inc qty 100%. Del 130 days. Unrestricted. Only one source (NOTE 22). Other than full & open comp (sole source). Trade Agreements Act (NOTE 12). Anticipated award date is 03/19/97. The open/closing date is now 97 Jan 24. Everything Else remains the same. CITE: (I-341 SN009430) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 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--SHAFT ASSEMBLY, DRIV SOL SP0480-97-Q-J856 DUE 012497 POC Contact: for copies of RFQ solicitations, contact the buyer: Cheri Warriner/PLBL372/804-279-3452 or write DSCR at TN: DSCR-JLP Richmond VA 23297-5876. KO: Roseanne phill IPS/279-3571. DESC: PR-NO: YPG96304000999 NSN 2995-00-113-2233, shaft assembly, driv Alliedsignal, Inc (CAGE 59364) P/N 362884-1 25 -EA Del to Kelly AFB TX 78241-5312 Del 120 days. Unrestricted. Other than full and open comp (sole source). Incremental quantities: primary: 25 1ST alt: 35, 2ND alt: 39. Solicitation will be made in writing and orally. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the Gov't. All responsible sources may submit offer which DGSC shall consider. CITE: (I-341 SN009436) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 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--PARTS KIT, VALVE, CURE DATE SOL SP0480-97-R-0465 DUE 012497 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. Buyer: Fred Anderson/PLBL579/804-279-5405. KO: gwendo Lyn C. Pearson/279-4077. DESC: PR-NO: YPG96317001301 NSN 2915-00-822-3555, parts kit, valve, cure date Parker-Hannifin Corp (CAGE 92003) P/N 6-458-502 Rev "F" DTD 5 Oct 81 25 -EA Del to New Cumberland PA 17070-5001 Del 199 days. 25 -EA Del to Tracy CA 95376-5000 Del 199 days. 70 -EA Del to Jacksonville FL 32212-0097 Del 199 days. Option to Inc qty 100%. Unrestricted. Other than full & open comp (sole source). Only one source (NOTE 22). Trade Agreements Act (NOTE 12). Anticipated award date is 03/19/97. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the Gov't. All responsible sources may submit offer which DGSC shall consider. CITE: (I-341 SN009440) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 29--PUMP, FUEL, METERING AND DISTRIBUTING. SOL SP0750-97-Q-0417 DUE 012797 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Jenifer Dewitt (614 ) 692-3958 DESC: PR-NO: YPC96312001282 NSN 2910-00-499-0818, CAGE 84760 Part No DBMFC633-1LK CAGE 84760 Part No DBMFC633X1LK pump, fuel, metering and distributing. Stanadyne Automotive Corp (84760) P/N DBMFC6331LK. 100 - EA Del to New Cumberland PA 17070-5001 Del by 120 days after date of award. Small business size standard is 500 employees. Solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not avaialble. This is an unrestricted acquisition with a 10% preference for SDB concerns. Automated Best Value Model (ABVM) applies. While price may be a signficant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in the solicitation. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combiantion of price and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-341 SN009488) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: U.S. Army Aviation & Troop Command, 4300 Goodfellow Boulevard, St. Louis, MO 63120 SUBJECT: 29 -- ELECTRIC ENGINE STARTER SOL DAAK01-97-Q-0062 DUE 121696 POC Madeline J. Riehl, Contrating Officer/AMSAT-A-PMBA/314-263-0667 Gigi Glasper, Contract Specialist/AMSAT-A-PMBA/314-263-0668. DESC: This procurement is for an Electric Engine Starter, National Stock Number (NSN) 2920 00 00 0194 and Part Number (P/N) 1327A440. The quantity is 50 each and the procurement will be sole source to LUCAS CAV. The items will be shipped FOB Destination to New Cumberland Army Depot. CITE: (I-341 SN009604) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: 30--DRIVE UNIT, ANGLE SOL DAAE0797RT192 DUE 020597 POC POC for a solicitation copy, Call 810/574-6802 OR 6807. For information on this procurement, Call Angie Huhn (810) 574-7092 DESC: NSN: 3010013185670, qty:, FOB: origin, opt: none item name: drive unit, Angle; part number: 12349762-1. Indefinite quantity contract - three (3) year. qty: 1; min. guaranteed qty see NOTE: 01. All responsible Sou rces may submit an offer which will be considered. The offer due date is on or about 020597 (see soliciation for actual offer due date). CITE: (I-340 SN009396) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 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, ASSEMBLY, ON SIGHT UNIT TELESCOPE. SOL SP0770-97-Q-MG45 DUE 011797 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Saundra Gordon/pccr BA1/614-692-3414 DESC: PR-NO: YPC96313000996 NSN 3020-01-012-6409, CAGE 21335 Part No CXL10A2550 CAGE 21335 Part No CXL10EXP19606 CAGE 27671 Part No WB5-720605 CAGE 78118 Part No 9-1011 CAGE 82577 Part No 258120 "gear set, bevel, matched. in accordance with Textron incorporated, Fafnir bearing Division part number CXL10ESP19606 and westcope incorporated part number WB5-720605. " 25 -EA Del to Richmond VA 23297-5900 Del 331 days after date of award. 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 and contract with only approved sources under the authority of 10 U.S.C.2304(C)(1). Approved sources are: Westscope Inc. , MPB Corp., Hughes aircraft all responsible sources may submit offer which DCSC shall consider. CITE: (I-341 SN009489) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 31--WASHER, FLAT (BEARING, WASHER, THRUST) UNITED TECHNOLOGIES CORP. P & W AIRCRAFT (77445) SOL SP0500-96-Q-TD01 DUE 120996 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Kay Nobel/PHHAA24/(215)697-2809 buyer: Kay Nobel/PHHAA24/(215)697-2809 DESC: PR-NO: YPI96250000592 NSN 3120-01-215-3478, 14,300 -EA Del to Kelly AFB TX 78241-5444 Del by 24 Dec 96. 14,300 -EA Del to New Cumberland PA 17070-5001 Del by 20 Nov 96. RFQ due date: 96DEC09 specs/dwrgs are not required incremental bidding: primary qty: 14300 1ST alt qty: 16000 2ND alt qty: 18000 deliveries to CONUS (excluding Alaska). Delivery schedule: 120 ADO. Offers will be evaluated with a 10% preference for small disadvantaged business concerns. To obtain a copy of this solicitation please send FAX request to (215)697-6333. CITE: (I-341 SN009466) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 31--BEARING, ROLLER, CYLINDRICAL PRATT AND WHITNEY ACFT GROUP (77445) SOL SP0500-96-Q-3012 DUE 120996 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Kay Nobel/PHHAA24/(215)697-2809 buyer: Kay Nobel/PHHAA24/(215)697-2809 DESC: PR-NO: YPI96262000766 NSN 3110-00-439-5477, for the TF33 engine design produced by Pratt & Whitney Acft under their design control P/N's 447228 OR 447229 OR 693010 manufacturing sources qualify with P&W engineering OEM approval is required. 100 -EA Del to Tinker AFB OK 73145-9013 Del by 08 Jun 97. RFQ due date: 96DEC09 specs/dwrgs are not required. Primary qty: 100 delivery schedule: 120 offers will be evaluated with a 10% preference for small disadvantaged business concerns. To obtain a copy of this solicitation please send FAX request to (215)697-6333. CITE: (I-341 SN009468) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 34--Metalworking Machinery OFFADD: DIRECTORATE OF CONTRACTING, ATTN: STEAP-PR-C, BLDG 4118 SUSQUEHANNA BLVD, APG MD 21005-5001 SUBJECT: 34--CUTTING MACHINE, RETROFIT/UPDATE SOL DAAD05-97-R-0504 DUE 122796 POC Contract Specialist Nada Manning (410) 278-0892 (Site Code DAAD05) DESC: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals re being requested and a written solicitation will not be issued. DAAD05-97-R-0504 is issued as a request for proposal. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-41. The US. Army Garrison, Aberdeen Proving Ground, Directorate of Contracting, Aberdeen Proving Ground, MD 21005- 5001 has a requirement to purchase 2 each Retrofit cutting machine updates to be installed in an existing, Government owned ESAB L-TEC model CM-250C shape cutting machine w/Vision 2000 CNC microprocessor control system. Contractor shall install upgrades and provide on-site training as specified below. Contractor sall follow the following SPECIFICATIONS FOR THE VISION 2000 CONTROL SYSTEM: Contractor shall provide a Nine inch monochrome graphic monitor; Real time cut path display, Machine operator shall be able to monitor machine progress during cutting operations; Eght position joystick, Controller shall provide multiple axis control while in manual mode; 1 Megabyte of RAM. Controller shall provide capability to process larger and technically complex cutting programs; Soft key menu, Controller shall provide dedicated function keys governing specific software functions during programming and machine operation; Program prompting, Controller shall provide user-frindly prompting allowing machine operator to enter data as requested by the controller in order to reduce errors based on missing or incomplete data entry; Graphics to Text Editor function, Controller shall allow machine operator to toggle between a graphic mode and a text mode in order to verify program parameters and data; Create/Edit Program (MDI), Controller shall provide capability for manual data entry while creating and/or editing programs; Program Scaling, Controller shall offer the capability to expand or reduce the size of previously programmed parts; Program mirror imaging and part rotation, Controller shall offer the capability to mirror image (revrse) and/or rotate preprogrammed shapes; English or Metric Programming, The controller shall be programmable in either the english standard or metric units of measure; Programmable Kerf and Feed rate, Controller shall offer the ability to preprogram kerf wdth and machine feed rate; 51 Shape Library, Controller shall offer a library with a minimum of 51 preprogrammed shapes which the machine operator may edit and use as needed; Multi-tasking Capability, Controller shall offer capability of executing an assigned task while another is being programmed; RS-232 Interface, Controller shall offer a RS-232 Interface for connecting with a remote file server or netork; Built-in 3.5" Disk reader, Controller shall feature a 3.5" disk port for file entry, file storage, and system backup; Remnant Management, Controller shall offer plate remnant management capability, allowing machine operator to maximize use of scrap maerials in order to conserve resources; Interactive Parts Nesting, controller shall offer interactive parts nesting, allowing machine operator maximum control over parts cutting and materials layout; Diagnostics, The controller shall offer diagnostic software allowing the machine operator to quickly identify problems and take corrective action, minimizing downtime. SPECIFICATIONS FOR RETROFIT: Machine Drve and Interface Package. Cabinet, control package shall include a permanently mounted cabinet containing primary electronic equipment; Operator's Control Panel, Shall allow machine operator to directly control station select, on/off, and up/down functions Two Axis Drive Interface, The Controller package shall include a controller/drive interface controlling torch movement along two axis; Motor/Gearbox/Encoder Assemblies, New motor/gearbox/encoder configurations shall be provided, including all required cabling; Control Arm Mount, A mounting arm shall be provided to allow the controller to be securely mounted to the machine; Interface wiring and Interconnecting ables, All required cables and wiring are to be provided; Built-In Video- Path Tracing System, Built-in CCD Video Camera shall be for pattern tracing and the Video Path Tracing System shall provide the CCD video camera to interface directly into the controler, allowing the machine operator to digitally trace a pattern and load it into the controller as a part program; Solid State Integrated Circuit Technology, the Video Path Tracing system shall utilize solid state integrated circuit technology for enhanced reliability; Interconnecting cables, All required cables to interconnect components shall be provided; Oxy-fuel Torch Stations, Three oxy-fuel toch stations shall be provided, stations shall include vertical motorized slides for adjusting torch height, manual station clamping, and electronic torch ignitors; Oxweld torch and tips, Three oxweld torches/tips combinations shall be provided; Auto HeightControl, Three auto-height control units shall be provided; Controls shall include height sensor foot, station mounting bracket, and height control circuitry; Solenoid valves, All required solenoid valves shall be provided; Interconnecting cables and hoses, All interconnecting cables and hoses shall be provided. Contractor shall provide all labor, materials, supplies and equipment necessary for the complete retrfit of the machine(s) at the Aberdeen Test Center (Welding and Metal Working), Building 315, APG, MD 21005-5001. Contractor shall provide three days (24 hours) of training for up to five (5) Government personnel for two (2) machines within 90 days ARO. FOBDestination. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Award of this solicitation shall be made to the low priced technically acceptable offeror. In order to be considered acceptable, the offeror shall meet the requirement set forth above. An offeror shall meet all specifications for the compatibility of this system to be eligible for award. Evaluatin of offers shall be based among other factors, the total price quoted for the two retrofit updates. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in th offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received prior to award. All offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercal Items, with its offer. The clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial items, applies t this acquisition with the following additional FAR clauses: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity; 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-3, Employment Reports of Special Disabled Handicapped Workers; 52.222-37, Employment Reports of Special Disabled Veterans and Veterans of the Vietnam Era. All offerors shall include with its proposal a completed copy of the clause 52.212-7000 Offeror Represntations and Certifications-Commercial Items, with the following: 52.247-7023, Transportation of Supplies by Sea. 52.212-7001 Contract Terms and Conditions Required to Implement Statutes of Executive Order Applicable to Defense Acquisition of Commercial Items, with the following: 52.219-7006 Notice of Evaluation Preference for Small Disadvantaged Business Concerns; 52.233-7000 Certificate of Claims and Reques for Adjustment or Relief. 52.225-7001, Buy American Act and Balance of Payments Program. 52.225-7012, Preference for Certain Domestic Commodities.52.247-7024, Notification of Transp of Supplies by Sea. 52.232-28 Electronic Funds Transfer Payment Methods. 2.233-4052 HQ, AMC- Level Protest program procedures. Defense Priorities and Allocations System (DPAS) and assigned rating DO S10 applies to any resulting contract. Offers are due at the U.S. Army Garrison, Aberdeen Proving Ground, Directorate of Contracting, Building 4118, Room 130, ATTN: STEAP-PR-CT, Aberdeen Proving Ground, Maryland 21005-5001 by 4:00 PM Eastern Standard time on 27 Dec 1996. Date shall beused as a basis for submitting an offer. All responsible sources may submit an offer which shall be considered by this agency. Nada Manning, (410) 278-0892 is the point of contact for additional information. Note 1 applies. CITE: (I-341 SN009644) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 36--Special Industry Machinery OFFADD: Department of Treasury (DY), Bureau of Engraving and Printing, Office of Procurement, 14th & C Sts., S. W., 708-A, Washington, D. C. 20228 SUBJECT: 36 -- INK PUMP SYSTEM SOL RFQ-48-022 POC Denise A. Kelly, Purchasing Agent, (202) 874-3138. DESC: The Bureau of Engraving and Printing (BEP) intends to negotiate with Baldwin Graphics on a sole source basis for Ink-Agitator parts used on the Cope Pak Presses. Baldwin Graphics is the manufacturer and sole distributor for these parts. All responsible sources may submit a quote which shall be considered. Requests for RFQ-48-022 must be submitted in writing to the above address, or facsimile to (202) 874-3135. Quotes will be accepted fifteen (15) days after publication of this notice and a purchase order will be awarded based on price soon after receipt of quotes. No telephone requests will be accepted. All written requests shall include the firm's size status (i.e., Large, Small, Minority, or Women-Owned). This procurement is 100% set-aside for small business concerns. See Numbered Note(s) 1. CITE: (I-341 SN009758) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 39--Materials Handling Equipment OFFADD: COMMANDING OFFICER, ATTN NAVFAC CONTRACTS OFFICE CODE 27, NCBC 1000 23RD AVE, PORT HUENEME, CA 93043-4301 SUBJECT: 39--VARIOUS BALERS SOL N47408-96-B-5024 DUE 012397 POC Contract Specialist, TRUDY DILIELLO, 805-982-5762 DESC: The Naval Facilities Engineering Command Contracts Office, Port Hueneme, CA has a requirement to purchase 2 each Baler, horizontal, hydraulically operated, manual tie, (size L-261 X W- 65 X H-81), (similar or equal to MAX-PAK, Model HCE-4860) conformng to salient characteristics in Statement of Work; 1 each Baler, horizontal, hydraulically operated, automatic cycling, with fluffer and cleated belt converyor w/pit baffling, (size L-349 X W-71 X H-89), (similar or equal to International Baler Corporatio, Model NA-1296 Baler with Model IB-6042-10-2B Fluffer and Model ICBC-48492-P Pit Conveyor) conforming to salient characteristics in Statement of Work. All the items include technical manuals and installation, training and a Standard Commercial Warranty of not less than 15 months. The solicitation will be issued on or about 23 December 1996 and bids will be due 30 days after release of the solicitation. Only writen requests submitted to the Department of the Navy, Naval Facilities Engineering Command Contracts Office, CBC, Code 272313, 1000 23rd Avenue, Port Hueneme, CA 93043-4301 or facsimile transmission to (805)982-3015 will be honored. All responsible sources ay submit a bid which will be considered by the Agency, Attn: Trudy DiLiello, Code 272313. This requirement is a 100% small business set-aside and will result in a Firm Fixed Supply type contract. You may bid on all of the items or by total LOT. CITE: (I-341 SN009630) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 41--Refrigeration, Air Conditioning and Air Circulating Equipment OFFADD: Carderock Division Naval Surface Warfare Center, Ship Systems Engineering Station, Bldg. 77L, Philadelphia, PA 19112-5083 SUBJECT: 41 -- 10HP 1800 RPM MOTOR SOL N65540-97-RQ-6397 DUE 121696 POC Catherine Guerra, Purchasing Agent, (215) 897-7898. DESC: Naval Surface Warfare Center, Carderock Division, Philadelphia intends to acquire, on a sole source basis, six (6) motors from Rockwell Automation Reliance Electric. P/N 801628-507-02. These parts are for a retro-fit of refrigeration plants on various class ships. All responsible sources may submit an offer. No telephone requests for the solicitation package will be accepted. You may Fax your request to (215) 897-7162. See Numbered Note(s): 22. CITE: (I-341 SN009584) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 42--Fire Fighting, Rescue and Safety Equipment OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 42-RESCUE AND SALVAGIN SOL N0010497QCA90 DUE 012497 POC Contact Point, Eric W Kreider, 02111.7, (717)790-2864, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, Jodene R Watkins, 02111, (717)790-4253 DESC: NSN 3H-4240-01-279-8598, SPEC NR TDP VER 003, Qty 5 EA, Delivery FOB Origin, Class Set Aside--This solicitation contains a 100% option quantity that will be evaluated prior to the award of the order. For email bid requests, please send to "Eric_Kreider@icpmech.navy.mil"., See Note 9 CITE: (I-341 SN009728) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 43--Pumps and Compressors OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 43--FILTER, FLUID. ON M9 ACE. SOL SP0750-97-Q-0416 DUE 012797 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Jenifer Dewitt (614 ) 692-3958 DESC: PR-NO: YPC96311001023 NSN 4330-01-375-1511, CAGE 19207 Part No 12367734 CAGE 60047 Part No VD-00789-12W1 filter assembly. in accordance with U.S. Army drawing 12367734. 39 -AY Del to Mechanicsburg PA 17055-0789 Del by 210 days after date of award. Solicitation not available until 15 days after published in the CBD. Writtne 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. 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 combinatio of price and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-341 SN009487) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 43--Pumps and Compressors OFFADD: Arnold Engineering Development Center, ATTN: PKP, 100 Kindel Drive, Suite A332, Arnold AFB TN 37389-1332 SUBJECT: 43 -- REPLACE PES VACUUM PUMPS SOL F40650-96-B-0009 DUE 012197 POC Kimberly Williams, Contract Specialist, (615) 454-7841 DESC: The subject procurement is for the delivery and installation of two vacuum pump units for the PES Vacuum System. These pump units, factory mounted to two structural steel skids, consist of a vacuum pump, electric drive motor, speed reducing gear box (if required), flexible couplings, and instrumentation and controls required for operation of the system. Delivery shall be FOB Arnold Air Force Base, TN and is required within 32 weeks after contract award. Any firm responding to this announcement should do so in writing and should indicate whether or not it is a small business and whether or not it is a small disadvantaged business. CITE: (I-341 SN009562) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 43--Pumps and Compressors OFFADD: Contracting Officer (90C4), DVA Medical Center, Salem, Virginia 24153-5483 SUBJECT: 43 -- PROVIDE MEDICAL AIR COMPRESSORS SOL 658-11-97 DUE 010897 POC Priscilla Zaebst (540) 983-1050 DESC: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes a formal Request for Quotations (RFQ #658-11-97), and a written solicitation will NOT be issued. The solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular 90-42. The Standard Industrial Classification (SIC) code for this acquisition is 3563. Contractor shall provide medical air compressors which will deliver medical compressed air for patient use only with all components factory packaged (prewired/prepiped) on a steel base. The quality of air shall be equal to or better than the quality of the intake air, without the use of purification equipment. Multiplex shall be such that the design load is provided with the largest single unit out of service; design piping, accessories and controls to withstand up to 150 PSIG. A duplexed, positive displacement, two-stage rotary screw air compressor capable of delivering 100% oil-free air shall be supplied. The assembly shall be fully packaged including air compressors, main drive motors, oil cooler, intercooler/aftercooler (air cooled, not water cooled), regulation/control systems, and all mounted on a common base frame. All coolers shall be cross-flow, aluminum construction to achieve maximum cooling efficiency and shall be rated 250 PSIG at 450 degrees F. operating conditions. The capacity shall be expressed in terms of free air delivery cubic feet per minute measured at the discharge pressure and related back to inlet conditions, and shall be rated at 150 SCFM at 100 PSIG discharge pressure and be suitable for use on 480 volts, 3 phase, 60 Hz. The capacity and specific power shall be guaranteed per modified ASME PTC 9. Tolerances shall be within +/- 4% for free air delivery and +/- 5% for specific power consumption and shall meet Medical Air Standards as required in NFPA99--1996 Edition. All gaskets shall be asbestos-free. The motor shall be of standard manufacture; NEMA Design B with Class B temperature rise and Class F insulation; be totally enclosed fan-cooled (TEFC) design; and be provided with automatic, fully enclosed, magnetic starter of type specified by Contractor's design requirements. Control panel shall be housed in an NEMA ICS-6, Type 12, listed, dustproof enclosure; prewired to include all specified electrical, electronic and electropneumatic devices. Wiring diagrams and operating descriptions shall be included in the cabinet. The control system shall be controlled by a Programmable Logic Controller (PLC) and provide: (1) circuit breaker for each control and motor circuit; (2) hand-off automatic selector switch for each compressor; (3) magnetic motor starter for each compressor; (4) panel with external visual lights (red for running/green for safe); and (5) audible (horn/ buzzer) signals which shall include compressor in operation (visual only). The compressor package shall have appropriate gauges and indicators, and all necessary automatic shut-off switches as required by NFPA99--1996 Edition. The receiver tank shall be welded steel, galvanized, and in compliance with ASME Section VIII, 125 PSIG working pressure stamped and certified. The receiver tank shall be equipped with safety relief valve set at 120 PSIG, motorized automatic drain system, sight glass, pressure gauge, and be provided with a 200 gal capacity to ensure practical on/off operation of compressors. The compressor shall be designed so that the installation is simplified and no special foundations are required other than those necessary to support the weight of the unit. The unit shall be delivered with all internal compressed air, water piping, and wiring complete with a 2-source hook-up for utilities, one for discharge and one for incoming electrical service, and shall be installed utilizing existing medical air dryers and filtration system. Descriptive literature on the medical air compressors shall be submitted with offer. Equipment will be delivered within forty-five (45) calendar days after contract award along with 2 user's/operator's manuals and 2 service manuals with schematics and parts list at NO COST to the Government. The provision at FAR 52.212-1 Instructions to Offerors - -- Commercial Items, applies to this solicitation. All offerors are to include with their offer, a completed copy of provision 52.212-3 Offeror Representations and Certifications -- Commercial Items (a copy of this provision may be obtained by faxed request to 540-983-1065). The following FAR clauses apply to this acquisition: 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; as well as the following additional FAR clauses also cited in Clause 52.212-5: 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36 Affirmative Action for the Handicapped Workers; 52-222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.222-3 Buy American Act -- Supplies; and 52.222-18 European Union Sanctions for End Products. The following VAAR provision is added by addendum: 852.219-70 Veteran-Owned Small Business. The period of acceptance is 30 calendar days. The offers are due on January 3, 1997, 2:00 PM, EST. The offer must be signed by an official authorized to bind the offeror's organization. All offers must be sent to: Contracting Officer (90C4), VA Medical Center, Bldg. 74, Room 212, 1970 Roanoke Blvd., Salem, VA 24153. Faxed bids WILL NOT be accepted. CITE: (I-341 SN009697) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 44--Furnace, Steam Plant, and Drying Equipment and Nuclear Reactors OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 44--COOLER, FLUID, INDUSTRIAL SOL SP0770-97-Q-MG54 DUE 011797 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Anita Luich (614) 6 92-1325 DESC: PR-NO: YPC96290000804 NSN 4420-17-108-6414, CAGE H0006 Part No B13-2Z-05 CAGE H0006 Part No P130-2Z-L=800 cooler, fluid, industrial; bloksma BV P/N B13-2Z-05 8 -EA Del to see Preface to Navy address Co Del by 20 Oct 96. PR-NO: YPC96290000014 NSN 4420-17-108-6414 1 -EA Del to see Preface to Navy address code solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not available. This acquisition is for suppkies 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). Approves sources are: bloksma radiateuren abrieg. Automated best valule model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final contract award decision will be based upon a combination of price and past performance, as described in the solicitation. While price will be a signifiicant factor in the evaluation of offers, the final contract award price may 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-341 SN009457) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 44--Furnace, Steam Plant, and Drying Equipment and Nuclear Reactors OFFADD: Arnold Engineering Development Center, ATTN: PKP, 100 Kindel Drive, Suite A332, Arnold AFB TN 37389-1332 SUBJECT: 44 -- HEAT EXCHANGER - INSTALL A-PLANT FUEL SYSTEM NO. 1 SOL F40650-97-Q-0011 DUE 010697 POC Kimberly Williams, Contract Specialist, (615) 454-7841 DESC: This procurement is for a heat exchanger assembly with heat exchanger, steam inlet temperature control valve, steam trap on outlet, and control console mounted on a 48-inch by 96-inch carbon steel base with all required mounting supports, associated piping and wiring in place. Delivery shall be FOB Arnold Air Force Base, TN and is required within 90 days of contract award. Any firm responding to this announcement should do so in writing and should indicate whether or not it is a small business and whether or not it is a small disadvantaged business. See Note(s): 26. CITE: (I-341 SN009541) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 44--Furnace, Steam Plant, and Drying Equipment and Nuclear Reactors OFFADD: Arnold Engineering Development Center, ATTN: PKP, 100 Kindel Drive, Suite A332, Arnold AFB TN 37389-1332 SUBJECT: 44 -- HEAT EXCHANGER - INSTALL A-PLANT FUEL SYSTEM NO. 2 SOL F40650-97-Q-0012 DUE 010697 POC Kimberly Williams, Contract Specialist, (615) 454-7841 DESC: This procurement is for a heat exchanger assembly with heat exchanger, steam inlet temperature control valve, steam trap on outlet, and control console mounted on a 48-inch by 96-inch carbon steel base with all required mounting supports, associated piping and wiring in place. Delivery shall be FOB Arnold Air Force Base, TN and is required within 90 days of contract award. Any firm responding to this announcement should do so in writing and should indicate whether or not it is a small business and whether or not it is a small disadvantaged business. See Note(s): 26. CITE: (I-341 SN009544) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 47--HOSE ASSEMBLY, NONMETALLIC. SOL SP0770-97-Q-MG21 DUE 010897 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) Anita Luich (614) 6 92-1325 DESC: PR-NO: YPC96289001719 NSN 4720-00-515-0311, CAGE 50599 Part No R27779 CAGE 98441 Part No 3162516 hose assembly. polytetrafluoroethylene. Resistoflex P/N R27779; Parker-Hannifin P/N 3162516. 63 -EA Del to Mechanicsburg PA 17055-0789 Del by 16 Apr 97. 59 -EA Del to Tracy CA 95376-5000 Del by 16 Apr 97. See NOTES 9, 22, see NOTE 23. Solicitation not available until 15 days after published specifications, plans or drawings are not available. This is an unrestricted acquisition with a 10% preference for SDB concerns. It is suggested that small business firms or others interested in subcontracting opportunities make direct contact with firm(S) listed. This acquisition is for supplies for which the government does not possess complete, unrestrictive technical data; therefore, the government intends to solicit and contract with only approved sources under the authority of 10 U.S.C. 2304(C)(1). Approved sources are: Parker Hannifin; Crane Resistoflex Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final awrd decision will be based upon a combination of price and past performance, as described in the solicitation. 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 and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-341 SN009456) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 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--TUBE ASSEMBLY, METAL END ITEM: H-53 HELICOPTER, T-58 ENGINE. SOL SP0770-97-R-6282 DUE 012797 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer Ruth Smith, 614/692-4749. DESC: PR-NO: YPC96320000858 NSN 4710-00-556-6235, CAGE 21890 Part No 4018T02G01 CAGE 41943 Part No 4018T02G01 CAGE 53787 Part No 4018T02G01 CAGE 63259 Part No 4018T02G01 CAGE 99207 Part No 4018T02G01 tube assembly, metal. GE P/N 4018T02G01. 496 -EA Del to San Diego CA 92136-0000 Del by 180 days after date of award. 809 -EA Del to Mechanicsburg PA 17055-0789 Del by 180 days after date of award. See NOTE 1. Small business size standard is 1000 employees. Solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not available. Proposed procurement contains a 100 % option for increased quantities. 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: vala machine; D & a electronics; boniface tool. 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-341 SN009459) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 47--COUPLING HALF, QUICK DISCONNECT. SOL SP0770-97-Q-MG13 DUE 012597 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 Anna Austin/(614) 692-2486 DESC: PR-NO: FPC96320000876 NSN 4730-01-083-7426, CAGE S4883 Part No 16VP031-6 CAGE 20881 Part No 16VP031-6 CAGE 81755 Part No 16VP041-7 CAGE 92003 Part No 2770211-102 CAGE 96736 Part No 18-5900-1 coupling half, quick disconnect. TAT Aero equip Industries P/N 16VP031-6; TAT engineering Corp. P/N 16VP031-6; Lockheed Martin P/N 16VP031-6; Sweeney engineering P/N 18-5900-1; Parker-Hannifin P/N 2770211-102. 40 -EA Del to Tracy CA 95376-5000 Del by 250 days ADO. 118 -EA Del to Hill AFB UT 84056-5734 Del by 250 days ado.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 price, delivery, and past performance as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-341 SN009482) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 47--HOSE ASSEMBLY, NONME SOL SP0770-97-Q-MG24 DUE 012697 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) Anita Luich (614) 6 92-1325 DESC: PR-NO: YPC96291001051 NSN 4720-01-177-1708, CAGE 1DY25 Part No 83G1039-10 CAGE 66195 Part No 82G1039-10 CAGE 66195 Part No 83G1039-10 CAGE 68692 Part No 83G1039-10 100 -EA Del to Mechanicsburg PA 17055-0789 Del by 30 Dec 96. See NOTE 23. 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 sourcws under the authority of 10 U.S.C.2304(C) (1). Approved sources are: flex enterprises; solar turbines; inhalation Plastics. 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 evlauation of offers, the final award decision will be based upon a combinatiion of price and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-341 SN009483) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 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, OXYGEN GENERATOR. SOL SP0740-97-Q-0538 DUE 012797 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Marcella Moore 614/ 692-1295 DESC: PR-NO: YPC96295002022 NSN 4720-01-169-6129, CAGE 30941 Part No 325D950-1 CAGE 51998 Part No 14072-3 hose, oxygen generator. universal propulsion Co., Inc. P/N 14072-3; East/West Industries, Inc. P/N 325D950-1. 19 -EA Del to Tracy CA 95376-5000 Del 180 days after award. 12 -EA Del to Mechanicsburg PA 17055-0789 Del 180 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. 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-341 SN009484) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 47--COUPLING HALF, QUICK DISCONNECT. MIL SPEC TITLED "COUPLING ASSEMBLIES, QUICK DISCONNECT, SOL SP0740-97-Q-0534 DUE 012797 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Mark Strahl 614/692 -1354 DESC: PR-NO: YPC96298001217 NSN 4730-00-755-7237, CAGE 83533 Part No MS22068-4 CAGE 96906 Part No MS22068-4 CAGE 99251 Part No MS22068-4 CAGE 99251 Part No 3270001-0101 coupling half, quick disconnect. IAW MIL-C- 21049, P/N MS22068-4. 157 -EA Del to New Cumberland PA 17070-5001 Del 180 days after award. 104 -EA Del to Jacksonville FL 32212-0097 Del 180 days after award. 84 -EA Del to Tracy CA 95376-5000 Del 180 days after 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. 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-341 SN009485) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 47--HOSE ASSEMBLY, NONME SOL SP0740-97-Q-0515 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) Connie Giggi/614-69 2-4719. DESC: PR-NO: YPC96303000808 NSN 4720-01-379-2009, CAGE 78286 Part No SS43D03C057000 hose assembly, nonmetallic. Sikorsky Aircraft P/N SS43D03C057000. 193 -EA Del to Mechanicsburg PA 17055-0789 delivery 400 days after date of award 165 -EA Del to San Diego CA 92136-0000 delivery 400 days after date of award 66 -EA Del to Tracy CA 95376-5000 delivery 400 days after date of award solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not available. This acquisition is for supplies for which the Gov't does not possess complete, unrestrictive technical data; therefore, the Gov't intends to solicit/contract with only approved sources under the authority of 10 U.S.C. 2304(C)(1). Approved sources are: 78286. It is anticipated that award will be made via a delivery order to an existing basic ordering agreement. Automated Best Value Model (avbm) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-341 SN009486) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: Carderock Division Naval Surface Warfare Center, Ship Systems Engineering Station, Bldg. 77L, Philadelphia, PA 19112-5083 SUBJECT: 47 -- ANAMET INC. FLEXIBLE HOSE SOL N65540-97-Q-608T DUE 010397 POC Linda Stiemke, Purchasing Agent, (215) 897-8402. DESC: Naval Surface Warfare Center, Carderock Division (NSWCCD), intends to procure, on a sole source basis from Anamet Inc., 40 flexible hoses, Anamet Inc. Part No. 105443-0264, and 20 flexible hoses, Anamet Inc. Part No. 212205-0160. Request for solicitation may be sent via facsimile to (215) 897-7059. CITE: (I-341 SN009699) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 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, GLOBE SOL SP0770-97-Q-ME59 DUE 012697 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 Connie S. Greene 614-692-2455 DESC: PR-NO: YPC96206001047 NSN 4820-01-180-4847, CAGE 80064 Part No 803-138623-0412 valve, globe I/A/W Navy drawing 80064 803-1385623, P/N 803-1385623-0412 26 -EA Del to Tracy CA 95376-5000 Del by 180 days after date of award solicitation not available until 15 days after published in the CBD. Written requests for drawings are to be submitted to Defense Supply Center Columbus, Attn: dsccvtrd, P.O. Box 3990, Columbus, OH 43216-5000, by FAX (614) 692-2998 or Call (614) 692-2344. Requests should include the IFB/RFP/RFQ number, opening/closing, NSN, YPC/ZPC or NPC number; buyer's name and your complete name and address. Federal, military and commercial specifications cannot be provided by DSCC. This is an unrestricted acquisition with a 10% preference for SDB concerns. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the 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-341 SN009454) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Tennessee Valley Authority, Procurement, 1101 Market Street, Chattanooga, TN 37402 SUBJECT: 48--PROVIDE AND DELIVER NEW DOWNSTREAM GATE SEAT SEALS AND LOWER FILLER SEALS FOR EACH OF THE 3 DRUM GATES AT NORRIS DAM, LOCATED NEAR NORRIS, TN SOL FM-193458 DUE 123196 POC Contracting Officer, William C. Bratton, 423-751-7240 DESC: Provide and deliver new downstream gate seat seals and lower filler seals for each of the 3 drum gates at Norris Dam, located near Norris, Tennessee. There will be approximately 300 feet of new downstream gate seals required along with the associated sealing materials and hardware. The downstream seals are to be fabricated from phosphor bronze A per ASTM B103 and formed per required TVA specifications and drawings. There will be 6 lower filler seals required. These seals will be cast from aluminum bronze per ASTM B-148 and machined per TVA specifications and drawings. CITE: (I-341 SN009610) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 49--Maintenance and Repair Shop Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 49--HARNESS SET SOL SP0450-97-Q-M040 DUE 012697 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. For copies of RFQ solicitations, contact the buyer, PA trick Finegan, AJ222, 804-279-6659 and contracting off icer Judith C. Suter, 804-279-3214. DESC: PR-NO: YPG96278002183 NSN 4920-01-106-5644, harness set. Lockheed Corp., lockh eed-georgia Co. Div., CAGE 98897, P/N 3402462-1. 5 -EA Del to granite City IL 62040-1801 Del 60 DARO. Specifications, plans or drawings relating to the procur ement described are not available and cannot be furnishe D by the Gov't. unrestricted, No. the final contract awa Rd decision may be based upon a combination of price, PA St performance and other evaluation factors as described in the solicitation. other than full and open comp, yes. Solicitation will be made in writing. All responsible sources may submit offer which DGSC shall consider. CITE: (I-340 SN009410) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 49--Maintenance and Repair Shop Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 49--LINK, ENGINE MOUNT SOL SP0450-97-Q-M039 DUE 012697 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. For copies of RFQ solicitations, contact the buyer, Pat Rick Finegan, AJ222, 804-279-6659 and contracting offi CER, Judith Suter, 804-279-3214. DESC: PR-NO: YPG96291000550 NSN 4920-00-924-5819, link, engine Mount, Lord Corp., ME cica-descriptive data proprietary chanical products Div, CAGE 76005, P/N LM-303-155. 35 -EA Del to San Diego CA 92132-5044 Del 267 DARO. Specifications, plans or drawings relating to the procur ement described are not available and cannot be furnishe D by the Gov't. unrestricted, yes. the final contract AW Ard decision may be based upon a combination price, past performance and other evaluation factors as described in solicitation. other than full and open comp, yes. solici tation will be made in writing. All responsible sources may submit offer which DGSC shall consider. CITE: (I-340 SN009411) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 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, NONMETALLIC SPECIAL SHAPED SECTION U S ARMY TANK AUTOMOTIVE COMMAND (19207) SOL SP0500-97-Q-F226 DUE 011097 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Barbara Hinton/LCC22/(215)697-38 63 buyer: B. J. Hinton/PLLCC22/(215)697-3863 DESC: PR-NO: RPI96320000967 NSN 5330-01-099-6331, 400 -EA Del to New Cumberland PA 17070-5001 Del by 07 Aug 97. RFQ due date: 97JAN10 specs: US Army tank command P/N 12282911 primary qty: 400 deliveries to CONUS (excluding Alaska). Delivery schedule: 100 days ADO. NOTE one(1) does apply. Set a-side standard is: 3053 this contract action is for supplies for which the government does not possess complete, unrestrictive technical data; therefore the government intends to solicit and contract with only approved sources under the authority of 10 U.S.C. 2304(C)(1). Approved sources are: aerofab Co, INC.(01685), midwest fiberglass fabricators(6A252). While price will be significant factor in the evaluation of offers, the final contract award price will be based upon a combination of price and delivery as described in section M of this solicitation. To obtain a copy of this solicitation please send FAX request to (215)697-6333. CITE: (I-341 SN009467) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 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--DIAL, SCALE EXCEPTION TO SUPPORT DWG 7633936: NOTE 4 FINISH SOL SP0500-97-Q-9835 DUE 012797 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Jeanne P. hand/VBC82/215-697-035 9 buyer: Jeanne P. hand/VBC82/215-697-0359 DESC: PR-NO: YPI96310003048 NSN 5355-00-756-3757, 1,075 -EA Del to New Cumberland PA 17070-5001 Del by 10 Dec 96. 525 -EA Del to Tracy CA 95376-5000 Del by 10 Dec 96. RFQ due date: 97JAN27 specs: IAW Dwg NR 19200 7633933, excptn see NOTE 4 incremental bidding: primary qty: 150 1ST alt qty: 275 2ND alt qty: 525 tentative delivery schedule: 90 days NOTES 1 and 9 apply while price will be a significant factor in the evaluation of offers, the final contract award price will be based upon a combination of price and delivery as described in section M of this solicitation. To obtain a copy of this solicitation please send FAX request to 215-697-6333 or X1462 or X2978. CITE: (I-341 SN009469) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--NUT, SELF-LOCKING, DOUBLE HEXAGON SOURCE CONTROL DOCUMENT SOL SP0500-97-Q-F395 DUE 011597 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Deborah Hankin/JCA53/X0506 buyer: Deborah hannkin/JCA53/X0506 DESC: PR-NO: YPI96323001735 NSN 5310-00-688-2069, .443 thickness .070 width across flats .375 steel 40,000 -EA Del to New Cumberland PA 17070-5001 Del by 15 Jan 97. See NOTES 9, 22, RFQ due date 97 Jan 15 specs: source control document predominant mater: Teledyne Industries Inc. Primary quantity: 40000 delivery schedule: required -165 days or better offers will be evaluated with a 10% preference for small disadvantaged business concerns. This contract action is for supplies for which the government does not possess complete, unrestrictive technical data; therefore the government intends to solicit and contract with only approved sources under the authority of 10 U.S.C 2304(C) (1). Approved sources are: SPS Technologies, INC.(56878) while price will be a significant factor in the evaluation of offers, the final contract award price will be based upon a combination of price and delivery as decribed in section M of this solicitation. Other NOTES: to abtain a copy of this solicitation please send FAX request to (215) 697-6333ORX1462ORX2978. Specs/Dwgs are not required. CITE: (I-341 SN009470) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 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--GASKET, SEAL SOURCE CONTROL DOCUMENT SOL SP0500-97-Q-F234 DUE 011097 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Barbara Hinton/LCC22/(215)697-38 63 buyer: B. J. Hinton/PLLCC22/(215)697-3863 DESC: PR-NO: YPI96325000754 NSN 5330-01-175-9232, 1,250 -EA Del to New Cumberland PA 17070-5001 Del by 09 Mar 97. RFQ due date: 97JAN10 specs: gasket, seal general elec P/N5050M62 primary qty: 1250 deliveries to CONUS (excluding Alaska). Delivery schedule: 100 days ADO. Offers will be evaluated with a 10% preference for small disadvantaged business concerns. This contract action is for supplies for which the government does not possess complete, unrestrictive technical data; therefore the government intends to solicit and contract with only approved sources under the authority of 10 U.S.C. 2304(C)(1). Approved sources are: pressure science(15284), PARKER-HANNIFIN(83259), and Amer United seal(95272). While price will be a significant factor in the evaluation of offers, the final contract award price will be based upon a combination of price and delivery as described in section M of this solicitation. To obtain a copy of this solicitation please send FAX request to (215)697-6333.**** all responsible sources may submit offer which DISC shall consider. CITE: (I-341 SN009519) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd, St. Louis,MO 63120 SUBJECT: 53 -- NUT, PLAIN ROUND SOL DAAJ09-97-R-0178 DUE 012097 POC Jack Heilman, Contract Specialist, 314-263-0741, ATTN: AMSAT-A-PLBB, or Beverly Ratliff, Contracting Officer, 314-263-0769. DESC: NSN: 5310-01-350-1347, FSCM/PN: 81996/70311411102-5, IAW TDP 7-311411102-5, Rev F. Applicable to the AH-64 Aircraft. FOB Destination to New Cumberland Army Depot. Required delivery with First Article Testing is 55 each 408 DACA and 50 each per month thereafter, First Article Test Report due 240 DACA. Required delivery without First Article testing is 55 each 300 DACA and 50 each month thereafter until completion. The Government intends to issue a Indefinite Delivery Indefinitie Quantity, Firm Fixed Price Type Contract with five consecutive ordering periods. The minimum quantity is 155 each and the maximum quantity is 394 each. Delivery will be FOB Destination for the first ordering period and FOB Origin for the subsequent ordering periods. The Government is only required to buy the minimum quantity. This is a Flight Safety Part. The proposed contract is set-aside 100% for small business concerns. This procurement requires prequalification. All responsible sources may submit a proposal which shall be considered by the agnecy. Justification for other than full and open competition is FAR 6.302-1, Only One Source or Only a Limited Number of Responsible Sources. This proposed contract action is for supplies for which the Government does not have specifications and drawings to permit full and open competition. Approved sources are: The Purdy Corporation, Manchester, CT; Helm and Sons, Inc., Phoenix, AZ; Apex Manufacturing, N. Hollywood, CA; W and G Machine, Inc., Hamden, CT. The time required for approval of new supplies is such that award and delivery cannot be delayed pending approval of a new source. Firms are encouraged to seek source approval in order to compete for future solicitations IAW the instructions contained in Section L of the solicitation. Information on meeting of qualifications may also be obtained from ATCOM, ATTN: AMSAT-R-EB. Subject to availability of funds. No telephone requests will be accepted. You may fax your request ATTN: AMSAT-A-PLBB, Jack Heilman Contract Specialist on 314-263-9012. Number Notes 23 and 26 apply. CITE: (I-341 SN009686) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 56--Construction and Building Materials--Potential Sources Sought OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: 56--NUCLEAR SOIL DENSITY/MOISTURE TESTE POC POC: Walter romatowski (810) 574-7168 DESC: In connection with the following previously published a nnouncement, TACOM is also interested in any existing N on-nuclear, non-destructive methods. the procurement is for an item which measures (1) the density and moisture content of soils and base materials; and (2) the densit Y of asphaltic concrete and which meets commercial item description A-A-52316 requirements. nuclear soil densit Y/moisture (nsdm) tester. information and potential Sou rces are sought regarding a procurement for nsdm tester S. the procurement is projected to involve commercial P ractices for the operating, handling, storing, transpor ting, and disposing of nsdm testers. copies of a market interest survey and a commercial item description for T HE tester, A-A-52316, dated 8 Dec 95. interested partie S should contact Mr. Walter romatowski at (810) 574-716 8 NLT 20 December 1996. see NOTE: N/A. All responsible sources may submit an offer which will be considered. CITE: (I-340 SN009397) [Commerce Business Daily: Posted December 06, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: WR-ALC/PKXOA, 235 Byron St, Robins AFB, GA 31098-1611 SUBJECT: 58--REMOTE CONTROL UNIT SOL F09603-97-Q-50944 01 POC POC Point of Contact - Shirley Sealey, Lnkc, 912-926-7443 DESC: Solicitation number F09603-97-Q-50944 is hereby being amended to change the solicitation number to F09603-97-R-50944. The buyer has changed from Janie Shenett/LNKC, 912-926-7486, to Shirley Sealey/LNKC, 912-926-7443. CITE: (W-341 SN009719) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment--Potential Sources Sought OFFADD: NIPPON TELEGRAPH AND TELEPHONE CORPORATION International Procurement Office; Tokyo Opera City Tower 26F 20-2 Nishi-Shinjuku 3-chome Shinjuku-ku, Tokyo 163-14 Japan SUBJECT: 58-- (A) HANDY BAR CODE TERMINAL (B) BAR CODE LABEL PRINTER (C) OTHER PRODUCTS REQUIRED FOR OPERATION SOL IPO. 08-413 DUE 011097 POC Point of Contact - NTT America, Inc., Head Office, 212/661-0810 also NTT America, Inc., Pacific and Western Division , 415/940-6565: DESC: This public notice is to request suppliers to provide NTT with general referential information on similar products or technology prior to procurement of the intended product (mentioned below) by NTT. This public notice is also to request that any suppliers wishing to participate as a subcontractor in the procurement program of this product should declare their intentions to that effect. This public notice is not intended to guarantee public notification of procurement of the product. (1) Name: (a)Handy bar code terminal (b)Bar code label printer (c)Other products required for operation (2) Overview: (a)Handy bar code terminal ~A compact terminal that is capable of reading bar codes. (b)Bar code label printer ~A printer that is capable of printing bar code labels. (c)Other products required for operation ~Bar code labels, printer ribbons,toner and other items required for the use of bar codes. (3) Contents of RFI: NTT requests the supply of the following information on similar products, or on technology relating to the product mentioned. All supplied information will be regarded as non-secret information and may be disclosed to third parties in the form of, for example, inclusion in the corresponding PROCUREMENT DOCUMENTATION, or may become available to third parties. In any case, NTT will not assume any responsibilities for the management or possible disclosure or use of the supplied information. (i) Technical information(including product catalogues, etc.) (a) Handy bar code terminal ~Main features ~List of main functions ~Physical specifications(appearance, external dimensions, weight and other specifications) ~Electrical specifications (power supply voltage, frequency, power consumption, countermeasures for lightning stroke, countermeasures for electromagnetic wave and other specifications) ~Environmental condition specifications(operation temperature, operation humidity, shock resistance, water resistance and other specifications) ~Performance(readable length, reading time, number of ANK characters and lines that can be displayed, number of Japanese kanji characters and lines that can be displayed, maximum continuous operation time, and other specifications) ~Ease of operation ~Reliability(MTBF and other specifications) ~Interface(peripheral equipment to be connected, interface specifications and other specifications) ~Others(built-in program development language and other specifications) (b) Bar code label printer ~Main features ~List of main functions ~Physical specifications(appearance, external dimensions, weight, media that can be used for printing and other specifications) ~Electrical specifications(power supply voltage, frequency, power consumption, countermeasures for lightning stroke , countermeasures for electromagnetic wave and other specifications) ~Environmental condition specifications(operation temperature, operation humidity, shock resistance, vibration resistance, durability, noise level and other specifications) ~Performance(printing speed and other specifications) ~Ease of operation ~Reliability (durability of main parts and other specifications) ~Interface(peripheral equipment to be connected, interface specifications and other specifications) ~Others(control commands, media that can be used for printing and other specifications) (c) Other products required for operation ~Products ~Main features ~List of functions (ii) Prices ~Unit prices ~Prices of options ~Maintenance prices (iii) Standard delivery lead times after ordering (iv) Sales Records (v) Others ~Development and production organization(organization for addition/modification of functions, and the time required) ~After-sales service organization(organization that handles product malfunctions and the time required, and methods of providing maintenance manuals) ~Future development plans ~Submit information other than that above if it is believed that the information will facilitate the work conducted by NTT. (4) Request for Declaration of the Intention of Participating as a Subcontractor: Any suppliers wishing to participate as a subcontractor in the product procurement program of NTT, are requested to supply NTT with the information listed below. After preparing a list of supplied information, NTT will provide the list to suppliers who wish to be provided with it, to those who have responded to the request for supply of the information listed and to those who have purchased the PROCUREMENT DOCUMENTATION relating to procurement of the product. NTT, however, will undertake no responsibilities for any outcomes arising from supply of the list, (i)Name of supplier, (ii)Place of contact (Address, name of the person in charge, telephone number, and facsimile number). (5) Deadline of submission of materials and comments: 3:00 PM, January 10, 1997 (Mail must arrive no later than the above date). (6) Language: Japanese or English***** LINKURL: http://wwwipo.nttinfo.ntt.co.jp LINKDESC: CITE: (D-340 SN009402) [Commerce Business Daily: Posted December 06, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment--Potential Sources Sought OFFADD: Afftc/pkab Directorate Of Contracting, 5 S Wolfe Ave, Edwards Afb Ca 93524-1185 Fax 805-258-9638 SUBJECT: 58--GROUND REPRODUCTION RECORDING EQUIPMENT SOL F04611-97R0026 POC Tamia True, Contractor Negotiator, (805) 277-3900 x2263, John Adair, Contracting Officer, (805) 277-3900 x2230 DESC: THIS IS NOT A SOLICITATION. The purpose of this notice is to identify interested capable sources for MARS-IIL Basic Platform to include rackmount chasis, embedded 486 processor, DLT-4000 drive, single board computer PCB operator's manual, 2-channel PCM/1553 PCB operator's manual, 2-channel PCM/1553 PCB, and a tape dubbing kit to include DLT-4000 drive, interconnect cable and software upgrade to support the Embedded Global Positioning System (GPS) Inertial Navigation Unit (INU). The equipment must be 100% compatible with the MARS-II airborne units that will be installed in the F-16 aircraft in support of this program. All sources interested in responding to this market research notice are required to provide an evidence of their ability to meet the above noted criteria. Those responding shall also include their business size and type. SIC code is 3669, size standard is 750 employees. Responses are to be sent to Tamia A. True at the above address, no later than 21 Jan 97. Depending on the responses received from this publicaton, the acquisition may be set aside for small business concerns, reserved for the 8(a) program, etc. Note 22 applies. Telephone requests to be placed on the mailing list will not be honored. LINK http://cpf.edwards.af.mil/contract/rfp.html LINKDESC: EMAIL truet%pk@mhs.elan.af.mil EMAILDESC: CITE: (W-341 SN009617) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 59--CLAMP SOL SP0450-97-Q-L010 DUE 012497 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. For copies of RFQ solicitations, contact the buyer.hat tie Heiskill/AT230/DSCR-JDPA/804-279-3031 contracting officer: B.SMITH/DSCR-JDPA/804-279-3031 DESC: PR-NO: YPG96249000427 NSN 5975-00-919-2125, clamp, Fairchild Weston sys Inc space & defense sys Div part number 1079-471 or Rexnord Inc, part number 7C1-14-W specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the GOVT. 2823 - EA Del by 152 days to Kelly AFB TX 78241-5312 all responsible sources may submit offer which DGSC shall consider. CITE: (I-340 SN009407) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 59--GEARBOX ASSEMBLY SOL SP0450-97-R-0359 DUE 012497 POC Contact: 359 copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. For copies of RFQ solicitations, contact the buyer.hat tie Heiskill/AT230/DSCR-JDPA/804-279-3031 contracting officer: Bobbie Smith/DSCR-JDPA/804-279-3031. DESC: PR-NO: YPG96249000436 NSN 5975-01-277-3512, IMO Industries Inc., part number C-81815-1 specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the GOVT. This procurement contains a 100% option to increase quantity. 14 - EA Del by 91 days to Richmond, VA 23297-5900 all responsible sources may submit offer which DGSC shall consider. CITE: (I-340 SN009408) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 59--CABLE ASSEMBLY, RADI SOL SP0451-96-Q-WF71 DUE 011097 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: for copies of RFQ solicitations. contact: Brenda Noe/BB936/804-279-3006, or contracting officer: Frances R. Harrison. DESC: PR-NO: YPG96150000472 NSN 5995-01-209-4179, cable assembly, radi. Flexco microwave Inc. CAGE 52214 P/N F342-AC-1247-A0 P/N 138C986H02. Partial data available 77 -EA Del to McClellan AFB CA 95652-1621 Del by 204 days ARO. See NOTES 22 qualifying activity: Flexco microwave. Manufacturer: Flexco microwave Inc. Part number: F342-AC-1247-A0 and 138C986H02. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Unrestricted. Automated Best Value Model apply. The final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitation. Intended sources: Flexco microwave Inc. Delivery days 204 ARO. Solicitations will be made in writing. All responsible sources may submit offer which DGSC shall consider. CITE: (I-341 SN009434) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--CIRCUIT BREAKER SOL SP0930-97-R-A010 DUE 122396 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96282000237 NSN 5925-01-091-9400, CAGE 96906 Part No MS25244-P-5 @POLE quantity 1 @MAXIMUM continuous load current rating per pole 5.0 amperes AC and 5.0 amperes DC single location @OPERATING voltage type and rating per pole in V olts 120.0 AC and 30.0 DC single location @FREQUENCY in Hertz 400.0 single location @BODY style 7A single pole type 12,268 -EA Del to Lathrop CA 95330 Del by 23 Oct 96. Solicitation number SP093097RA010 is hereby cancelled in it's entirety. CITE: (I-341 SN009460) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 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--RADOME SOL SP0970-97-Q-A102 DUE 011097 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: YPE96226000248 NSN 5985-01-192-6985, CAGE 12115 Part No 7804-1035-1 CAGE 13214 Part No 8012-1-12 CAGE 67270 Part No CW-1207/TPQ-43 CAGE 80058 Part No CW-1207/TPQ-43 2 -EA Del to Mechanicsburg PA 17055-0789 delivery schedule: 3 each IN 120 days. Various increments solicited: 1--2, 3--4. Threshold PR quantity: 3 EA. Standard size: 750. Unrestricted (sole source/single source) (no preference). Other than full and open competition: part numbered item. products offered clause applies. Issue date: 30 Dec 96; closing date: 10 Jan 97. All responsible sources may submit offer which DESC shall consider. CITE: (I-341 SN009461) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--ANTENNA SOL SP0900-96-T-V023 DUE 010497 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: YPE96239000125 NSN 5985-01-107-1988, CAGE 11556 Part No 16VE022-2 CAGE 13691 Part No S65-5366-116L CAGE 33493 Part No A0817-F16 CAGE 81755 Part No 16VE022-2 CAGE 85226 Part No 16VE022-2 22 -EA Del to Mechanicsburg PA 17055-0789 Del by 26 Dec 96. 48 -EA Del to Lathrop CA 95330 delivery schedule: 142 EA. within 120 days. Various increments solicited: 1--150. Threshold PR quantity: 142 EA. Standard size: 750. Unrestricted (sole source/single source) (no preference). Other than full and open competition: part numbered item. products offered clause applies. Issue date: 27 Dec 96; closing date: 04 Jan 97. All responsible sources may submit offer which DESC shall consider. CITE: (I-341 SN009462) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 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 ASSEMBLY DESC FORM 239 DTD 10 JUL 91 APPLIES SOL SP0900-96-T-V652 DUE 010497 POC Contact: 7OR 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. 7 DESC: PR-NO: YPE96249000070 NSN 5945-01-296-8558, CAGE 0V9L6 Part No 13E0196H01 CAGE 14304 Part No 10231-0196 CAGE 97942 Part No 13E0196H01 individual relay quantity 8 relays relay type single pole double throw mounted on chassis 9 -EA Del to Mechanicsburg PA 17055-0789 Del by 26 Sep 96. 10 -EA Del to Lathrop CA 95330 Del by 26 Sep 96. Full and open competition: complete, unrestricted data package available. Solicited various increments from: 1 to 100 PR qty; 19 EA delivery schedule: 200 days standard size: 750 set-aside type: unrestricted with preferential consideration for SDB. All responsible sources may submit offer which DESC shall consider. CITE: (I-341 SN009463) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--CIRCUIT BREAKER SOL SP0900-97-T-1190 DUE 011397 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: YPE96289000244 NSN 5925-01-317-1828, CAGE 81640 Part No SM600BA5N12 17 -EA Del to Lathrop CA 95330 Del by 10 Aug 97. 16 -EA Del to Mechanicsburg PA 17055-0789 Del by 10 Aug 97. Other than full and open competition: part numbered item products offered clause applies. Solicited various increments from; 66 to 200 PR qty: 66 EA delivery schedule: 66 EA with 120 days 33 every 30 days thereafter. Standard size: 750 set-aside type: unrestricted (sole source/single source) (no preference) all responsible sources may submit offer which DESC shall consider. CITE: (I-341 SN009504) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Naval Air Warfare Center Training Systems Division, 12350 Research Parkway, Orlando, FL 32826-3224 SUBJECT: 59 -- CATHODE RAY TUBES WITH ZONE LENSES FOR DEVICE 2F161 SOL N61339-97-Q-0250 DUE 012097 POC Contracting Officer, Jeanne Morrison, 407/380-4052 DESC: No known NSN items, no specifications available. The government intends to negotiate on a Sole Source basis with Trident International, Orlando, FL. Parts to be procured are various Trident Int'l components to be used as spare parts. The components must interface with existing equipment and operate mechanically and electrically in the same manner as the part to be replaced. Requested Del 90 days. Only written requests for Quotation will be honored and should contain Contractor Establishment Code. Small Purchase procedures apply. All responsible sources may submit a quotation which shall be considered by this agency. See Note 22. CITE: (I-341 SN009533) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280 SUBJECT: 59 -- FILTER, RADIO FREQUENCY SOL DAAH01-97-R-A050 DUE 121596 POC AMSMI-AC-CDDB, Judy Hobbs Contract Specialist, 205-842-6126 AMSMI-AC-CDDB, Susie Pitman Contracting Officer, 205-876-8039. DESC: Synopsis No. 5387-96 (MA) NSN 5999-01-345-4444, Army P/N E80018-1, 59 each. Destinations to be furnished. Delivery schedule 190 days after contract award. Offerors must be approved and qualified. This proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one, or a limited number of sources. Suggest that small business firms or others interested in subcontracting opportunities in connection with this procurement, make contact with the firm(s) listed. The Government does not possess sufficient documentation to acquire this item from other than the qualified source. A technical data package which defines all engineering and quality requirements is not available. RFP will be issued to GEC/UK/AEROSPACE Incorporated, 110 Algonquin Parkway, Whippany, NJ 07981-1640. All responsible sources may submit a bid, proposal, or quotation which shall be considered by this agency. Request solicitation package from address above, ATTN: AMSMI-AC-MOD, FAX 205-876-9633. The most recent representative unit price and quantity relative to this acquisition is NSN 5999-01-345-4444, Awd Date 110896, Qty 41, Unit Price $1,888. The Government provides this price history without assuming the responsibility for any resulting conclusions or interpretations that may be made. The price history is provided for informational purposes only and should not be relied upon as a basis for offer/bid. Adequate drawings, specifications, or other technical data are not available for this procurement and will not be furnished. Potential offerors are encouraged to pursue qualification for future buys in accordance with MICOM Pamphlet 702-1 available through Internet. See Numbered Note(s): 22. CITE: (I-341 SN009551) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280 SUBJECT: 59 -- CIRCUIT CARD ASSEMBLY SOL DAAH01-97-R-A049 DUE 011097 POC AMSMI-AC-CDDA, Donna Willard Contracting Officer, 205-876-4250. DESC: Synopsis No. 5388-96 (MA) NSN 5998-01-394-7466, Army P/N 350088-301. This item has been identified as having a potential for significant quantity fluctuation due to the Army's changing supply demands. As such, an Incremental Quantity Program solicitation will be issued utilizing Incremental Quantity Program provisions to reflect a minimum quantity of 390 known quantity of 405 and a maximum quantity of 450. In addition, this requirement will have option quantities for the base year FY 97, ranging from 90 - 130 each, out years FY 98 and FY 99, ranging from 15 - 30 each, and FY 00 ranging from 70 - 115 each. Delivery schedule 220 days after contract award. Offerors must be approved and qualified. This proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one, or a limited number of sources. Suggest that small business firms or others interested in subcontracting opportunties in connection with this procurement, make contact with the firm(s) listed. The Government does not possess sufficient documentation to acquire this item from other than the qualified source-- A technical data package which defines all engineering and quality requirements is not available. RFP will be issued to Northrop Corporation, Electronics Division, 2301 West 120th Street, P.O. Box 5032, Hawthorne, CA 90250. All responsible sources may submit a bid, proposal, or quotation which shall be considered by this agency. Request solicitation package from address above, ATTN: AMSMI-AC-MOD. The most recent representative unit price and quantity relative to this acquisition is NSN 5998-01-394-7466, Awd Date 110995, Qty 5, Unit Price $970.00. The Government provides this price history without assuming the responsibility for any resulting conclusions or interpretations that may be made. The price history is provided for informational purposes only and should not be relied upon as a basis for offer/bid. Adequate drawings, specifications or other technical data are not available for this procurement and will not be furnished. Ptoential offerors are encouraged to pursue qualification for future buys in accordance with MICOM Pamphlet 702-1 available through Internet. See Numbered Note(s): 22. CITE: (I-341 SN009552) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280 SUBJECT: 59 -- CIRCUIT CARD ASSEMBLY SOL DAAH01-97-R-A051 DUE 011096 POC AMSMI-AC-CDDA, Reba Atkins Contracting Officer, 205-842-6220. DESC: Synopsis No. 5389-96 (MA) NSN 5999-01-165-6533, Army P/N 1D49452-1. This item has been identified as having a potential for significant quantity fluctuation due to the Army's changing supply demands. As such, an Incremental Quantity Program solicitation will be issued utilizing Incremental Quantity Program provisions to reflect a minimum quantity of 20, known quantity of 28, and a maximum quantity of 45. In addition this requirement will have option quantities for base year FY 97 and out year FY 98, ranging from 5 - 10 each.Destinations be furnished. Delivery schedule 220 days after contract award. Offerors must be approved and qualified. This proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one, or a limited number of sources. Suggest that small business firms or others interested in subcontracting opportunties in connection with this procurement, make contact with the firm(s) listed. The Government does not possess sufficient documentation to acquire this item from other than the qualified source-- a technical data package which defines all engineering and quality requirements is not avialable. RFP will be issued to McDonnell Douglas Corporation, Defense and Electronics Systems, 5301 Bolsa Avenue, Huntington Beach, CA 92647. All responsible sources may submit a bid, proposal, or quotation which shall be considered by this agency. Request solicitation package from address above, ATTN: AMSMI-AC-MOD, FAX 205-876-9633. The most recent representative unit price and quantity relative to this acquisition is NSN 5999-01-165-6533, Awd Date 063095, Qty 6, Unit Price $7,136.00. The Government provides this price history without assuming the responsibility for any resulting conclusions or interpretations that may be made. The price history is provided for informational purposes only and should not be relied upon as a basis for offer/bid. Adequate drawings, specifications or other technical data are not available for this requirement and will not be furnished. Potential offerors are encourage to pursue qualification for future buys in accordance with MICOM Pamphlet available through Internet. See Numbered Note(s): 22. CITE: (I-341 SN009553) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: US Army Armament and Chemical Acquisition and Logistics Activity (ACALA) Attn: AMSTA-AC-PCC (FQJ), Rock Island , IL 61299-7630 SUBJECT: 59 -- CIRCUIT CARD ASSEMBLY SOL DAAE20-97T0059 DUE 012797 POC Contract Specialist: Marilyn Williamson (309) 782-5108, PCO: John E. Holmgren (309) 782-4836 DESC: Solicitation DAAE20-97T0059 previously published 120696 is hereby cancelled. CITE: (I-341 SN009581) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: DIRECTORATE OF CONTRACTING, ATTN: STEAP-PR-C, BLDG 4118 SUSQUEHANNA BLVD, APG MD 21005-5001 SUBJECT: 59--THERMAL SWITCHES SOL DAAD05-97-R-0502 DUE 111296 POC Contract Specialist Susan Houck 410 278-0893 (Site Code DAAD05) DESC: The U.S. Army Garrison Aberdeen Proving Ground has a requirement for high temperature thermostatic switches, approximately 710 each. The switches are proprietary items, developed and manufactured by Control Products, Inc., East Hanover, NJ 07936. FOBdestination, Aberdeen Proving Ground, MD. Negotiations are being conducted solely with Control Products, Inc., which is the only known producer of these items. See Note 22. CITE: (I-341 SN009645) [Commerce Business Daily: Posted December 06, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: WR-ALC/PKXOA, 235 Byron St, Robins AFB, GA 31098-1611 SUBJECT: 59--NETWORK HYBRID CKT SOL F09603-97-R-50950 DUE 012397 POC POC Point of Contact - Brenda White, Lnkb, 912-926-2607 DESC: Item 0001 NSN 5962-01-205-6556EW P/N: 150-27615-005, Dim: 1.000" L X 0.170" H X 0.750" W; Matl: IAW-M-38510; Func: Voltage Reg. 68 ea. Fax No: 912-926-7572. The approximate issue/response date will be 23 Dec 96. To: Northrop Crumman Corp, Rolling Meadows Il 60008-1098. No telephone requests only written or faxed requests received directly from the requestor or acceptable. All possible sources solicited must 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 sources no other type of supplies or services will satisfy agency requirements. See Note (s) 22, 26 CITE: (W-341 SN009677) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: US Army CECOM, Logistics and Engineering Operations Directorate, Ft. Monmouth, New Jersey 07703-5000 SUBJECT: 59 -- TEMPEST LAPTOP COMPUTER MARKET SURVEY INFORMATION SOL N/A DUE 121296 POC Ms. Grace Rosa, Ft. Monmouth, N.J. 07703-5007, (908)532-0503. DESC: Description: NSN: 7021-01-372-1174. This is a market survey to determine the existence of sources for the procurement of TEMPEST Laptop Computers for the Digital Communications Satellite Subsystem (DCSS) Universal Terminal Emulator (UTE). The TEMPEST Laptop Computer is a Portable ruggedized Computer Terminal. It requires an 80386SX microprocessor, 8MB of RAM, a 120 MB removable hard disk drive, 3.5" floppy disk drive, and a broad range of I/O ports including RS-232C, RS-422 parallel, and Small Computer Systems Interface (SCSI). Power Input: 100-240 Vac, 47-63/400 Hz, 75 W; Power Output, External Power Supply: 10-30 Vdc, 60W; Power Converter, Internal DC/DC: 10 to 28 Vdc input. The UTEPlus softwarewill operate on Microsoft Disk Operating System (MS-DOS) 6.22 or higher, however, supporting Terestrial Critical Control Circuit (TCCC), Critical Control Circuit (CCC), and Link Orderwire (LOW) transmissions necessitates a TEMPEST configuration for the DCSS UTE application. TEMPEST Standard: NACISM 5100A, NATO AMSG720B. The tecchnical Data required for the TEMPEST computer is proprietary. No level 3 drawings are available. To obtain further information, each prospective offeror must indicate so by writing to: HQ USA CECOM, AMSEL-LC-COM-S-DI, Attn: Ms. Grace Rosa, Ft. Monmouth, N.J. 07703-5007. All inquiries must be received by December 18, 1996. CITE: (I-341 SN009712) [Commerce Business Daily: Posted December 06, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: WR-ALC/PKXOA, 235 Byron St, Robins AFB, GA 31098-1611 SUBJECT: 59--ELECTRON TUBE SOL F09604-97-Q-00142 DUE 012397 POC POC Point of Contact - Melanie Moreland, WR-ALC/LRKA, (912) 926-1721 DESC: Item 0001 - NSN 5960--- P/N: 4CW150,000E, Option 3: Repair/Refurbishment of 1 ea Electron Tube 12 ea. Destn: Robins AFB GA 31098-2122, Delivery: 28 Feb 97 12 ea Item 0002 - NSN 5960--- P/N: 4CW150,000E, Option 3: Repair/Refurbishment of 1 ea Electron Tube 1 ea. Destn: Robins AFB GA 31098-2122, Delivery: 28 Feb 97 1 ea Item 0003 - NSN 5960--- P/N: 4CW150,000E, Option 3: Repair/Refurbishment of 1 ea Electron Tube 1 ea. Destn: Robins AFB GA 31098-2122. Delivery: 28 Feb 97 1 ea Item 0004 - NSN 5960--- P/N: 4CW150,000E, Option 3: Repair/Refurbishment of 1 ea Electron Tube 1 ea. Destn: Robins AFB GA 31098-2122, Delivery: 28 Feb 97 1 ea Items 0005-0013 will be solicited for the addional repair/refurbishment of 1 each per CLIN. Line Item 0014 will be data. The approximate issue/response date will be 23 Jan 97. The anticipated award date will be 23 Dec 96. Written procedure will be used for this solicitation. To: Varian Associates Inc., San Carlos CA 94070-2603. No telephone request. Only written or FAXed request received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See note (s) Notes 22 and 26 . CITE: (W-341 SN009734) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 10, 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--CONTACTOR, MAGNETIC SOL SP0430-97-Q-P316 DUE 011397 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, or for copies of RFQ solicitation, contact the buyer: Jean Lanthrip/ZZ783/8 04-279-4479. Judith H. Hawthorne/804-279-4905. DESC: PR-NO: YPG96296000428 NSN 6110-01-213-6244: contactor, magnetic Eaton Corp. Power control operations CAGE 27192. P/N 6957ED33-7AQ. DSCR does not currently have an approved technical data package available for this NSN. Please do not submit request to DSCR-VABA. 9 -EA Del to Jacksonville FL 32212-0097 Del by 60 days. 6 -EA Del to Norfolk VA 23511-3392 Del by 60 days. Other than full and open comp. Total quantity shipped: 15. Option to Inc qty: N. Option to ext term of contract: N. Unrestricted: Y. The final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitation. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Solicitation will be made: in writing: Y. Orally: Y. All responsible sources may submit offer which DGSC shall consider. CITE: (I-340 SN009413) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 10, 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--SWITCHING UNIT, POWER SOL SP0430-97-Q-P315 DUE 011397 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, or for copy of RFQ so licitation, contact the buyer: Jean Lanthrip/ZZ783/804 -279-4479. Judith H. Hawthorne/804-279-4905. DESC: PR-NO: YPG96320001014 NSN 6110-01-276-2665: switching unit, power. Opl applies. Critical item application. Origin inspection required. Critical application item. I/A/W spec NR MIL spec dod-s17773b. Basic DTD 83 Sep 14. Amend NR 03 DTD 93 Sep 07. Type number P/N ABT-4A3-400-D.: 11 -EA Del to Richmond VA 23297-5900 Del by 60 days. Other than full and open comp. See NOTE 23. Total quantity shipped: 11. Option OT Inc qty: N. Option OT ext term of contract: N. The final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitation. 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: Y. Orally: Y. All responsible sources may submit offer which DGSC shall consider. CITE: (I-340 SN009416) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: 45CONS/LGCSAL, 1201 Minuteman St MS 7200, Patrick AFB FL 32925-3237 SUBJECT: 61 -- GENERATORS SOL F08650-97-R-0002 DUE 011697 POC Linda Krager, Contract Specialist (407) 494-9512/Jimmy McDaniel, Contracting Officer (407) 494-4292. DESC: The government has a requirement for 10 portable diesel generators. Two generator sets are to be 100 KW, 60 HZ, highway towable, trailer mounted, 120/208 VAC, 277/480 VAC, dual walled fuel tank with 12-hour capacity, and elecronic governor. Three generator sets are to be 175 KW, 60 HZ, highway towable trailer mounted, 120/208 VAC, dual walled fuel tank with 12-hour capacity, and electronic governor. Three generator sets are to be 40 KW, 60 HZ, highway towable trailer mounted, 120/208 VAC, 277/480 VAC, dual walled fuel tank with 12-hour capacity. The last two generator sets are to be 60 KW, 60 HZ, highway towable, trailer mounted, 120/208 VAC, 277/480 VAC, dual walled fuel tank with 12-hour capacity, and electronic governor. This acquisition is unrestricted. The applicable SIC code and size standard are 3621/1000 employees. Solicitation issue date of 23 Dec 96 and proposal due date of 16 Jan 97 are tentative. Requests for the solicitation must be faxed to (407) 494-2983 or mailed to 45 CONS/LGCSAL, 1201 Minuteman St M/S 7200, Patrick AFB FL 32925-3237. Phone calls will not be accepted. All responsible sources may submit a bid which shall be considered by the 45th Space Wing. CITE: (I-341 SN009578) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 63--Alarm and Signal, and Security Detection Systems OFFADD: USA CBDCOM, AMSCB-PC E4455, 5101 HOADLEY ROAD, ABERDEEN PROVING GROUND MD 21010-5423 SUBJECT: 63--JOINT SERVICE LIGHTWEIGHT STANDOFF CHEMICAL AGENT DETECTOR (JSLSCAD) SOL DAAM01-96-R-0079 DUE 022897 POC Contract Specialist Angela K. Sawyer (410) 671-4436 (Site Code DAAM01) DESC: The U.S. Army Chemical and Biological Defense Command (CBDCOM) is seeking proposals from industry for the Engineering and Manufacturing Development (EMD) of the JSLSCAD. The JSLSCAD is a lightweight, passive, standoff, chemical agent detector capableof providing on-the-move, 360 degree coverage from a variety of tactical and reconnaissance platforms at distances up to 5 kilometers. It is a second generation chemical agent vapor detector that improves upon the capabilities of the M21 Remote Sensing Cheical Agent Alarm (RSCAAL) first generation system. JSLSCAD will increase troop protection and maneuver unit combat capabilities. It will provide early warning enhancing contamination avoidance. It will give extra time for soldiers to don full protective equipment, Mission Oriented Protective Posture (MOPP) gear, when avoidance is not possible. Its standoff detection can identify chemical environments and thus pemit soldiers to fight without the limitations of MOPP gear. This contract effort will include the EMD effort plus three options. The EMD portion consists of the development, testing and integration of JSLSCAD on aerial and surface platforms. The JSLSCAD wil use a modular design that can be integrated into various platforms to meet Joint Service chemical agent standoff detection requirements. Potential uses include: the US Army Nuclear, Biological and Chemical Reconnaissance System (NBCRS) Light Armored Vehicle (LAV), the US Marine Corps Light NBCRS-HMMWV, the US Army NBCRS-FOX and the US Army Unmanned Aerial Vehicle. Option One is an effort to refurbish apprximately 30 test units to support joint service fielding schedules. Option Two is to produce an initial production quantity of up to 100 units. Option Three is for full-scale production up to 1,200 units. It is anticipated that the EMD portion of the effor will be cost-reimbursable and the options will be firm-fixed price, both offering cost incentives.The contemplated period of performance for the EMD effort is 43 months. Delivery for the option quantities will be as follows: Option 1 in 11 months after option exercise, Option 2 in 30 months after option exercise including FAT, Option 3 in 43 months after option exercise including FAT. Delivery of prodution units will be FOB Origin. Funds for this procurement are not currently available but will be provided prior to the award of any resulting contract. Prospective contractors interested in receiving a copy of the RFP may fax requests to 410-612-7128 and hould refer to RFP DAAM01-96-R-0079. Offerors who requested the Draft RFP will automatically receive the final RFP and do not need to request it. The RFP is expected to be available in early 1997. Proposals will be due approximately 45 days from the date of the issuance of the RFP. The contract will be unclassified. CITE: (I-341 SN009668) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies OFFADD: Tohoku Hospital, Attn.: Mr. Okouchi Nippon Telegraph and Telephone Corporation +81-22-236-5717 SUBJECT: 65--DIAGNOSTIC X-RAY TV RADIOGRAPHIC UNIT SOL KANPO 08-160(Kokusai 1) DUE 013197 POC Point of Contact - NTT America, Inc., Head Office, 212/661-0810 also NTT America, Inc., Pacific and Western Division , 415/940-6565: Contracting Office Tohoku Hospital, Attn.: Mr. Okouchi Nippon Telegraph and Telephone Corporation +81-22-236-5717 DESC: Products outline; The main object is medical examination and the TV set should suited to gastro entero graphy. Quantity; 2 sets. Delivery date; March 14, 1997. Delivery site; NTT Tohoku Hospital. Type of tender; Open. THIS NOTICE IS FOR INFORMATION ONLY. TENDERDOCUMENTATION IDENTIFIES THE ADDITIONAL INFORMATION CONCERNING THE DETAILS ON THE PRODUCT AND QUALIFICATION FOR PROCUREMENT.TENDER DOCUMENTATION is available for $30(Excluding sales tax. Please check sales/use tax at your nearest local office.) at NTT America, Inc.NTT only accepts proposals that follow the direction of TENDER DOCUMENTATION, which includes APPLICATION FORMS.The language used for application shall be Japanese or English. LINKURL: http://wwwipo.nttinfo.ntt.co.jp LINKDESC: CITE: (D-340 SN009401) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 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, COB, 6701 Rockledge Dr MSC 7902, RKL2 Rm 6016, Bethesda, MD 20892-7902 SUBJECT: 65 -- MOBILE CARDIOILOGY IMAGING TABLE MODEL S4011 SOL NHLBI-PS-SP-97-348 DUE 122396 POC Deborah Coulter, Purchasing Agent, (301)-435-0368 Fax # (301)480-3345. DESC: The National Heart, Lung, and Blood Institute intends to purchase a Mobile Cardiology Fluoroscopy Table, Model S4011, manufactured by Beta Medical Products, Inc., or equivalent. Standards features include: 80"x 24" four way floating top, carbon fiber composite top with radiolucent equivalency of 7MM aluminum, longitudinal travel of 37" lateral travel of 16", accessory rails mounted on both sides of table, vertical height range 31.5" - 41.5", casters 4" double wheel, two floor brakes for immobilizing table waterproof foot switch for height adjustment, maximum patient weight 400lbs, electrical power 220/115, 10 amps, 50/60Hz, and certified to UL-544 and UL-187. The Standard Industrial Classification (SIC) code 3821, Size Standard 500 employees will be used for this requirement. Vendors capable of furnishing the government 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 disocunt terms, taxpayer identification number (TIN), Dun & Branstreet 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-97-348. 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 Operations Branch, Procurement Section, Building RKL2, Room 6143, 6701 Rockledge Drive, Bethesda, MD 20817-7902, Attention: Ms: Deborah Coulter. FAX quotations will only be accepted if dated and signed by and authorized representative. FAX Number (301) 480-3345. CITE: (I-341 SN009599) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS 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 -- P SOL M5-1-97 DUE 021397 POC Deborah Koval, Contracting Officer, 708--786-4946 DESC: Solicitation M5-1-97 is a Sealed Bid for the establishment of a National Contract for Glyburide Tablets. Only offers from contractors and/or suppliers that have an affirmative FDA Quality Assurance Evaluation will be accepted. If other than the manufacturer, bidder must submit with their bid, a copy of the signed agreement between the vendor and the manufacturer covering the entire contract period. Solicitation is for one base year and four one-year option periods. Distribution to VA and other eligible facilities will be through the VA Pharmaceutical Prime Vendor program. Numbered Note 12 (Trade Agreement Act) applies. This solicitation will be issued on or about 01/13/97 and will be due on 02/13/97. Request for solicitation must be in writing and may be received through facsimile at (708) 786-4975, Attn.: Deborah Koval, Contracting Officer. CITE: (I-341 SN009696) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: 66--TRANSMITTER, TEMPERA SOL DAAE0797RT202 DUE 020597 POC POC for a solicitation copy, Call 810/574-6802 OR 6807. For information on this procurement, Call Tom Godden (810) 574-7298 DESC: NSN: 6685011122334, qty: 703, FOB: destination, opt: 100% item: transmitter, temperature. electrical resistance U nit type protective. tube material steel. corrosion res isting. overall style desginator F1. transmitter, 24V D C distance across wrenching surface flate 0.620 inches nominal overall length 2.630 inches nominal. thread Len gth 0.250 inches mominal. operating temp range -0.0 to 300.0 deg Fahrenheit. PN: 12300128. NOTE: TDP will only be available on cd-r see NOTE: none. All responsible S ources may submit an offer which will be considered. T HE offer due date is on or about 020597 (see soliciatio N for actual offer due date). CITE: (I-340 SN009395) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280 SUBJECT: 66 -- OPTICAL COMPONENT ASSEMBLY SOL DAAH01-97-R-A036 DUE 011097 POC AMSMI-AC-CDDC, Denise Owens Contracting Officer, 205-842-7535. DESC: Synopsis No. 5365-96 (MA) NSN 6650-01-350-2453, Army P/N 13314267. This item has been identified as having a potential for significant quantity fluctuation due to the Army's changing supply demands. As such, an Incremental Quantity Program solicitation will be issued utilizing Incremental Quantity Program provisions to reflect a minimum quantity of 2, known quantity of 6, and a maximum quantity of 8. Plus options for base year and two program years. Destinations to be furnished. Delivery schedule 200 days after contract award. Offerors must be approved and qualified. This proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one, or a limited number of sources. Suggest that small business firms or others interested in subcontracting opportunties in connection with this procurement, make contact with the firm(s) listed. The Government does not possess sufficient documentation to acquire this item from other than the qualified source. RFP will be issued to Hughes Technical Service Company 1665 Hughes Way, Long Beach, CA 90810-0399. All responsible sources may submit a bid, proposal, or quotation which shall be considered by this agency. Request solicitation package from address above, ATTN: AMSMI-AC-MOD, FAX Number 205-876-9633. The most recent representative unit price and quantity relative to this acquisition is NSN 6650-01-350-2453, Awd Date 092895, Qty 10, Unit Price $53,718.19. The Government provides this price history without assuming the responsibility for any resulting conclusions or interpretations that may be made. The price history is provided for informational purposes only and should not be relied upon as a basis for offer/bid. Aduquate drawings, specifications or other technical data are not available for this procurement and will not be furnished. Potential offerors are encouraged to pursue qualification for future buys in accordance with MICOM Pamphlet 702-1 available through Internet. See Numbered Note(s): 22. CITE: (I-341 SN009555) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: AFFTC/PKAB, Directorate of Contracting, 5 S Wolfe Ave, Edwards AFB CA 93524-1185 SUBJECT: 66 -- ENCODERS AND DECODERS TO SUPPORT F-16 AIRCRAFT SOL F04700-97T1234 POC Tamia True, Contract Negotiator, (805) 277-3900 x2263 John Adair, Contracting Officer, (805) 277-3900 x2230. DESC: The Government intends to procure the following equipment from Merlin Engineering Work, Palo Alto, CA: Video encoder, rack mounted, P/N ME-981G, 2 each; dual 1553 interface card for the ME-981G, P/N 981-1553RAB/1553RAB, 2 each; video decoder, rack mounted, P/N ME-991, 2 each; and dual 1553 interface card for the ME-991, P/N 991-1553RAB/1553/RAB, 2 each. All equipment must be 100% compatible with the Merlin/Aydin Vector units already installed in the F-16 aircraft. The procedure to be used in awarding this contract is written quotation and the anticipated award date is 31 Dec 1996. Merlin Engineering was selected as the source of this equipment because of their ability to provide 100% compatible equipment. Note 22 applies. Telephone requests to be placed on the mailing list will not be honored. CITE: (I-341 SN009583) [Commerce Business Daily: Posted December 06, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Commander, U.S. Army Engineer Waterways Experiment Station, Corps of Engineers, 3909 Halls Ferry Road, Vicksburg, MS 39180 SUBJECT: 66--AUTOMATED PRESSURE CONTROL SYSTEM SOL DACW39-97-Q-0016 DUE 122396 POC Mallorie O. Irwin, Purchasing Agent, (601)634-4116 DESC: The USAE Waterways Experiment Station (WES) proposes to award a contract to Advanced Pressure Products, Ithaca, NY under authority 10 U.S.C.2304(c)(1)for the purchase of an automated pressure control system for a visco-elastic concrete properties laboratory. The system must be commercially available. The automated pressure control system must be capable of controlling and independently pressurizing or depressurizing 12 different experimental stations to different hydraulic pressures or pressure ramps for separate creep/relaxation conditions from two independent controllers. The system shall be capable of operating with either or both controllers under a Windows NT-based data acquisition and control program capable of running on pentium or pentium pro personal computers (PC). Each station must include a motorized, piston-driven pressure generator for precise control of pressure with 12-bit control over motor speed and pressurization rate, two automated on-off motorized high-pressure valves, and a high-pressure transducer. The controllers must provide computer-driven, multiple fail-safe mechanisms against overpressure with automatic fluid refilling and automatic priming for each pressure generator with full manual-override control. The controllers must be capable of interfacing with the PC through an RS-232 port. Data must be capable of being collected in a variety of user-selected formats for transfer to other computers. The maximum pressure for each generator is 5000 psi with a system resolution of +/- psi. The controller software must operate under Windows NT 4.0 and provide multiple-slope pressure ramps and long-term constant pressure meeting resolution specifications for constant-stress creep experimentation. Automatic pressurization functions must be capable of being modified while an experiment is underway. The software must also provide control for stress relaxation experimentation. The PCs shall be provided separately and are not included in this contract. Required delivery time is 12 weeks after receipt of notice of award. In the event no other sources are found, the U.S. Government intends to award a contract to Advanced Pressure Products. Solicitation documents are not available. Any inquiries should be received within 15 days from the date of publication of this notice. LINK http://www.wes.army.mil/contract.htm LINKDESC: EMAIL irwin@ex1.wes.army.mil EMAILDESC: CITE: (W-341 SN009745) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 68--Chemicals and Chemical Products OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 68--INSECTICIDE, D-TRANS ALLETHRIN-RESMETHRIN SOL SP0450-97-Q-N264 DUE 011797 POC Contact: for copies of RFP/IFB solicitations, phone or writ E Attn: DSCR-JDPC Richmond VA 23297-5312/sue croll/AC4 21/804-279-4352/ FAX: 804-279-3058. DESC: PR-NO: YPG96297000770 NSN 6840-01-067-2137, insecticide, d-trans allethrinremesthrin; EPA registration/labeling required; unit aerosol can contains 11 0Z net wt; IAW CID NR CID a-a 340A; delivery schedule 45 ARO days; unrestricted; ABVM applies - the final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitation. anticipated award date is February 1997. All responsible sources may submit offer which DGSC shall consider. CITE: (I-340 SN009415) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 68--Chemicals and Chemical Products OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 68--INSECTICIDE, COMBAT CLOROX CO. CAGE 93098 SOL SP0450-97-Q-N226 DUE 011797 POC Contact: for copies of RFP/IFB solicitations, phone or writ E DSCR Attn: DSCR-JDPC Richmond VA 23297-5312/sue crol L/AC421/804-279-4352/ FAX: 804-279-3058. DESC: PR-NO: YPG96312000835 NSN 6840-01-180-0167, insecticide, combat; clorox Co P/N 51910 superbail roach control/small; unit pkg contains 144 bait stations; EPA registration/labeling is required; specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government; delivery schedule is 30 days ARO; unrestricted; ABVM applies - the final contract award decision may be based upon a comibination of price, past performance and other evaluation factors as described in the solicitation. the solicitation will be made in writing. anticipated award date is February 1997. All responsible sources may submit offer which DGSC shall consider. CITE: (I-341 SN009438) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 68--Chemicals and Chemical Products OFFADD: DIRECTORATE OF CONTRACTING, ATTN: ATZL-GCC, 600 THOMAS AVENUE, BLDG 198, FT LEAVENWORTH KS 66027-1389 SUBJECT: 68--CALCIUM QICKLIME SOL DABT19-97-B-0003 DUE 020597 POC Contract Specialist LINDA FREDENDALL (913) 684-1625 (Site Code DABT19) DESC: Calcium Quicklime, pebble bulk, 1/2". This is a Requirements contract with no guaranteed minimum for the period 1 May 1997, or date of contract award, whichever is later, thru 30 April 1998. FOB destination, Fort Leavenworth, KS. This acquisition is nrestricted. The size standard for a small business concern is Not To Exceed 500 employees. This is a Firm Fixed Unit Price contract. The Standard Industrial Code for this acquisition is 6810. Invitation For Bids to be issued on or about 5 Jan 97. All requsts for the IFB should be in writing and reference DABT19-97-B-0003. Contractor shall indicate their Taxpayer Identification Number and if they are a women-owned, minority business concern, or a small or large business firm. There is a charge for solicitation documents. A certified check made payable to the "U.S. Treasury" in the amount of $20.00 shall accompany the CITE: (I-341 SN009647) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Commandant (G-ACS4/CM), U.S. Coast Guard Headquarters, 2100 Second Street SW., Washington, DC 20593-0001 SUBJECT: 70--PORTS AND WATERWAYS SAFETY SYSTEM SOL N/A DUE 121996 POC Point of Contact - Contracting Officer: Catherine Martindale (202) 267-2507 DESC: VTS TECHNICAL SYMPOSIUM ANNOUNCEMENT: All prospective VTS Technical Symposium Speakers. The U.S. Coast Guard is hereby announcing the intent to host a Vessel Traffic Services (VTS) Technical Symposium. The Symposium is in support of the Ports and Waterways Safety Systems (PAWSS), the goal of which will be to improve waterway safety, and to support the expressed needs of the ports users, local communities, and other stakeholders. Further information on PAWSS is detailed in the CBD announcement entitled "The Coast Guard Establishes A New Project Ports and Waterways Safety System." Companies having existing off- the-shelf open architecture VTS systems are invited to speak at the Symposium to be held in the Washington, DC area on 12 February 1997. The Symposium will be a presentation-based open forum to provide the government with an understanding of VTS system technologies available to meet near-term port and waterways safety requirements. The Symposium will serve as a market survey to determine commercial VTS system availability and may be followed by on-site visits to view the systems described during the Symposium. Briefings should be no more than 25 minutes in length. The following information should be presented: 1. Brief description of VTS system's functions; 2 Discussion of the system's use of Off the Shelf products; 3. Discussion of the system's open architecture; 4. Discussion of where system(s) is installed. Prospective speakers should respond with a letter expressing interest by 19 December 1996 to allow the Coast Guard to finalize the Symposium program agenda. We also encourage all other interested parties who wish to attend to notify the Coast Guard by 19 December 1996. Invited speakers will be notified by 10 January 1997. Should you have any questions about the symposium, call or fax them to Mr. Robert Perris at (202)-267-2220. Email RPerris@comdt.uscg.mil or Mr. Gene Lockhart at (202) 267-2813. Email ELockhart@comdt.uscg.mil. Fax number is (202) 267-4018. CITE: (I-341 SN009425) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Commandant (G-ACS4/CM), U.S. Coast Guard Headquarters, 2100 Second Street SW., Washington, DC 20593-0001 SUBJECT: 70--PORTS AND WATERWAYS SAFETY SYSTEM SOL N/A DUE 121996 POC Point of Contact - Contracting Officer: Catherine Martindale (202) 267-2507 DESC: THE COAST GUARD ESTABLISHES A NEW PROJECT 'PORTS AND WATERWAYS SAFETY SYSTEM". The United States Coast Guard announces a new project titled "Ports and Waterways Safety System (PAWSS. The Congressional FY97 Appropriation terminated the VTS 2000 project and directed the Coast Guard to begin an analysis of future VTS requirements with an emphasis on commercial off-the-shelf technology. PAWSS will improve waterway safety and support enhancement of waterways management and efficiency. The Coast Guard's focus has shifted from the acquisition of Vessel Traffic Systems (VTS) to the integration of the VTSs as one of a series of waterway safety and management tools. The Coast Guard will communicate project objectives and progress to the maximum extent practicable utilizing a PAWSS home page (http://www.dot.gov/dotinfo/uscg/hq/g-m/mov/.htm). which will be available in the middle of December. The Coast Guard intends to maximize the use of streamlined acquisition procedures in support of the PAWSS project. The following are the anticipated project milestones: December 1996 Commerce development of National Baseline Requirements (In discussions with port stakeholders determine minimum waterway safety and management requirements which will serve as the basis for developing the specification.); Technology Symposiums: (The symposiums will serve as a market survey to determine the availability of commercial off-the-shelf VTS open architecture systems.) USCG Sponsored Symposium-February 1997, Radio Technical Commission for Maritime Services (RTCM)-April 1997; July 1997 OCD/Pre-qualification; September 1997 Report to Congress; and 1st Quarter FY98 Solicitation Release: (subject to the availability of funding). Should you have any questions fax or email them to Mr. Mike Sollosi, Msollosi@comdt.uscg.mil or Ms. Catherine Martindale, Cmartindale@comdtuscg.mil. Fax number is 202-267-4018. CITE: (I-341 SN009426) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Arnold Engineering Development Center, ATTN: PKP, 100 Kindel Drive, Suite A332, Arnold AFB TN 37389-1332 SUBJECT: 70 -- TIME CODE READER CARD SOL F40650-Q-97-0014 DUE 012397 POC Sue Tate, Contract Specialist, (615) 454-7801 DESC: The subject procurement is for the delivery of 10 each time code reader cards. These cards are VME-based 6U for IRIG-B modulated carrier. KSI Model TAPEPRO-VME-D8-PR1-BINP2 or equal. Delivery shall be FOB Arnold Air Force Base TN and will be required 30 days after contract award. Any firm responding to this announcement should do so in writing and should indicate whether or not it is a small business and whether or ot it is a small disadvantaged business. CITE: (I-341 SN009590) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Rock Island Arsenal, ATTN: SIORI-CT, ROCK ISLAND, IL 61299-5000 SUBJECT: 70--EMONITORSE SOFTWARE UPGRADE FROM WINDOWS SINGLE USER TO MULTI-USER SOL DAAA08-97-Q-0090 DUE 121596 POC Purchasing Agent Ms. Judy McPhail (309) 782-8586 (Site Code DAAA08) DESC: Rock Island Arsenal intends to negotiate on an other than full and open competition basis with Entek IRD International, Suite 210, 3041 Woodcreek Drive, Downers Grove, Il 60515, for 1 ea Emonitor-SE for windows upgrade from Emonitor-SE for windows Sigle User to Multi-user LAN. Includes 2 Load/unload Stations and unlimited analysis stations. Vendors believing they can supply the above software at a competitive cost, shall submit a written response within 7 days of the publication date of this notice tht clearly shows the ability to meet the Government's needs to Rock Island Arsenal, ATTN: SIORI-CTA/Judy McPhail, Rock Island, Il 61299-5000. Responses must include at a minimum - brand, product number, complete specifications, customer support policy, purchase costs, pricing data, discounts, GSA contract number if any. Verbal communications will not be considered. All responses from responsible sources will be fully onsidered. Home Page Access: http://www.RIA.ARMY.MIL/ CITE: (I-341 SN009663) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Bureau of the Census, Procurement Office, Room 1541, FB#3, Washington, (Suitland, MD) DC 20233 SUBJECT: 70 -- REQUEST FOR INFORMATION ON UNIX BASED COMPUTER WORKSTATION REPAIR & MAINTENANCE SOL RFI-97-004-RT POC Frances Toole, (301) 457-1831 DESC: The Bureau of the Census is seeking information that may lead to a future acquisition for services to repair and maintain a wide range of UNIX based stand-alone and networked computer workstations and related peripheral equipment (laser printers, inkjet printers, disk arrays, tape drives etc) including but not limited to those manufactured by SUN, Silicon Graphics, Hewlett Packard, Digital Equipment, etc. This equipment is located at the Bureau of the Census headquarters, located at 4700 Silver Hill Road , Suitland, Maryland 20233 federal office buildings 3 and 4, Suitland House, Iverson Mall, Silver Hill Executive Plaza and Washington Plaza (located approximately 10 miles from headquarters). It is the desire of the Government to obtain information about firms having the capability to provide maintenance services all workstations and related equipment, under one prime contract. The contractor will be responsible for providing on-site all aspects of repair and maintenance including but not limited to: problem diagnosis and repair of computer workstations, peripheral hardware and printers on a best effort basis. The vendor is expected to apply sound professional judgement and recommended manufacturers procedures when diagnosing problems and to consult the designated contracting officers technical representative (COTR) when the estimated expenses to repair the item suggest that a complete replacement or other alternative might be more cost effective. All parts and supplies shall be provided by the contractor. All technicians shall possess certification attesting to completion of a structured or accredited computer maintenance training program and possess skill in using a variety of diagnostic software and electronic diagnostic and testing devices. A minimum of three years experience assembling, diagnosing, troubleshooting, installing, repairing and testing computer workstations and related peripherals is also required. All personnel shall be subject to all Bureau of the Census security regulations and procedures. The vendor shall utilize only United States citizens or individuals with legal work permit status to perform services under this contract. The vendor shall be located in the Washington, D.C. metropolitan area (50 mile radius). Interested vendors are requested to provide information regarding their ability to perform the above described services to Bureau of the Census, Procurement Branch, Attn: Mrs. Frances Toole, Room 1541-3, Washington, D.C. 20233. NO FORMAL SOLICITATION IS AVAILABLE. CITE: (I-341 SN009674) [Commerce Business Daily: Posted December 06, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Defense Information Systems Agency, NCRCO, 701 South Court House Road, Arlington, VA 22204-2199 SUBJECT: 70--PURCHASE OF PCXWARE/XWINDOWS 4.0 SUITE SOL DCA100-97-Q-0030 DUE 010797 POC Sharon Bogans, Contract Specialist, (703) 607-6899, or Mark Bogart, Contracting Officer, (703) 607-6920 DESC: The Defense Information Systems Agency intends to issue a competitive specific make and model request for quotation (RFQ) for PCXWare/XWindows 10 pack (14 each). This requirement is specific make and model because PCXWare is required in order for the GCCS-T clients to operate on NT platforms. Request for quotation will be issued o/a 26 December 1996. No verbal requests for this RFQ will be accepted. All requests must be in writing and must reference the RFQ number in this notice. Fax requests to Defense Information Systems Agency, Attn: Sharon Bogans/DN1, at (703) 607-4340/4341 or send requests to Defense Information Systems Agency, National Capital Region Contracting Office, Attn: Sharon Bogans, Code DN1, 701 South Court House Road, Arlington, VA 22204-2199. Specific Make and Model by authority of 10 U.S.C. 2304(c)(1). CITE: (W-341 SN009676) [Commerce Business Daily: Posted December 06, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: DISA-DITCO/DTS42, 2300 East Drive, Bldg 3600, Scott AFB, IL 62225-5406 SUBJECT: 70--SOFTWARE LICENSE RENEWAL/MAINTENANCE DUE 122096 POC Darlene Cutler, 618-256-9697 DESC: The Defense Information Technology Contracting Organization, Computer Technology Division, Procurement Branch (DITCO-DTS42), Scott AFB, IL, intends to issue a sole source purchase order to Allen Systems Groups, Inc., 750 11th Street South, Naples, FL 33940 for the acquisition of license renewal and upgrade maintnenance of JCL Prep software from a Group C-5870 single CPU to a Group J 5995-8670M Single CPU Amdahl, located at the Defense Megacenter Columbus. The period of performance for the software license order is 20 Dec 96 through 19 Dec 97. The statutory authority for other than full and open competition 40 U.S.C. 759 (g), as amended, specific make and model. Companies who can provide the above listed proprietary Allen Systems Group, Inc. software product must indicate their interest within 15 days of this advertisement. Oral communications are not acceptable. Facsimile number is (618) 256-9414. Estimated datae of award is 20 Dec 96. No quotations/proposals received in response to this notice since this synopsis cannot be considered a Request for Quotation/Proposals. All responsible sources will be considered for evaluating the determination to issue a sole source purchase order. SIC Code 7372. CITE: (W-341 SN009716) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 71--Furniture OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 71--COT, FOLDING, ALUMINUM FRAME NO. OF STITCHES PER INCH-8 TO 10, 1/32 IN. DIA SOL SP0451-97-R-0148 DUE 123196 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: Jeff West, DSCR-JBPC, 804-279-3929, contractin G officerlynn C. McCormick, 804-279-4230 DESC: PR-NO: ARG96262052001; cots, folding, aluminum NSN 7105-00-935-0422, 100% small business set-aside; technical data pkg is available from DSCR-VABA, FAX requests for data are accepted on 804-279-4946; telephonic requests accepted on 804-279-3356. DSCR intends to award an indefinite quantity contract with a base year and four, one-year options. estimate qtys per year: 110,000 to direct locations; 20,000 EA to Tracy, ca and 20,000 each to Mechanicsburg, PA; guaranteed quantity per year is 30,000 each; maximum qty is 150,000 EA. min delivery order qty is 1 each; max delivery order qty is 475 each or qty not to exceed $25,000 per order. All responsible sources may submit offer which DGSC shall consider. CITE: (I-341 SN009432) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 71--Furniture OFFADD: 42d Contracting Squadron/LGCS, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, AL 36112-6334 Attn:/Mary E. Peters SUBJECT: 71-FURNITURE/TOYS FOR CHILD DEVELOPMENT CENTER SOL F0160097Q1023 DUE 010397 POC Mary E. Peters tel: 334/953/3529/Gladys I. McBride, 334/953/3514 DESC: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented, with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation number is F0160097Q1023; award will be made using the simplified acquisition procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-42. This acquisition is unrestricted. The standard industrial classification is 2531 and the small business standard is $5M. This acquisition is for funiture/toys for the Child Development Center, Maxwell AFB AL. The solicitation line items are as follows: Line item 0001: Mat, rest; 4 section rest mat, 10 ounce vinyl laminated nylon fabric covering, size is 24" x 48" x 1". Qty: 200 each; Mfg: Community Playthings JM65, or equal. Line item 0002: Easel, hardwood; holds two 18" rolls of paper 9" in diameter; size is 46"H x 23"W x 29"D; Qty: 4 each; Mfg: Holbrook 03155(A), or equal. Line item 0003: Chair, rocking; solid form with vinyl covering; color is pastel green; size is child size; Qty: 5 each; Mfg: Children's Factory CF321-209P, or equal. Line item 0004: Toddler kitchen set; four units include: a three-shelf refrigerator, removable sink pan which features 2 simulated faucet and a storage cabinet below, toddler stove constructed of high grade birch with 4 simulated burners, knobs that swivel and a large storage space below, the dutch cabinet has roomy shelves, large counter and storage area below, shelf unit attaches to base; Qty: 4 each; Mfg: Childcraft G200964, or equal. Line item 0005: Double easel desk art side, features 2 full size easels with built in clips, 2 plastic trays for paint cups and brushes, and 5 storage compartments; desk side features work and study space for 2 plus additional overhead, 3 compartment storage shelf made of high quality birch veneer with wipe clean melamine desktop; size is 51 1/2" x 45 1/2" x 33 1/2", 170 lbs; Qty: 5 each; Mfg: Childcraft G200782, or equal. Iine item 0006: Dress up storage unit, made of sturdy birch using rabbet and dado construction, features 6 cubbies which hold the standard sized storage tray; has top and botton storage areas, 5 double hooks for hanging things, a 36" plexiglass mirror mounted to one end, rolls anywhere on nonmarring casters; size is 47 3/4" x 13" x 42"; Qty: 5 each; Mfg: Childcraft G332114, or equal. Line item 0007: One piece polyethylene seat riveted to frame steel legs, no back opening; color is sand; size is 13 1/2"; Qty: 34 each; Mfg: Childcraft G231860, or equal. Line item 0008: Bucket seat stacking chairs, one piece polyethylene seat riveted to frame steel legs, no opening in back; frame and legs are heavy gauge tubular steel with durable baked enamel finish, legs are nonmarring, self-adjusting glides; color is sand; size is 11 1/2"; Qty: 150 each; Mfg: Childcraft G231829, or equal. Line item 0009: High chair, adjustable to six positions for use as a high chair or youth chair; removable wrap around tray adjusts with one hand and features raised armrests groove; tilt away design for spills, padded seat removes for easy cleaning, footrest is adjustable, folds flat; Qty: 16 each; Mfg: Childcraft G333161, or equal. Line item 0010: Bucket set stacking chair, one piece seat polyethylene, riveted to frame, steel legs, no opening in back, legs are nonmarring, selfadjusting glides, color is sand; size is 9 1/2"; Qty: 56 each; Mfg: Childcraft G231787, or equal. Line item 0011: Wagon for six, 62" long, 29" wide; seats are 22" high, railing is 30" high, Four 20" diameter bicycle wheels; Qty: 2 each; Mfg: Community Playthings JB60, or equal. Line item 0012: Tricycle, two seater; Qty: 2 each; Mfg: Community Playthings JR2014, or equal. Line item 0013: Chair, "Me Do It", 6 1/2" short legs and wide bottoms accommodates the knee first then turn ritual typical of beginner sitters; birch plywood sides, seat and back of solid maple; Qty: 30 each; Mfg: Community Playthings JJ506, or equal. Line item 0014: Nursery gym, modular play system, wooden components, carpeted stairs and ramp; Qty: 3 each; Mfg: Community PlaythingsJG760, or equal. Line item 0015: Table, round, laminate tops, screw-in wooden legs; table tops are 1 1/8" thick, surfaced with longwearing pressure-laminated plastic, maple grain design, non-warping; color is maple grain design; size is 36" diameter, 14" high; Qty: 2 each; Mfg: Community Playthings JA8714, or equal. Line Item 0016: Table round, laminate tops, screw-in wooden legs; table tops are 1 1/8" thick, surfaced with longwearing pressure-laminated plastic, maple grain design, non-warping; color is maple grain design; size is 48" diameter, 14" high; Qty: 4 each; Mfg: Community Playthings JA8414, or equal. Delivery is to be made to Equipment Management Officer, 455 S. Kelly Street, Building 1154, Maxwell AFB AL 36112-6518. Delivery is desired between 7 and 11 April 1997. Inspection and acceptance is at Maxwell AFB AL. Offer shall specify FOB, Maxwell AFB AL. The provisions at FAR 52.212-1, Instruction of Offeror--Commercial Items (Oct 95) and FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Aug 96) apply to this acquisition. There is no addenda to those provisions. The provision at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Aug 96) applies to this acquisition. The following FAR clauses cited within that provision are also applicable: FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Affirmative Action for Handicapped Workers, FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. The provision at DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The following DFAR clause cited within that provision is also applicable: DFAR 252.225-7001, Buy American Act and Balance of Payments Program. The Defense Priorities and Allocations System (DPAS) is C9E. The vendor responding to this acquisition should provide this office with the following: a price quote on company letterhead for each requested item, stated unit price, extended price, FOB, prompt payment terms, correct remittance address, and completed copy of FAR 52.212-3 (Jun 96), Offeror Representations and Certifications--Commercial Items. A company not in possession of FAR 52.212-3 may contact this office, and a copy will be faxed to you. Offers must be in writing and accompanied by completed Representations and Certifications or they will be rejected. Facsimile offers will be accepted; oral offers will not be accepted. Award will be made in the aggregate to the offeror who submits the lowest priced, acceptable proposal. For information regarding this solicitation, contact Mary Peters, 42 CONS/LGCS, 50 LeMay Plaza South, Maxwell AFB AL 36112-6334; phone: 334-953-3529; fax: 334-953-6792. Offers are due by 3:00 PM CST, 3 January 1997. Offers received after that time will not be accepted. Please reference the solicitation number on your proposal. CITE: (I-341 SN009611) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 71--Furniture OFFADD: 42d Contracting Squadron/LGCS, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, AL 36112-6334 Attn:/Mary E. Peters SUBJECT: 71-FURNITURE/TOYS FOR CHILD DEVELOPMENT CENTER SOL F0160097Q1024 DUE 010397 POC Mary E. Peters tel: 334/953-3529/Gladys I. McBride, 334-953-3514 DESC: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Supbart 12.6, as supplemented, with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation number is F0160097Q1024; award will be made using the simplified acquisition procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-42. This acquisition is 100% set aside for small businesses. The standard industrial classification is 2531 and the small business standard is $5M. This acquisition is for furniture/toys for the Child Development Center, Maxwell AFB AL. The solicitation line items are as follows: Line item 0001: Shelf, storage; 2 levels, 5 cubicles; color is summer green; size is 30.5"H x 16"D x 46/5"W; Qty: 10 each; Mfg: Stevens T204, or equal. Line item 0002: Shelf, storage; 2 levels, 5 cubicles; color is light oak; size is 30.25"H x 16"D x 46.5"W; Qty: 10 each; Mfg: Stevens T204, or equal. Line item 0003: Shelf, storage; 2 levels, 5 cubicles; color is cherry; size is 22.75"H x 16"D x 46.5W. Qty: 16 each; Mfg: Stevens T202, or equal. Line item 0004: Shelf, storage; 2 levels, 5 cubicles; color is astro green; size is 22.75"H x 16"D x 46.5"W; Qty: 8 each; Mfg: Stevens T202, or equal. Line item 0005: Shelf, storage; 2 levels, 5 cubicles; color is royal blue; size is 22.75"H x 16"D x 46.5"W; Qty: 24 each; Mfg: Stevens T202, or equal. Line item 0006: Shelf, storage; 2 levels, 5 cubicles; color is sun yellow; size is 22.75"H x 16"D x 46.5"W; Qty: 16 each; Mfg: Stevens T202, or equal. Line item 0007: Shelf, storage; 2 levels, 5 cubicles; color is light oak; size is 22.75"H x 16"D x 46.5"W; Qty: 16 each; Mfg: Stevens T202, or equal. Line item 0008: Shelf, storage; 2 levels, 5 cubicles; color is sun yellow; size is 30.25"H x 16"D x 46.5"W; Qty: 10 each; Mfg: Stevens T204, or equal. Line item 0009: Range, simulated raised burners and cooking grill; color is pearl; size is 26"H x 16"D x 23"W; Qty: 5 each; Mfg: Stevens T140, or equal. Line item 0010: Sink/Dishwasher; integral sink, backsplash and cutting board; color is pearl; size is 26"H x 16"D x 23"W; Qty: 5 each; Mfg: Stevens T144, or equal. Line item 0011: Refrigerator, simulated ice and water dispenser; color is pearl; size is 33"H x 16"D x 23"W; Qty: 5 each; Mfg: Stevens T148, or equal. Line item 0012: Shelf, storage; 2 levels, 5 cubicles; color is royal blue; size is 30.25"H x 16"D x 46.5"W; Qty: 10 each; Mfg: Stevens T204, or equal. Line item 0013: Storage, tall, with lock; 5 adjustable storage compartments; color is light oak; size is 72"H x 24"D x 30"W; Qty: 4 each; Mfg: Stevens T264, or equal. Line item 0014: Bench, durable laminated surface; hardwood with rounded corners and smooth edges; color is yellow; size is 13.75"H x 16"D x 46.5"W; Qty: 4 each; Mfg: Stevens TM414, or equal. Line item 0015: Display, book; sturdy floor unit featuring four display levels; color is light oak; size is 30.5"H x 16"D x 46.5"W; Qty: 17 each; Mfg: Stevens T130, or equal. Line item 0016: Station, computer, double; designed for two systems setups or printer and computer station; color is light oak; size is 23"H x 30"D x 46.5"W; Qty: 5 each; Mfg: Stevens T322, or equal. Delivery is to be made to Equipment Management Officer, 455 S. Kelly Street, Building 1154, Maxwell AFB AL 36112-6518. Delivery is desired between 7 and 11 April 1997. Inspection and acceptance is at Maxwell AFB AL. Offer shall specify FOB, Maxwell AFB AL. The provisions at FAR 52.212-1, Instruction to Offeror--Commercial Items (Oct 95), and FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Aug 96) apply to this acquisition. There is no addenda to those provisions. The provision at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Aug 96) applies to this acquisition. The following FAR clauses cited within that provision are also applicable: FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Affirmative Action for Handicapped Workers, FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. The provision at DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Applicable to Defense Acquisitons of Commercial Items applies to this acquisition. The following DFAR clause cited within that provision is also applicable: DFAR 252.225-7001, Buy American Act and Balance of Payments Program. The Defense Priorities and Allocations Systems (DPAS)is C9E. The vendor requesting responding to this acquisition should provide this office with the following: a price quote on company letterhead for each requested item, stated unit price, extended price, FOB, prompt payment terms, correct remittance address, and a completed copy of FAR 52.212-3 (Jun 96) Offeror Representations and Certifications--Commercial Items. A company not in possession of FAR 52.212-3 may contact this office, and a copy will be faxed to you. Offers must be in writing and accompanied by completed representations and certifications, or they will be rejected. Facsimile offers will be accepted; oral offers will not be accepted. Award will be made in the aggregate to the offeror who submits the lowest priced, acceptable proposal. For information regarding this solicitation, contact Mary Peters, 42 CONS/LGCS, 50 LeMay Plaza South, Maxwell AFB AL 36112-6334; phone: 334/953/3529; fax: 334/953/6792. Offers are due by 3:00 PM CST, 3 January 1997. Offers received after that time will not be accepted. Please reference the solicitation number on your proposal. CITE: (I-341 SN009612) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 72--Household and Commercial Furnishing and Appliances OFFADD: 385 Millington Ave. Pensacola, FL 32508-5014 SUBJECT: 72 -- SHEETS AND TOWELS SOL N00204-97-Q-0608 DUE 121996 POC Ann Callender, Procurement Analyst, 904-452-9918. DESC: Correction to synopsis published on 11/29/96 to add the following weight specifications to the towel requirements: LI(5) WASHCLOTHS 1.17 pound or above; LI(6) BATHMATS 7 pound or above; LI(7)BATH TOWELS 10.5 pound or above; LI(8) HAND TOWELS 3.05 pound or above. The closing is extended to 12/19/96. Facsimile responses are acceptable FAX #(904)452-9627. CITE: (I-341 SN009708) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 73--Food Preparation and Serving Equipment OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd St. Louis, MO SUBJECT: 73 -- OPENER, CAN, HAND SOL DAAK01-97-Q-0047 DUE 012096 POC Roberta Curtis, Contract Specialist, (314) 263-2492 or Pamela Weinhoff, Contracting Officer, (314) 263-2121. DESC: Opener, Can, Hand, NSN: 7330-01-245-0201, Part Number 5-13-3971, Qty: 7901 each in accordance with Natick Drawing Package 5-13-3971 (4 drawings), F.O.B Destination with deliveries to New Cumberland, PA, Texarkana, TX, and Stockton, CA. This procurement is set aside for small businesses. Item was previously purchased from The Smith W.H. Hardware Co. CITE: (I-341 SN009607) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 76--Books, Maps and Other Publications OFFADD: U.S. Department of Commerce, National Technical Information Service, 5285 Port Royal Road, Rm 203A, Forbes Building, Springfield, VA 22161 SUBJECT: 76 -- ANSI STANDARDS AND SPECIFICATIONS POC Anita Tolliver, Contract Specialist, #703/487-4720 DESC: The National Technical Information Service (NTIS) intends to negotiate on a sole source basis under Simplified Acquisition Procedures with the American National Standards Institute (ANSI) for the following publications: ANSI/ISO 8632.1: 1992 (Fips Pub 128-2A); ANSI/ISO 8632: 1992/Amd.1: 1994 (Fips Pub 128-2A-A1); ANSI/ISO 8632: 1992 Amd.2: 1995 (Fips Pub 129-2A-A2); ANSI/ISO 8632.2: 1992 (Fips Pub 128-2B); ANSI/ISO 8632.3: 1992 (Fips Pub 128-2C); and ANSI/ISO 8632.4: 1992. All interested offerors may identify their interest in writing indicating their capability to fulfill this requirement which shall include pricing for each publication. Fax your response to #703/487-4006. Telephone requests will not be honored. This notice of intent is not a request for competitive proposals. However, all sources providing their capability statement with pricing within forty-five (45) days after the date of this publication in the Commerce Business Daily will be considered by the Government. See Numbered Note 22. CITE: (I-341 SN009614) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings, Tents and Flags OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET NW - Material Mgt Branch, WASHINGTON, DC 20534-0001 SUBJECT: 83--NYLON DUCK CLOTH, FAB-6900 SOL 1PI-B-1925-97 DUE 010697 POC Contract Specialist, THORNTON, LULA, 202/508-3947 DESC: The synopsis for solicitation is hereby modified to changed the response date to 01/06/97 at 1400 Hours local time and change the Period of Performance to Two Years. The option year is deleted. All CITE: (I-341 SN009656) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings, Tents and Flags OFFADD: ASC, Weapons, Air Base and Range PSO, Contracting Division (ASC/VXK), 314 Choctawhatchee Ave, Ste 103, Eglin AFB FL 32542-5717 SUBJECT: 83 -- TEXTILES, LEATHER, FURS, APPAREL AND SHOE FINDS, TENTS AND FLAGS SOL F08626-97-R-107 POC Contact Mr. Dennis Fields, Contracts Specialist, (904) 882-4685, ext 336 or Mr. Jeffrey D. Cox, Contracting Officer, (904) 882-4685, ext 316, FAX number 904-882-9381. DESC: The Aeronautical Systems Center, Weapons, Air Base and Range, Product Support Office, Contracting Division (ASC/VXK), in support of the Air Base System Division (ASC/VXO), intends to issue a solicitation for the purpose of providing the production of the Small Shelter System of the Bare Base's New Family of Portable Shelters. The Government contemplates the award of three contracts as a result of this commercial item Request For Proposal to the responsible offerors whose offer conforming to the solicitation will be most advantageous to the Government, price, performance and other factors considered. Two (2) of the contracts awarded will be awarded on the basis of unrestricted competition while the other shall be set-aside for Small Business if technically acceptable within the competitive range. Upon completion of Government testing a production down select decision shall be made to one of the three competing contractor's proposed system which provides the Best Value to the government. The following are specific performance characteristics of interest. a. Basic shelter system shall consist of the shelter and utilities interfaces integrated with a high efficiency, adequately sized, environment friendly HVAC and attendant air distribution, heat load and infiltration loss reduction measures. High overall shelter R-value is desirable to reduce HVAC loads and increase efficiency. b. The shelter system must optimize weight per shipping volume and packed volume, to erected volume ratio. Specifically, the shelter subsystem (cladding, support, connectors, utility interfaces, insulation, etc.) should weight no more than 1,275 lbs. The environmental control unit subsystem should weight no more than 690 lbs. c. The elapsed time from 463L pallet packed configuration to fully erected and functioning shelter system must be optimized. d. Shelter system shall require minimum maintenance at the organizational level and must be available 95% of the time or better. e. A minimum 20 year operational life is required with two erection/strike down cycles per year required. f. Shelter system shall be transportable by C-130, C-141 and larger aircraft using 463L cargo handling system (pallet). g. The shelter must be weather resistant and operational in temperature ranges from -25 degrees to +125 degrees Fahrenheit. Extreme cold weather heating measures will be provided by the government. h. Be able to withstand, and remain operational in sustained winds of 50 mph with gusts to 65 mph. i. Power requirements shall be optimized. j. Not allow more than 10 lbs/sq. ft. snow accumulation and be able to support that load. Responses to this synopsis must be received within (16) working days from date of this publication. No telephone requests. For Contracting information or firms having applicable interest, capability, and background should submit a request for a solicitation to ASC/VXK, Bldg 40, Attn: Mr. Dennis D. Fields, Sr., 314 W Choctawhatchee Ave. Ste 103, Eglin AFB FL 32542-5717. Questions regarding this solicitation should be directed to Mr. Dennis Fields, Contract Specialist, at (904) 882-4685, ext 336. Collect calls will not be accepted. Numbered Note 26. CITE: (I-341 SN009736) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 84--Clothing, Individual Equipment and Insignia--Potential Sources Sought OFFADD: U.S. ARMY SOLDIER SYSTEMS COMMAND, ACQUISITION DIRECTORATE, ATTN AMSSC-AD, NATICK MA 01760-5011 SUBJECT: 84--SECOND GENERATION, EXTENDED COLD WEATHER CLOTHING SYSTEM (2GECWCS) SOL W13G07-CBD7-0010 POC Contract Specialist ROBERT HOXIE (508) 233-4125 (Site Code DAAK60) DESC: US Army Soldier Systems Command intends to release a Draft Requirements Package for Second Generation, Extended Cold Weather Clothing System (2GECWCS), for industry review and comment. This package includes the Statement of Work, Proposed PerformanceSpecifications for Parka, Optional Parka Hood, Trousers,( Cold/Wet Weather, Camouflage) and Draft Performance Specifications for Cloth, Waterproof and Moisture Vapor Permeable (MIL-PRF- 44187). Firms desiring a copy of the Draft may submit their request inwriting via facsimile to (508) 233-5286 or by E-Mail to rhoxie@natick-emh2.army.mil. Firms may submit comments on this Draft Package to the above address up until 18 December 1996. THIS NOTICE IS NOT A REQUEST FOR PROPOSALS. NO SOLICITATION DOCUMENT EXISTS AT THIS TIME. CITE: (I-341 SN009648) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 88--Live Animals OFFADD: DIRECTORATE OF CONTRACTING, ATTN: STEAP-PR-C, BLDG 4118 SUSQUEHANNA BLVD, APG MD 21005-5001 SUBJECT: 88--RABBITS SOL DAAD05-96-B-0023 DUE 122796 POC Contract Specialist Robert E. Keen (410) 278-0876 (Site Code DAAD05) DESC: The U.S Army Garrison Aberdeen Proving Ground, Directorate of Contracting has a requirement to purchase annually an estimated 700 Rabbits, New Zealand White, SPF Elites of various sizes and sex on a requirements basis for a base period and two one-yer options. FOB Aberdeen Proving Ground, Maryland. All shipments shall be received within 10 days of individual delivery orders being placed. No telephone requests, only written or facsimile requests will be accepted. Fax number is 410 278 0898 or 0900. CITE: (I-341 SN009643) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 89--Subsistence (Food) OFFADD: DEPARTMENT OF THE ARMY, HEADQUARTERS FORT DIX, ATTN AFZT-DOC (BLDG 5418), FORT DIX NJ 08640-6150 SUBJECT: 89--NON-ALCOHOLIC BEVERAGES SOL DAKF29-97-B-0014 DUE 012397 POC Purchasing Agent Dave Dennison (609) 562-2093 (Site Code DAKF29) DESC: Contractor to supply Bag-in-a-Box beverage base liquid non-carbonated (post mixed) cola, diet cola, sprite and root beer as required together with Contractor furnished CO2 containers at Fort Dix NJ and McGuire Air Force, NJ during the period 1 May 197 thru 30 Apr 1998. An option year under the contract, if exercised shall be for the period 1 May 1998 thru 30 Apr 1999. This procurement is unrestricted. All responsible sources may submit a bid which will be considered. The bid opening date is approximat only. Request for solicitation must be fax or in writing, fax number 609-562- 6933. When requesting the solicitation please provide the following information: solicitation number, DUNS Number, CAGE Code, telphone number, fax number, point of contact, business size (small or large), disadvantage, women owned, and Federal Tax ID number. CITE: (I-341 SN009639) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 89--Subsistence (Food)--Potential Sources Sought OFFADD: Defense Personnel Support Center, 2800 S. 20th Street, Phila., PA 19145-5099 SUBJECT: 89 -- REQUEST FOR INFORMATION (RFI), PRIME VENDOR FOOD AND BEVERAGE SUPPORT-EUROPEAN REGION SOL SP0300-97-I-1797 POC Contact: Gordon F. Ferguson, Contracting Officer at (215) 737-7522 or Richard Faso, Project Manager at (215) 737-4211 or LTC Vernon Taylor, USA Chief of Overseas Prime Vendor at (215) 737-3331. DESC: This Request for Information (RFI) is not a formal Request for Proposal, and the Government will not pay for any information received under, or associated with this RFI. The Defense Personnel Support Center's Subsistence Prime Vendor Program is interested in your comments regarding a Prime Vendor for food and beverage support on behalf of the U.S. Armed Forces in the European Region. The Government intends to establish a Prime Vendor program throughout continental Europe, the United Kingdom, the Azores, Greenland, the Mediterranean Basin, and the Persian Gulf. These areas may be divided into independent "zones" or consolidated into a single "zone". Important elements of a European Prime Vendor Support Program include go to war requirements (surge) and support to U.S. Naval Ships. There is also the possibility of distributing fresh fruit and vegetables (FF&V) to military Commissary stores and troop feeding facilities. The FF&V would not be purchased by Prime Vendor. The current level of U.S. Military personnel in the European theater is approximately 100,000 and it is our best estimate at this time that the annual estimated dollar value for this program will be $100,000,000. Contracts will be firm fixed price, indefinite quantity. We anticipate a long-term arrangement. At this point we are considering the following operational scenarios: The Prime Vendor owning and managing the inventory consisting of U.S. products, providing direct delivery from their own distribution facility to the customer. In addition, the Prime Vendor will be responsible for establishing a European distribution facility. In another potential scenario, Government facilities would be made available, on a lease basis, as distribution centers, for use by Prime Vendor. Still another possible scenario is a U.S. based Prime Vendor providing products to a European based distribution facility for shipment to the customer. Aside from the above, the Government will entertain other methodologies, so you are encouraged to submit any that you have in mind. The Prime Vendor may ship supplies on privately contracted U.S. Flag ocean carriers or Government provided ocean carriers. Again, feel free to suggest other methods as well. Under any scenario, the Government will require delivery to the end-user (customer) within 48 to 72 hours after an order is placed. It is anticipated that a Subsistence Prime Vendor Interpreter (SPVI), Electronic Data Interchange (EDI) ordering system will be used. A Fill Rate of at least 98% will be requried. We are aware of the lack of detailed information contained herin; however, we appreciate your best estimates of the facilities (number of locations and size in square feet and cubic feet), as well as the overall cost required to perform the mission. If a Request for Proposals (RFP) results, Best Value Source Selection procedures will be the method of evaluation. DPSC will select the successful awardee(s) based on an intergrated assessment of a technical and a business proposal. In this acquisition, technical is more important than price. Proposals will be required to demonstrate a complete understanding of the requirement and provide a detailed plan of execution. Written comments, suggestions and ideas regarding the European Prime Vendor Acquisition Project, that contain propritary information, will be treated as confidential, and for Government use only. Please provide your responses by close of business January 7, 1997 to the following address: DPSC, 2800 South 20th Street, Philadelphia, PA 19145; Attn: DPSC-HFOE, Gordon F. Ferguson. CITE: (I-341 SN009713) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 91--Fuels, Lubricants, Oils, and Waxes OFFADD: Defense Fuel Supply Center, 8725 John J. Kingman Rd., Suite 4950, Ft. Belvoir, VA 22060-6222 SUBJECT: 91 -- COAL, BITUMINOUS SOL SP0600-97-R-0047 DUE 013197 POC Contact P. Fordham, Contract Specialist, (703) 767-8533/D. Frankel, Contracting Officer, (703) 767-8524 DESC: Bituminous coal delivery to Red River Army Depot, Texarkana, TX, estimated quantity 10,250 net tons; Milan Army Ammunition Plant, Milan, TN, estimated quantity 3,400 net tons; and Rock Island Arsenal, Rock Island, IL, estimated quantity 15,000 net tons, for a total estimated quantity of 28,650 net tons. Delivery period is 01 May 97 through 30 Apr 98. This solicitation is 100% set-aside for small business. Offers may be submitted via facsimile, (703) 767-8506. Hard copy must be received within ten days of closing date. All responsible sources may submit a proposal which shall be considered. CITE: (I-341 SN009730) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 91--Fuels, Lubricants, Oils, and Waxes OFFADD: Defense Fuel Supply Center, 8725 John J. Kingman Rd., Suite 4950, Ft. Belvoir, VA 22060-6222 SUBJECT: 91 -- COAL, BITUMINOUS SOL SP0600-97-R-0049 DUE 020397 POC Contact P. Fordham, Contract Specialist, (703) 767-8533/D. Frankel, Contracting Officer, (703) 767-8524 DESC: Bituminous coal delivery to U. S. Penitentiary, Marion, IL, estimated quantity 4,000 net tons. Delivery period is 01 May 97 through 30 Apr 98. This solicitation is unrestricted. Offers may be submitted via facsimile, (703) 767-8506. Hard copy must be received within ten days of closing date. All responsible sources may submit a proposal which shall be considered. CITE: (I-341 SN009731) [Commerce Business Daily: Posted December 05, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: USDA, APHIS, Field Servicing Office, Butler Square West, 5th Floor, 100 North 6th St., Minneapolis, MN 55403 SUBJECT: 99--DOSIMETRIC LABELS SOL 49-M-APHIS-97 DUE 122096 POC poc: Jeanne Lewis is the Contracting Officer and can be reached at 612/370-2109 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. The solicitation incorporates provisions and clauses in effect through FAR circulat 90-42. Industrial classification is 3844. The following FAR clauses apply to this acquisition: 52.212-1, Instructions to Offerors-Commercial; 52.212-3, Offeror Representations and Certifications-Commercial Items; 52-212-4, Contract Terms and Conditions-Commercial Items; 52-212-5 Contract Terms and Conditions-required to implement Statutes or Executive Orders-Commercial Items. The USDA, Animal and Plant Health Inspection Service (APHIS), International Services (IS) intends to acquire 120 boxes of Dosimetric Labels, Sterin 125GY indicators. Definite delivery contract. Delivery date is December 30, 1996. A fixed price contract. F.O.B. Destination to Brownsville, Texas. The entire label shall be no more than 7/8" x 3" self adhesive (pressure sensitive) label on face of label. Dosimetric Indicator: No larger than 3/8" x 16" rectangular box. Written on label, NOT IRRADICATED the "NOT" is integrated in the dosimetric indicator. After irradiation, the final indicator will have a written change after exposure to 12.5 Krad gamma radiation. Irradiation at 12.5 Krad causes the "NOT" to disappear completely the label then reads IRRADIATED. Bid samples - Bidders shall submit 25 labels for evaluation on or before the time set for the bid opening to the following address: USDA, APHIS, IS, Attn: Lupa Rocha, 54 East Fronton Street, Brownsville, TX 78520. Companies that do not submit bid samples on or before the bid opening date will be considered to be non-responsive and their bid will be rejected. Packing for domestic shipment shall be in a manner that will insure acceptance by common carriers and safe deliveries at destination. Packing Slip - Each shipment shall include a packing slip attached to the outside of one box and enclosed in a protective plastic pouch and one packing slip in one of the shipment boxes. The packing slip shall identify the contract number and quantity shipped. Packaging - The labels shall be bulk packaged in packages of 500 labels per container with 10 containers per case. Cartons and internal packages shall be capable of withstanding handling in transit overseas and storage. The bid shall be written and contain (1) the commodity, (2) quantity, (3) Unit of Issue, (4) Unit price; and (5) Total Price. All bids shall be signed. Faxed bids are acceptable to Area Code (612) 370-2106, hard copy of bid must be mailed to the Minneapolis, Minnesota address listed above. All responsible sources may submit a bid which will be considered. EMAIL jlewis@aphis.usda.gov EMAILDESC: CITE: (W-340 SN009390) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: Contracting Office, P O Box 1609, Oceanside, CA 92051-1609 SUBJECT: 99 -- PROVIDE ON-SITE SERVICE/MAINTENANCE FOR FITNESS EQUIPMENT SOL M00681-97-Q-0859 DUE 120696 POC Gloria Muchemore, Contracting Officer, 619-725-3233. DESC: The Government intends to procure the following under the simplified acquisition procedures. Furnish services, labor, material and travel required to provide on-site/per call maintenance coverage and parts on Government owned fitness equipment located in thirteen fitness centers throughout Marine Corps Base, Camp Pendleton, California. Preventive maintenance shall be conducted on an average of every other month for each piece of equipment. All maintenance shall be performed by a certified engineer authorized by specific manufacturer to provide maintenance on this type of equipment. Some of the brand names of this equipment are: Cybex Fitness, Icarian Fitness, Bodymasters Fitness, Paramount Fitness, Hammer Strength Corp, Lamb Bodybuilding Machines,Universal Fitness, Nautilus Fitness, Trackmaster Fitness, Lifemaster Fitness and Nordic Track Fitness. For the period of 01 January 1997 through 30 September 1997 with one year option. Request for quoptation will be available 19 December 1996. This is a small business small purchase set-aside. The anticipated award date is on or about 31 December 1996. All responsible sources may submit a quotation, if received in a timely manner, shall be considered by the agency. You may request a copy of the RFQ by fax 619-725-8445. CITE: (I-341 SN009566) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: USA CBDCOM, AMSCB-PC E4455, 5101 HOADLEY ROAD, ABERDEEN PROVING GROUND MD 21010-5423 SUBJECT: 99--BIOLOGICAL DETECTORS SOL DAAM01-97-R-0008 DUE 022897 POC Contract Specialist Clare F. Fogler (410) 671-4399 (Site Code DAAM01) DESC: The U.S. Army Chemical and Biological Defense Command (CBDCOM) intends to negotiate with the Environmental Technologies Group (ETG) in Baltimore, MD, on a non-competitive basis (per FAR 6.302-1) for a new firm-fixed-priced production contract to obtan 28 biological detectors (BDs) in FY97, with an option for an additional 30 BDs in FY98. This total amount of 58 BDs represents the entire quantity projected for the U.S. Army's needs. This proposed production contract is for highly specialized equipment hich has taken over nine years for ETG to develop and successfully test and incorporates state-of-the-art design concepts for immunoassays, micro- sensors, and micro-fluid transport. The primary use of the BD will be as a component of the Biological Integrated Detection System (BIDS). It will be used to identify a liquid sample of suspected biological material when triggered by other BIDS components. As the develper of the BD, ETG possesses unique experience and corporate knowledge. ETG is the only contractor that has the necessary hardware and software expertise required to produce and deliver BDs which meet the U.S. Army's requirements without substantial dupliction of cost and within the schedule constraints of the BIDS program. Opportunities for competitive subcontracting will be present in the areas of subassembly and reagent production. See Note 22. CITE: (I-341 SN009661) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: Supply Dept, Indian Head Division, Naval Surface Warfare Center 101 Strauss Ave, Indian Head MD 20640-5035 SUBJECT: 99 -- ADDITIONAL FUNDS FOR AN EXISTING TASK SOL N0017496M0459 DUE 122796 POC Carolyn Anderson, Purchasing Agent, 301-743-6545, DAWN TOLSON, Contracting Officer. DESC: This is for additional funds for an existing task with the sole source, AOT Maryland Inc. under purchase order N00174-96-M-0459. Direct all requests or questions to the attention of Carolyn Anderson, Code 1142C by fax on (301) 743-6632. CITE: (I-341 SN009740) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Commander, U. S. Army Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280 SUBJECT: A -- ELECTRO-OPTICAL/INFRARED (EO/IR) SYSTEMS POC Beth Patterson, Contract Specialist, AMSMI-AC-CFG, 205-876-4202, Bruce J. Metzger, Contracting Officer, AMSMI-AC-CFG, 205-876-4202. CNT DAAH01-97-D-A001 AMT $9,413,935.00 LINE N/A DTD 112796 TO DBA Systems, Inc., 1200 South Woody Burke Road Melbourne, FL 39202-0550 CITE: (I-341 SN009536) [Commerce Business Daily: Posted December 06, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: 82d Contracting Squadron, 136 K Avenue Ste 1, Sheppard AFB TX 76311-2739 SUBJECT: A--REPAIR WHERRY HOUSING, PHASE I POC Points of Contact: LGCC/Marcy Fragomeli, Contract Specialist, 817/676-5181; Contracting Officer, Colleen S Phipps, 817/676-5180. CNT F41612-97-C0002 AMT $1,729,103.00 LINE 0001-008 & Deductive DTD 120496 TO Bill Strong Enterprises Inc, PO Box 2489, Mission KS 66201 CITE: (W-341 SN009760) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: USAISC CONTRACTING OFFICE, ATTN ASQH-C, BUILDING 61801 ROOM 2430, FORT HUACHUCA AZ 85613-5000 SUBJECT: D--ADMINISTRATIVE TELEPHONE SERVICES FOR DMATS-ST. LOUIS, MO. POC Contracting Officer GARY SCIBONA (520) 533-0455 (Site Code DAEA32) CNT DAAB07-97-C-0001 AMT $473,791 DTD 110796 TO ETC INC, 2224 NORTHWEST 50TH ST, SUITE 275, OKLAHOMA CITY, OK 73112 CITE: (I-341 SN009659) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: CECOM ACQUISITION CENTER, ATTN: AMSEL-AC-CC-E-CD-B, BLDG 61801 RM 2408, FT HUACHUCA AZ 85613 SUBJECT: D--O&M OF ADMINISTRATIVE TELEPHONE SERVICES, FT. A.P. HILL, VA POC Contracting Officer GARY SCIBONA (520) 533-0455 (Site Code DAEA32) CNT DAAB07-97-C-0002 AMT $165,232 DTD 120596 TO CORDEV INC, SUITE 200, 105 N VIRGINIA AVENUE, FALLS CHURCH, VA 220464306 CITE: (I-341 SN009660) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: H--Quality Control, Testing and Inspection Services OFFADD: US Env. Protection Agency, CMD-RTP MD-33 (NCCM-CB), Research Triangle Park, NC 27711 SUBJECT: H -- CHEMICAL ANALYTICAL SERVICES FOR LOW CONCENTRATION ORGANICS 14 DAY TURNAROUND POC Chris Baker, Contract Specialist, (919) 541-2519/Hollis Powell, Contracting Officer, (919) 541-2519. CNT D500685R1/68D70004 AMT $3,780,000.00 LINE N/A DTD 112596 TO PDP Analytical Services, 1680 Lake Front Circle, Suite B, The Woodlands, TX 77380 CITE: (I-341 SN009577) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: 15th Contracting Squadron; 90 G Street; Hickam AFB, HI 96853-5230 SUBJECT: J -- J--OPERATION AND MAINTENANC OF COMMUNICATION-ELECTRONIC EQUIPMENT, OKINAWA, JAPAN POC Sharon K. Miyazawa, Contract Specialist, (808)449-6860 X603; Carol J. Allison, Contracting Officer, (808)449-6860 X103. CNT F64605 97 C0001 AMT $610,352.00 LINE 0001 THRU 0010 DTD 120596 TO GTE Hawaiian Telephone Company Incorporated 1177 Bishop St. Honolulu HI 96813-2808 CITE: (I-341 SN009568) [Commerce Business Daily: Posted December 06, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: USACML&MPCEN&FM, Directorate of Contracting, Attn: ATZN-DC, Transportation Road, Bldg. 241-C, Fort Mcclellan, AL 36205-5000 SUBJECT: J -- MAINTENANCE SERVICE AGREEMENT FOR THE CITATION LABORATORY INFORMATION SYSTEM (LIS) POC Sharon Bloodworth, Contract Specialist, Fort McClellan, AL (205)848-5126 CNT DABT02-97-P-0137 AMT $19,259.00 DTD 120696 TO Citation Computer Systems Incorporated, 424 South Woods Mill, Suite 200, St Louis MO 63017-0000 EMAIL bloodwos@mcclellan-emh1.army.mil EMAILDESC: CITE: (W-341 SN009622) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: VA Medical Center, Contract Office, 2215 Fuller Road, Ann Arbor, MI 48105 SUBJECT: J -- PREVENTIVE MAINTENANCE/REPAIR OF PHILIPS SCANNING ELECTRON MICROSCOPE POC Mary B. Jones, (313) 930-5588 CNT V506P-2890 AMT $26,700 LINE 1 DTD 100196 TO Philips Electronic Instruments Company, 85 McKee Drive, Mahwah, NJ 07430 CITE: (I-341 SN009700) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Commander, Military Sealift Command, Atlantic, Military Ocean Terminal, Bayonne, NJ 07002-5399 SUBJECT: J -- REGULAR OVERHAL POC Alex Kairis, Contract Specialist, 201-823-6681. CNT Contract No. N62381-97-C-0200 - - 06 Dec 96 - - Solicitation No. N62381-96-R-0227 - - USNS Saturn (T-AFS 10) AMT $3,117,055.00 LINE N/A DTD 120696 TO Norfolk Shipbldg. and Drydock, 750 W. Berkley Avenue, Norfolk, VA 23523 CITE: (I-341 SN009735) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: M--Operation of Government-Owned Facilities OFFADD: Department of the Army, Baltimore District, Corps of Engineers, 10 South Howard Street, Room 7000, P. O. Box 1715, Baltimore, MD 21201-1715 SUBJECT: M -- OPERATION AND MAINTENANCE, REPAIR AND PERFORMANCE EVALUATION SERVICES AT ENVIRONMENTAL RESTORATION PROJECT SITES CNT DACW31-96-D-0094 AMT $5,000,000.00 DTD 093096 TO Groundwater & Environmental Services, Inc., 1340 Campus Parkway, Wall, NJ 07719 CITE: (I-341 SN009749) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: M--Operation of Government-Owned Facilities OFFADD: Department of the Army, Baltimore District, Corps of Engineers, 10 South Howard Street, Room 7000, P. O. Box 1715, Baltimore, MD 21201-1715 SUBJECT: M -- OPERATION AND MAINTENANCE, REPAIR AND PERFORMANCE EVALUATION SERVICES AT ENVIRONMENTAL RESTORATION PROJECT SITES CNT DACW31-96-D-0089 AMT $5,000,000.00 DTD 093096 TO Engineering Technologies Associates, 3458 Ellicott Center Drive, Ellicott City, MD 21043 CITE: (I-341 SN009750) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: GSA, PBS, Property Development (WPCA),Procurement Br, Room 2634,7th & D Stre ets, SW,Washington,DC 20407 SUBJECT: R-CM INDEFINITE QUANTITY POC Contact,Ronald Noll,202/708-4900,Contracting Officer,David E. Wardrop,202/7 08-4900 CNT GS-11P-96-AQD-0005 AMT $25000 DTD 120596 TO McDevitt Street Bovis, In,7475 Wisconsin Avenue,Bethesda,MD 20814 CITE: (I-340 SN009403) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: US ARMY ENGINEERING & SUPPORT CENTER, ATTN: CEHNC-CT-P, 4820 UNIVERSITY SQUARE, HUNTSVILLE AL 35816-1822 SUBJECT: R--ENGINEERING MANAGEMENT SUPPORT FOR A RUSSIAN CHEMICAL WEAPONS DESTRUCTION FACILITY POC Contract Specialist Emily Durham (205) 895-1554 (Site Code DACA87) CNT DACA87-97-D-0008 AMT $0 DTD 120396 TO THE RALPH M PARSONS COMPANY OF DELAWARE, 100 WEST WALNUT STREET, PASADENA, CA 91124 CITE: (I-341 SN009665) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: DIRECTORATE OF CONTRACTING, CONTRACTING DIV. BLDG 116, FORT RUCKER AL 36362-5030 SUBJECT: S--CUSTODIAL SERVICES, FORT RUCKER, AL, 1 JANUARY 1997 THROUGH 30 SEPTEMBER 1997 WITH TWO OPTION YEARS POC Contracting Officer SYLVIA J. MOODY (334) 255-1067 (Site Code DABT01) CNT DABT01-97-D-0002 AMT $468,406 LINE 0001 THRU 0008 DTD 112796 TO H&R SERVICES INC, 2227 DRAKE AVENUE, SUITE 9, HUNTSVILLE, AL 25805 CITE: (I-341 SN009629) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: USDA Forest Service, P.O. Box 25127, Lakewood, CO 80225 SUBJECT: S--CASS WATER/WASTEWATER SERVICES POC Contact Marilyn Whalon, 303/275-5260, Contracting Officer, Sharon K. Miner CNT 53-82X9-7-015SM AMT S35,810.81 LINE 1.1 BASE YEAR DTD 112796 TO Benny Huggins, P.O. Box 327, Dover, AR 72837 CITE: (I-341 SN009692) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421 Jefferson Davis Hwy, Arlington, Va 22243-5120 SUBJECT: T -- TECHNICAL MANUAL UPDATES POC Contact, Sherry Bonaiuto, Phone (703)604-2000 CNT N00019-95-G-0134 / 0003 (Synopsis no. 30184-96) AMT $66,846 LINE N/A DTD 120696 TO Chrysler Technologies Airborne Systems, Inc., 7500 Maehr Road, Waco, Texas 76715 CITE: (I-341 SN009592) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: US Army Engr Dist New Orleans, PO Box 60267, New Orleans La 70160 SUBJECT: Y -- JEAN LAFITTE NATIONAL HISTORICAL PARK AND PRESERVE, LAKE SALVADORE SHORELINE RESTORATION PROJECT AT BAYOU SEGNETTE, JEFFERSON PARISH, LA CNT DACW29-97-C-0013 AMT $610,000.00 LINE Items 0001 and 0002 DTD 120496 TO Bertucci Contracting Corp.; P.O. Box 10582; Jefferson, LA 70181 CITE: (I-341 SN009522) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: U. S. ARMY CORPS OF ENGINEERS, OMAHA DISTRICT, 215 NORTH 17th STREET OMAHA, NE 68102-4978 SUBJECT: Y -- HOUSING REVITALIZATION OF GENERAL FLAG OFFICERS QUARTERS (GFOQ) AT FORT CARSON, COLORADO POC Contracting Division at: (402) 221-4266. CNT DACA45-97-C-0010, IFB NO. DACA45-96-B-0080 AMT $362,000.00 LINE N/A DTD 120496 TO Selco, Inc., 225 Stevens Ave. Suite 206, Solana Beach, California 92075 CITE: (I-341 SN009582) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: US ARMY ENGINEER DISTR, ALBUQ, CORPS OF ENGINEERS, 4101 JEFFERSON PLAZA NE, ALBUQUERQUE NM 87109-3435 SUBJECT: Y--BLUFF IV FLOOD CONTROL, EL PASO COUNTY, EL PASO, TEXAS POC Contract Specialist Tina L. Sishc (505) 342-3457 (Site Code DACA47) CNT DACW47-97-C-0004 DACW47-96-B-0025 AMT $8,039,584 DTD 120596 TO MOORE & COWART CONTRACTORS, 3100 PRINCETON DRIVE NE, ALBUQUERQUE, NM 87107 CITE: (I-341 SN009636) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: US ARMY, CORPS OF ENGINEERS, SEATTLE DISTRICT, PO BOX 3755, SEATTLE WA 98124-3755 SUBJECT: Y--726 AIR CONTROL SQUADRON OPNS COMPLEX (PHASE 2) MTN. HOME AFB, ID POC Contracting Officer Cheryl A. Anderson (206) 764-6575 (Site Code DACA67) CNT DACA67-97-C-0008 AMT $3,425,000 DTD 120396 TO SUNDANCE CONSTRUCTION MANAGEMENT INC, 5421 KENDALL STREET, BOISE, ID 83706 CITE: (I-341 SN009669) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: USDI, Bureau of Reclamation, Attention: UC-453, 125 South State Street, Room 6107, Salt Lake City, Utah, 84138-1102. SUBJECT: Y--BYPASS PIPE EXTENSION - RIDGWAY DAM POC Contact C. T. Walsh, (801) 524-3760, Contract Specialist, or Mike C. Ward, (801) 524-3761, Contracting Officer CNT 1425-97-CC-40-20460 AMT $268,330 DTD 120696 TO Nordic Industries, Inc., 1437 Furneaux Road, Marysville CA 95901 CITE: (I-341 SN009675) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 47th Contracting Squadron, 171 Alabama Avenue, Laughlin AFB TX 78843-5102 SUBJECT: Z-INSTALL GEODESIC DOMES POC Contact Juanita Vasquez, 210-298-5115/Contracting Officer CNT F41685-97-C0002 AMT $165,000.00 DTD 112196 TO Art Cuevas Contruction, 433 Kitty Hawk Drive, Universal City TX 78148 CITE: (I-340 SN009406) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: OIC, NAVFAC Contracts, Building 11, Naval Air Station, South Weymouth, MA SUBJECT: Z -- ALTERATIONS AND REPAIRS TO VARIOUS FACILITIES AT THE NAVAL AIR STATION, SOUTH WEYMOUTH, MA POC Mr. Scott Nirk, Contracting Officer, 617-682-2666. CNT N62472-96-D-1798 AMT $15,000.00 LINE N/A DTD 120396 TO Bay State Contracting Company Inc. 38 Washington Street, P. O. Box 345 N. Pembroke, MA 02358 CITE: (I-341 SN009575) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Windsor FSO, 6 Griffin Rd N, Windsor, CT 06006-300 SUBJECT: Z -- BUILDING RENOVATIONS, MAIN POST OFFICE, LEWISTON, MAINE POC Carmine Antonellis, Project Manager (617) 654-5944 CNT 082530-97-B-0052 AMT $399,000 LINE 082530 DTD 120696 TO Zachau Construction Inc, PO Box 700, New Gloucester, ME 04260-0700 CITE: (I-341 SN009591) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: DEPARTMENT OF THE ARMY, HEADQUARTERS FORT DIX, ATTN AFZT-DOC (BLDG 5418), FORT DIX NJ 08640-6150 SUBJECT: Z--12 STATE JOB ORDER CONTRACT POC Contract Administrator ROSA ORTIZ (609) 562-2691 (Site Code DAKF29) CNT DAKF29-97-D-0015 AMT $306,000 DTD 120596 TO VOLMAR CONSTRUCTION INC, 4400 SECOND AVENUE, BROOKLYN, NY 11232 CITE: (I-341 SN009640) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: US ARMY ENGR DIST, HONOLULU, CORPS OF ENGINEERS, BLDG. 200, ATTN: CEPOD-CT-C, FORT SHAFTER HI 96858-5440 SUBJECT: Z--FY96 OMAF PKG F-2, MAINTAIN/REPAIR PAX TERMINAL, BUILDING 2028, HICKAM AIR FORCE BASE, OAHU, HAWAII POC Jennifer Ko, Contract Specialist, (808) 438-8580, Kurtis T. Kikkawa, (808) 438-5864 (Site Code XXCA83) CNT DACA83-97-C-0008 /DACA83-96-B-0028 AMT $2,327,206 DTD 120496 TO KATO CORPORATION, E 55 LINCOLN ROAD STE 102, SPOKANE, WA 99208 CITE: (I-341 SN009642) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 10--Weapons OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 10--PIN ASSEMBLY, FIRING. SOL SP0750-96-X-5527 CNT SP0750-97-M-6206 AMT $39,895.00 LINE 0001 DTD 120696 TO Ame Intl Inc 125 baywood Ave P.O.Box 522378 longwood FL 32752 CITE: (I-341 SN009473) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 10--Weapons OFFADD: Commander, U.S. Army Missile Command, Redstone Arsenal, AL 35898-5280 SUBJECT: 10 -- AVENGER FIRE UNITS FOR FOREIGN MILITARY SALES (FMS) POC Connie Goodwin, Contract Specialist, AMSMI-AC-CAD,(205)876-2838, John R. Bailey, Contracting Officer, AMSMI-AC-CAD,(205)876-2682 (PCA). CNT DAAH01-97-C-0081 AMT $63,127,735.00 LINE N/A DTD 120296 TO Boeing Defense and Space Group, Missile and Space Division, 499 Boeing Blvd, P.O. Box 240002, Huntsville, AL 35829-6402. CITE: (I-341 SN009685) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 11--Nuclear Ordnance OFFADD: NASA Langley Research Center, Bid Distribution Office, MS 126, Hampton, Virginia 23681-0001 SUBJECT: 11 -- RELIANCE CONSOLIDATED MODELS (RECOM); DESIGN AND/OR FABRICATION OF AEROSPACE MODEL SYSTEMS AND DEVELOPMENTAL TEST HARDWARE POC Charlotte T. Hardy, Contract Specialist, 757-864-2526. CNT NAS1-97030 AMT $90,000,000.00 LINE N/A DTD 120296 TO Advanced Technologies, Inc. 875 Middle Ground Boulevard Newport News, VA 23606 CITE: (I-341 SN009569) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 11--Nuclear Ordnance OFFADD: NASA Langley Research Center, Bid Distribution Office, MS 126, Hampton, Virginia 23681-0001 SUBJECT: 11 -- RELIANCE CONSOLIDATED MODELS (RECOM); DESIGN AND/OR FABRICATION OF AEROSPACE MODEL SYSTEMS AND DEVELOPMENTAL TEST HARDWARE POC Charlotte T. Hardy, Contract Specialist, 757-864-2526. CNT NAS1-97031 AMT $90,000,000.00 LINE N/A DTD 120296 TO Dynamic Engineering, Inc. 703 Middle Ground Boulevard Newport News, VA 23606 CITE: (I-341 SN009570) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 11--Nuclear Ordnance OFFADD: NASA Langley Research Center, Bid Distribution Office, MS 126, Hampton, Virginia 23681-0001 SUBJECT: 11 -- RELIANCE CONSOLIDATED MODELS (RECOM); DESIGN AND/OR FABRICATION OF AEROSPACE MODEL SYSTEMS AND DEVELOPMENTAL TEST HARDWARE POC Charlotte T. Hardy, Contract Specialist, 757-864-2526. CNT NAS1-97032 AMT $90,000,000.00 LINE N/A DTD 120296 TO Micro Craft, Inc. 207 Big Springs Avenue Tullahoma, TN 37388 CITE: (I-341 SN009571) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 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--WEIGHT ASSEMBLY, BIFILAR. SOL SP0740-96-Q-GD12 CNT F09603-94-G-0016-UB84 AMT $93,836.48 LINE 0001 THROUGH 0002 DTD 120696 TO Sikorsky Aircraft Corp MS S420A 6900 Main St P.O.Box 9729 Stratford CT 06497-9129 CITE: (I-341 SN009479) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421 Jefferson Davis Hwy, Arlington, Va 22243-5120 SUBJECT: 16 -- RETROFIT KITS FOR THE AIRBORNE COMMAND POST (ABNCP) MODIFICATION POC Contact, Sherry Bonaiuto, Phone (703)604-2000 CNT N00019-94-C-0224 (Synopsis no. 30182-96) AMT $31,699,531 LINE N/A DTD 120696 TO Chrysler Technologies Airborne Systems, Inc., 7500 Maehr Road, Waco TX 76715 CITE: (I-341 SN009585) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421 Jefferson Davis Hwy, Arlington, Va 22243-5120 SUBJECT: 16 -- REVISE GFE TO CFE IN SUPPORT OF THE AIRBORNE COMMAND POST MOD POC Contact, Sherry Bonaiuto, Phone (703)604-2000 CNT N00019-94-C-0224 / P00012 (Synopsis no. 30183-96) AMT $654,918 LINE N/A DTD 110196 TO Chrysler Technologies Airborne Systems Inc., 7500 Maehr Road, Waco, Texas 76715 CITE: (I-341 SN009586) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 17--SCISSORS, OUTSIDE, PLATFORM. ON B4 AND SOL SP0750-96-Q-8646 CNT SP0750-97-M-6198 AMT $31,496.00 LINE 0001 THROUGH 0002 DTD 120696 TO Bestek Industries Inc 1343 SW 35TH St P.O.Box 37521 San Antonio TX 78237-0521 CITE: (I-341 SN009477) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 19--Ships, Small Craft, Pontoons, and Floating Docks OFFADD: Supervisor of Shipbuilding C&R,USN,Portsmouth,VA,P.O.Box 215,Portsmouth,VA,23705-0215 SUBJECT: 19 -- YRBM(L)-43, SSP 012-97, RAV CNT JOB ORDER 7035 AMT $165,750.00 LINE 0001, 0002, 0003 DTD 120596 TO Lyon Shipyard, Inc., P.O. Box 2180, Norfolk, VA 23501 CITE: (I-341 SN009505) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 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--BOOM, CRANE. SOL SP0750-96-Q-0461 CNT SP0750-97-M-0176 AMT $40,693.52 LINE 0001 DTD 120696 TO Kidde Industries Inc grove North America Div 1086 Wayne Ave Chambersburg PA 17201-2924 CITE: (I-341 SN009476) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: 28--PREPROD INTEGRA CNT DAAE0796DT0250002 AMT $266,515 DTD 120296 TO Cummins Engine Co Inc, M/C 50116 Columbus, IN47201 CITE: (I-340 SN009399) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: 28--V903 DIESEL ENG CNT DAAE0796DT0240001 AMT $51,406 DTD 120296 TO Cummins Engine Co Inc, 500 Jackson St Columbus, IN472023005 CITE: (I-340 SN009400) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 28--COVER, POPPET VALVE ROCKER ARM. ON A GMC SOL 96TLZ4-02-P-0700 CNT SP0750-97-M-2085 AMT $32,993.55 LINE 0001 THROUGH 0004 DTD 120696 TO General Motors Corp General Motors vehicle OPNS 2619 Product Dr Suite 130 Rochester MI 48309-3807 CITE: (I-341 SN009474) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 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--BRACKET, VIBRATION P SOL SP0500-96-Q-W667 CNT SP0500-97-C-F006 AMT $27,149.00 LINE 0001 DTD 120696 TO Alamo Aircraft and Supply Inc 2538 SW 36TH Street P O Box 37343 San Antonio TX 78237-0343 CITE: (I-341 SN009515) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 29-STARTER,ENGINE,AIR POC Contact Point, Richard S Fry, 02112.17, (717)790-2828, Fax, (717)790-2284, Twx, Not-avail CNT N0010497PDB72, Sol Nr N00104-97-Q-DA92, NIIN 01253 AMT $51,831 DTD 121596 TO Ingersoll-rand Co/proto-tool Co/ , White House ,TN 37188 - -0618 CITE: (I-341 SN009724) [Commerce Business Daily: Posted December 5, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: 30--HOUSING MECHANI CNT DAAE0797CT065 AMT $1,416,707 DTD 120396 TO Bemsco Inc, 1193 S 400 W Salt Lake City, UT841013058 CITE: (I-340 SN009398) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 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 CNT SP0770-97-C-4101 AMT $35,425.05 LINE 0003 THROUGH 0004 DTD 120696 TO Grumman St Augustine Corp sub of Grumman Aerospace Corp 5000 US 1 N P O drawer 3447 Saint Augustine FL 32085-3447 CITE: (I-341 SN009471) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 31--BEARING, BALL, AIRFRAME SOL SP0500-97-Q-4596 CNT SP0500-97-M-L731 AMT $29,145.00 LINE 0001 DTD 120696 TO Sargent Controls and Aerospace Kahr Bearing Div 5675 W Burlingame Rd P O Box 730 Cortaro AZ 85652-0730 CITE: (I-341 SN009464) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 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--BUSHING SOL SP0500-97-Q-9747 CNT SP0500-97-W-0896 AMT $37,737.00 LINE 0001 THROUGH 0002AB DTD 120696 TO Slabe Machine Products Co 4659 Hamann Pky Willoughby OH 44094-5631 CITE: (I-341 SN009511) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 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-3279 CNT SP0500-97-W-0892 AMT $41,910.00 LINE 0001 DTD 120696 TO Barden Corp the Precision Bearings Div 200 Park Ave Danbury CT 06810-7505 CITE: (I-341 SN009518) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 39--Materials Handling Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 39--DRUM, CLUTCH SOL SP0760-96-R-4190 CNT SP0760-97-C-4906 AMT $82,500.00 LINE 0001 THROUGH 0002 DTD 120696 TO Wisconsin centrifugal Inc 905 E St Paul Ave Waukesha WI 53188 CITE: (I-341 SN009480) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 47--TUBE ASSEMBLY, METAL (MANIFOLD ASSEMBLY, FORWARD SOL SP0740-96-Q-MA50 CNT SP0740-97-M-2655 AMT $37,466.00 LINE 0001 THROUGH 0002 DTD 120696 TO Senior Flexonics Inc Stainless Steel Products Div 2980 N San Fernando Blvd Burbank CA 91504 CITE: (I-341 SN009478) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: US Army Armament and Chemical Acquisition and Logistics Activity (ACALA) Attn: AMSTA-AC-PCC (HRA), Rock Island , IL 61299-7630 SUBJECT: 47 -- HOSE ASSY, NONMETALLIC POC Contract Specialist: Cindy Ahrens (309) 782-4947, PCO: Robert C. Tedell (309) 782-3811 CNT DAAE20-96C0170/P00001 AMT $36,950 LINE N/A DTD 112596 TO J.G.B. Enterprises, Inc., P. O. Box 209, 115 Metropolitan Dr., Liverpool, NY 13088-0209 CITE: (I-341 SN009683) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 48--VALVE ASSEMBLY SOL SP0770-96-Q-WC44 CNT SP0770-97-M-GA75 AMT $69,227.68 LINE 0001 THROUGH 0003 DTD 120696 TO Kidde Technologies Inc Walter Kidde Aerospace Div 4200 Airport Dr NW Wilson NC 27893-9643 CITE: (I-341 SN009472) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 48--VALVE, SOLENOID. 110 VOLTS AC, COPPER ALLOY BODY SOL SP0760-97-Q-0126 CNT SP0760-97-M-3871 AMT $36,904.68 LINE 0001 DTD 120696 TO R P M supply Corp 5071 Brand Rd Dublin OH 43017-9530 CITE: (I-341 SN009481) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 49--Maintenance and Repair Shop Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 49--LUBRICATING GUN, HAND. PER MIL-SPEC SOL SP0760-96-Q-Z382 CNT SP0760-97-M-6698 AMT $56,762.30 LINE 0001 THROUGH 0002 DTD 120696 TO Pressol Mfg Co 1015 W Morse Ave Schaumburg IL 60193-4503 CITE: (I-341 SN009475) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 49--Maintenance and Repair Shop Equipment OFFADD: US Army Armament and Chemical Acquisition and Logistics Activity (ACALA) Attn: AMSTA-AC-PCC (HRG), Rock Island , IL 61299-7630 SUBJECT: 49 -- TOWBAR, MOTOR VEHICLE POC Contract Specialist: Donna Webb (309) 782-6369, PCO: Kris Reed (309) 782-5086 CNT DAAE20-97C0040 AMT $864,280 LINE N/A DTD 111996 TO Hunter Manufacturing Co., 30525 Aurora Road, Solon, OH 44139-2795 CITE: (I-341 SN009579) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 52--Measuring Tools OFFADD: US Army Armament and Chemical Acquisition and Logistics Activity (ACALA) Attn: AMSTA-AC-PCC (WVG), Rock Island , IL 61299-7630 SUBJECT: 52 -- GAGE, BREECHBORE POC Contract Specialist: Sheri Gross (309) 782-4857, PCO: Brian W. Schmidt (309) 782-8490 CNT DAAE20-97P0183 AMT $60,000 LINE N/A DTD 120596 TO Spiral Tool Corporation, 37-37 57th St., P. O. Box 659, Woodside, NY 11377-2439 CITE: (I-341 SN009580) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 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--RIVET BLIND SOL SP0500-96-Q-EC42 CNT SP0500-97-M-K312 AMT $49,940.00 LINE 0001 DTD 120696 TO Peerless Aerospace Fasteners 141 Executive Blvd Farmingdale NY 11735-4710 CITE: (I-341 SN009465) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--SEAL, PLAIN ENCASED SOL SP0500-97-Q-SV12 CNT SP0500-97-W-0917 AMT $66,000.00 LINE 0001 DTD 120696 TO SAM winer motors Inc 3417 East Waterloo Road P O Box 6258 Akron OH 44212 CITE: (I-341 SN009507) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 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--SHIM SOL SP0500-96-Q-NL35 CNT SP0500-97-M-P246 AMT $31,897.60 LINE 0001 DTD 120696 TO Penn Detroit Diesel Allison R D 1 sipe Road York Haven PA 17370-9785 CITE: (I-341 SN009508) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 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--NUT, PLAIN, CASTELLATED, HEXAGON SOL SP0500-97-Q-4284 CNT SP0500-97-M-L997 AMT $28,800.00 LINE 0001 DTD 120696 TO CM manufacturing Inc 25020 Lakeland Blvd Euclid OH 44132-2628 CITE: (I-341 SN009509) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 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--NUT LANDING GEAR SOL SP0500-97-Q-4690 CNT N00383-96-G-006A-TZ07 AMT $31,251.46 LINE 0001 THROUGH 0004 DTD 120696 TO Lockheed Aeroparts Inc sub of Lockheed Corp 221 Industrial Park Rd Johnstown PA 15904-1961 CITE: (I-341 SN009513) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 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 ASSEMBLY, TURNL SOL SP0500-97-Q-3327 CNT SP0500-97-M-J386 AMT $41,800.00 LINE 0001 DTD 120696 TO Unirex Inc 9310 E 37TH Street Wichita KS 67226-2014 CITE: (I-341 SN009514) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 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, CLOSE TOLERANCE CNT SP0500-97-M-P588 AMT $63,720.00 LINE 0001 DTD 120696 TO Tek precision Co LTD 205 W industry CT P O Box 9020 Deer Park NY 11729-9020 CITE: (I-341 SN009516) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 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, DIMENSION: IN ACCORDANCE CNT SP0500-97-C-0030 AMT $233,998.27 LINE 0001 THROUGH 0018 DTD 120596 TO Rebecca lumber Co 3894 40TH Ave W bradenton FL 34205 CITE: (I-341 SN009506) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 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-8287 CNT SP0500-97-M-P492 AMT $68,533.75 LINE 0001 THROUGH 0004 DTD 120696 TO Buie Forest Products 30875 ih-10 W Boerne TX 78006 CITE: (I-341 SN009510) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 58--PANEL, CONTROL SOL SP0970-96-Q-4515 CNT SP0970-97-M-0208 AMT $34,988.90 LINE 0001 DTD 120696 TO Rockwell Intl Corp Collins Avionics and Communications Div 350 Collins Rd NE Cedar Rapids IA 52498 CITE: (I-341 SN009494) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 58--PANEL ASSEMBLY, FRONT SOL SPO970-97-Q-A021 CNT SP0970-97-M-1361 AMT $52,275.00 LINE 0001 THROUGH 0002 DTD 120696 TO Transicoil Inc components and controls 2560 general armistead Ave trooper PA 19403-5214 CITE: (I-341 SN009497) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 58--GENERATOR, RINGING, MACHINE SOL SP0970-96-Q-A284 CNT SP0970-97-M-1045 AMT $55,664.00 LINE 0001 THROUGH 0004 DTD 120696 TO Dynalec Corp 87 W Main St P.O.Box 188 Sodus NY 14551-1137 CITE: (I-341 SN009498) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 58-POWER SUPPLY POC Contact Point, Ronald J Brosso, 02152.11, (717)790-7312, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, Melanie A Pepperman, 02152, (717)790-3056 CNT N0010497PGA82, Sol Nr N00104-96-T-3656, NIIN 01229 AMT $39,978 DTD 121596 TO Lake Shore Inc , Iron Mountain ,MI 49801-5316 CITE: (I-341 SN009725) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 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-0079 CNT SP0900-97-M-0036 AMT $81,934.92 LINE 0001 THROUGH 0010 DTD 120696 TO Tti 6500 POE Ave Suite 400 Dayton Ohio 45414 CITE: (I-341 SN009491) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--ITEM NAME RESISTOR, FIXED, COMP SOL SP0900-97-Q-0082 CNT SP0900-97-M-0040 AMT $40,405.35 LINE 0001 THROUGH 0009 DTD 120696 TO Tti 6500 POE Ave Suite 400 Dayton Ohio 45414 CITE: (I-341 SN009492) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--ANTENNA SOL SP0970-96-Q-A260 CNT SP0970-97-M-1332 AMT $53,768.00 LINE 0001 THROUGH 0002 DTD 120696 TO Dorne and Margolin Inc 2950 veterans Memorial Hwy Bohemia NY 11716-1023 CITE: (I-341 SN009493) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 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--REGULATOR, VOLTAGE SOL SP0960-97-Q-A002 CNT SP0960-97-M-1231 AMT $33,315.03 LINE 0001 DTD 120696 TO St keltec Corp 84 Hill Ave Fort Walton Beach FL 32548 CITE: (I-341 SN009495) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--SWITCH, TOGGLE CNT SP0930-97-M-2008 AMT $99,993.20 LINE 0001AA THROUGH 0002 DTD 120696 TO Associated Aircraft Supply Co 5021 W Jefferson Blvd P O Box 210069 Dallas TX 75211-3804 CITE: (I-341 SN009496) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--RELAY, ELECTROMAGNETIC CNT SP0930-97-M-2062 AMT $88,750.00 LINE 0001AA THROUGH 0001A DTD 120696 TO Electronic specialty Corp relay Div 14511 NE 13TH Ave P.O.Box 3501 Vancouver WA 98668-3501 CITE: (I-341 SN009499) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 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, THERMAL CNT SP0905-97-M-0944 AMT $38,540.00 LINE 0001 DTD 120696 TO Alliedsignal Inc government electronic systems 15001 NE 36TH St P.O.Box 97001 Redmond WA 98073-9701 CITE: (I-341 SN009500) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--CIRCUIT CARD ASSEMBLY SOL SP0960-96-Q-A258 CNT F09603-95-G-0015-UBL5 AMT $53,885.70 LINE 0001 DTD 120696 TO Abex/NWL Aerospace A Div of Pneumo/Abex Corp 2220 Palmer Ave Kalamazoo MI 49001-4165 CITE: (I-341 SN009501) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--ELECTRONIC COMPONEN SOL SP0960-97-R-A009 CNT SP0960-97-M-1054 AMT $84,500.00 LINE 0001 THROUGH 0002 DTD 120696 TO Marvin Engineering Co Inc 260 W Beach Ave Inglewood CA 90302-2903 CITE: (I-341 SN009502) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 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--PHASE SHIFTER, ELECT CNT SP0905-97-M-0950 AMT $32,310.00 LINE 0001 THROUGH 7002 DTD 120696 TO Robinson laboratories Inc 1 Tanguay Ave Nashua NH 03063-1711 CITE: (I-341 SN009503) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280 SUBJECT: 59 -- CIRCUIT CARD ASSEMBLY POC Genna Wooten, Contract Specialist, AMSMI-AC-CDCD, 205 842-6217 Mary Baites, Contracting Officer, AMSMI-AC-CDCD, 205 876-3182. CNT DAAH01-97-P-0173 AMT $39,135.00 LINE N/A DTD 112796 TO Hughes-Mahwah Electro-Optics 1300 NacArthur Blvd Mahwah, NJ 07430-2502 CITE: (I-341 SN009547) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280 SUBJECT: 59 -- CIRCUIT CARD ASSEMBLIES POC Felix Marrero, Contract Specialist, AMSMI-AC-CDCD, 205 842-6218 Mary Baites, Contracting Officer, AMSMI-AC-CDCD, 205 876-3182. CNT DAAH01-97-P-0148 AMT $33,449.68 LINE N/A DTD 112096 TO Hughes-Mahwah Electro-Optics Center 1300 MacArthur Blvd Mahwah, NJ 07430 CITE: (I-341 SN009548) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 59-ELECTRONIC COMPONEN - AND OTHER REPLACEMENT PARTS POC Contact Point, Richard G Basila, 02131.15, (717)790-3598, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, Thomas E Trump, 021x, (717)790-2736 CNT N0010495G02025047, Sol Nr N00104-96-Q-JB21, NIIN 0 AMT $1,155,722 DTD 120496 TO Raytheon , Portsmouth ,RI 02871-1087 CITE: (I-341 SN009726) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 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, MOTOR SOL SP0430-96-Q-BL27 CNT SP0430-97-M-P402 AMT $98,490.00 LINE 0001 THROUGH 0002 DTD 120596 TO Crane Hydro Aire 3000 Winona Avenue P O Box 7722 Burbank CA 91510-7722 CITE: (I-341 SN009427) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 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, POWER, ELECTRICAL SOL SP0500-96-Q-UA78 CNT SP0500-97-M-P165 AMT $45,860.00 LINE 0001 DTD 120696 TO Murry Benjamin Electric Co 174 Vanderbilt Avenue Brooklin NY 11205 CITE: (I-341 SN009512) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 61--CABLE, TELEPHONE CNT SP0500-97-W-0880 AMT $30,304.00 LINE 0001 DTD 120696 TO OMNI Cable Corp 905 Airport Rd Suite C West Chester PA 19380 CITE: (I-341 SN009517) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 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--TEST KIT, ANTIFREEZE SOL SPO200-96-Q-5272 CNT SP0200-97-M-FA35 AMT $29,745.00 LINE 0001AA THROUGH 0001A DTD 120596 TO Environmental test systems, Inc P.O. Box 4659 219-295-6016 telephone elkhart, IN 46514-0659 CITE: (I-341 SN009451) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 68--Chemicals and Chemical Products OFFADD: DIRECTORATE OF CONTRACTING, USAFACFS, ATTN: ATZR-QB, P. O. BOX 3501, FORT SILL OK 73503-0501 SUBJECT: 68--DRY POWDERED ALUM POC Contracting Officer Sharel S. McAdoo (405) 442-3225 (Site Code W804A6) CNT DABT39-97-D-0004 AMT $74,520 DTD 120596 TO J T PRODUCTS INC, PO BOX 1932, KILGORE, TX 75663 CITE: (I-341 SN009638) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 81--Containers, Packaging and Packing Supplies OFFADD: Regional Contracting Department, Fleet & Industrial Supply Center, Box 300, Pearl Harbor, HI 96860-5300 SUBJECT: 81 -- GAS CYLINDER HANDLING BAGS POC Steven Takasaki, (808) 474-2397 Ext 241, Purchasing Agent, Robert S. Kay, Contracting Officer CNT N00604-97-M-A996 AMT $26,640 LINE 0001 DTD 112996 TO Summit Feet Inc., 1306 N.W. Hoyt St., Suite 405, Portland, OR 97209(S) CITE: (I-341 SN009539) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings, Tents and Flags OFFADD: Defense Personnel Support Center 2800 So. 20TH St. Philadelphia, PA. 19145-5099 SUBJECT: 83--FLAG IDENTIFICATION, BLACK & WHITE, SOL SP0100-96-Q-4394 CNT SP0100-97-M-EA80 AMT $35,787.96 LINE 0001AA DTD 120596 TO Valley Forge flag Co Inc 1700 Conrad weiser pky womelsdorf PA 19567-1211 CITE: (I-341 SN009447) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings, Tents and Flags OFFADD: Defense Personnel Support Center 2800 So. 20TH St. Philadelphia, PA. 19145-5099 SUBJECT: 83--FLAGS AND PENNANTS CNT SP0100-97-M-EA82 AMT $70,679.50 LINE 0001AA THROUGH 0002A DTD 120596 TO Valley Forge flag Co Inc 1700 Conrad weiser pky womelsdorf PA 19567-1211 CITE: (I-341 SN009448) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings, Tents and Flags OFFADD: Defense Personnel Support Center 2800 So. 20TH St. Philadelphia, PA. 19145-5099 SUBJECT: 83--FLAG, SIGNAL, VEHICLE DANGER, RED, COTTON SOL SP0100-96-Q-4303 CNT SP0100-97-M-EA81 AMT $41,966.20 LINE 0001AA THROUGH 0002A DTD 120596 TO Valley Forge flag Co Inc 1700 Conrad weiser pky womelsdorf PA 19567-1211 CITE: (I-341 SN009449) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings, Tents and Flags OFFADD: Defense Personnel Support Center 2800 So. 20TH St. Philadelphia, PA. 19145-5099 SUBJECT: 83--FLAG IDENTIFICATION, BLUE, SOL SP0100-96-Q-4393 CNT SP0100-97-M-EA76 AMT $35,122.50 LINE 0001AA DTD 120596 TO Quality Safety Products Inc 500 E Elk Ave P O Box 1029 Elizabethton TN 37643 CITE: (I-341 SN009450) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 96--Ores, Minerals and Their Primary Products OFFADD: Contracting Officer (90C), Department of Veterans Affairs Medical Center, 4500 South Lancaster Road, Dallas, TX 75216 SUBJECT: 96 -- ARTIFICIAL LIMBS POC Marilyn Clayburn, Contracting Officer, 214-302-7521 CNT V549P-4248 AMT N/A LINE Base Year DTD 112696 TO Currell Artificial Limb Co., 4115 N. Central Expressway, Dallas, TX 75204 CITE: (I-341 SN009545) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 96--Ores, Minerals and Their Primary Products OFFADD: Contracting Officer (90C), Department of Veterans Affairs Medical Center, 4500 South Lancaster Road, Dallas, TX 75216 SUBJECT: 96 -- ARTIFICIAL LIMBS POC Marilyn Clayburn, Contracting Officer, 214-302-7521 CNT V549P-4249 AMT N/A LINE Base Year DTD 112696 TO Prosthetic-Orthotic Associates of East Texas, 1122 E.Front St., Tyler, TX 75702 CITE: (I-341 SN009556) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 96--Ores, Minerals and Their Primary Products OFFADD: Contracting Officer (90C), Department of Veterans Affairs Medical Center, 4500 South Lancaster Road, Dallas, TX 75216 SUBJECT: 96 -- ARTIFICIAL LIMBS POC Marilyn Clayburn, Contracting Officer, 214-302-7521 CNT V549P-4246 AMT N/A LINE Base Year DTD 112696 TO Dallas Prosthetic and Orthtotic Center, 5415 Maple Ave., Suite 300, Dallas, TX 75235 CITE: (I-341 SN009557) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 96--Ores, Minerals and Their Primary Products OFFADD: Contracting Officer (90C), Department of Veterans Affairs Medical Center, 4500 South Lancaster Road, Dallas, TX 75216 SUBJECT: 96 -- ARTIFICIAL LIMBS POC Marilyn Clayburn, Contracting Officer, 214-302-7521 CNT V549P-4247 AMT N/A LINE Base Year DTD 112696 TO AO Prosthetics, 1401 W. Magnolia, Ft. Worth, TX 76104 CITE: (I-341 SN009558) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 96--Ores, Minerals and Their Primary Products OFFADD: Contracting Officer (90C), Department of Veterans Affairs Medical Center, 4500 South Lancaster Road, Dallas, TX 75216 SUBJECT: 96 -- ARTIFICIAL LIMBS POC Marilyn Clayburn, Contracting Officer, 214-302-7521 CNT V549P-4253 AMT N/A LINE Base Year DTD 112696 TO The University of Texas Southwestern Medical School, 5323 Harry Hines Blvd., Dallas, TX 75235-9013 CITE: (I-341 SN009559) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 96--Ores, Minerals and Their Primary Products OFFADD: Contracting Officer (90C), Department of Veterans Affairs Medical Center, 4500 South Lancaster Road, Dallas, TX 75216 SUBJECT: 96 -- ARTIFICIAL LIMBS POC Marilyn Clayburn, Contracting Officer, 214-302-7521 CNT V549P-4250 AMT N/A LINE Base Year DTD 112696 TO Prosthetic-Orthotic of North Texas, 376 W. Main, Suite G, Lewisville, TX 75057-3866 CITE: (I-341 SN009560) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 96--Ores, Minerals and Their Primary Products OFFADD: Contracting Officer (90C), Department of Veterans Affairs Medical Center, 4500 South Lancaster Road, Dallas, TX 75216 SUBJECT: 96 -- ARTIFICIAL LIMBS POC Marilyn Clayburn, Contracting Officer, 214-302-7521 CNT V549P-4252 AMT N/A LINE Base Year DTD 112696 TO J. E. Hanger Inc., 3949 St. Francis, Suite B, Dallas, TX 75228 CITE: (I-341 SN009561) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 96--Ores, Minerals and Their Primary Products OFFADD: Contracting Officer (90C), Department of Veterans Affairs Medical Center, 4500 South Lancaster Road, Dallas, TX 75216 SUBJECT: 96 -- ARTIFICIAL LIMBS POC Marilyn Clayburn, Contracting Officer, 214-302-7521 CNT V549P-4251 AMT N/A LINE Base Year DTD 112696 TO Rupley Artificial Limb Co., 3122 E. Lancaster Ave., Ft. Worth, TX 76103 CITE: (I-341 SN009563) [Commerce Business Daily: Posted December 06, 1996] [Printed Issue Date: December 10, 1996] PART: SPECIAL NOTICES SUBJECT: NAVY IT EXPO DESC: There will be a one day information technology expo held for navy personnel on December 17, 1996 from 10:00a.m. to 2:00p.m. For information on exhibiting please call (800) 878-2940 ext. 212. All technologies are of interest with an emphasis on portable and mobile computing. LINK www.clark.net/fbc LINKDESC: EMAIL expo@clark.net EMAILDESC: CITE: (W-341 SN009521) [Commerce Business Daily: Posted December 06, 1996] [Printed Issue Date: December 10, 1996] PART: SPECIAL NOTICES SUBJECT: ENVIRONMENTAL PROTECTION AGENCY IT EXPO DESC: A one day information technology expo will be held at the Environmental Protection Agency on January 15, 1997 from 10:00a.m. to 2:00p.m. Requested technologies include: Multimedia, telecommuting, Internet, CD-ROM, research and development tools, executive systems, portables, storage devices, scientific computing, presentation systems, software development, color printers, and networking. For information on exhibiting please call(800) 878-2940 ext. 212. LINK www.clark.net/fbc LINKDESC: EMAIL expo@clark.net EMAILDESC: CITE: (W-341 SN009526) [Commerce Business Daily: Posted December 06, 1996] [Printed Issue Date: December 10, 1996] PART: SPECIAL NOTICES SUBJECT: NASA HQ INFORMATION TECHNOLOGY EXPO DESC: There will be a one day information technology expo on- site in the NASA HQ Lobby on January 15, 1997 from 10:00a.m. to 2:00p.m. Requested technologies include: Project management, graphics, virtual reality, engineering, Apple systems, wireless LAN, video conferencing, client/ server systems. For information on exhibiting please call (800) 878-2940 ext. 225. LINK www.clark.net/fbc LINKDESC: EMAIL expo@clark.net EMAILDESC: CITE: (W-341 SN009527) [Commerce Business Daily: Posted December 06, 1996] [Printed Issue Date: December 10, 1996] PART: SPECIAL NOTICES SUBJECT: NATIONAL NAVAL MEDICAL CENTER/USUHS IT EXPO DESC: There will be a one day information technology expo on- site in the Main Street Corridor of the National Naval Medical Center on January 16, 1997 from 10:00a.m. to 2:00p.m. Requested technologies include: Medical information systems, medical imaging, document management, scanning technologies, scientific computing, UNIX, laboratory and clinical applications, modeling systems, scientific visualization, quantitative and statistical analysis, project management, ruggedized equipment, remote access, wireless communications, and presentation systems. For information on exhibiting please call (800) 878-2940 ext. 244. LINK www.clark.net/fbc LINKDESC: EMAIL expo@clark.net EMAILDESC: CITE: (W-341 SN009529) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: SPECIAL NOTICES SUBJECT: SDB/MBE/WOB OPPORTUNITY FAIR, MONDAY,DECEMBER 16,1996 DESC: Sverdrup, a national engineering and construction company, is pleased to sponsor (Contacts-to-Contracts) a SDB/MBE/WOB Business Opportunity Fair on Monday, December 16, 1996. Registration 12:30P-1:30P. Contract Information 1:30P-4:30P. Business Networking 4:30P-6:30P, at The Galt House Hotel, 140 North Fourth Street, Louisville, Kentucky. Learn about upcoming contract opportunities and how to do business with Sverdrup, the Corps of Engineers and the Small Business Administration. Reserve space by December 10, 1996 by calling 1-800-325-7910 extension 4614. LINKURL: http://www.mno.gov LINKDESC: EMAILADD: mcclodms@sverdrup.com EMAILDESC: CITE: (D-341 SN009670) [Commerce Business Daily: Posted December 6, 1996] [Printed Issue Date: December 10, 1996] PART: SPECIAL NOTICES SUBJECT: N/A -- CRADA WITH APPLIED RESEARCH AND TECHNOLOGY, INC. DBA CYBERSYSTEM TECHNOLOGIES, INC. FOR THE DEVELOPMENT OF "THE NIH INTRAMALL" DESC: The purpose of this announcement is to inform persons and organizations currently doing business with NIH or contemplating doing business with NIH that, NIH has entered into a Cooperative Research and Development Agreement (CRADA) with Applied Research & Technology, Inc. dba CyberSystem Technologies' Inc. for the "Development of an Electronic Procurement System for Commodity Identification, Product and Service Acquisition and Budget Tracking". This CRADA involves the development of technology to facilitate and enhance the NIH's procurement process and related work flow processes. The goal is to develop a world-class virtual catalog, acquisitions and electronic commerce system ("The NIH IntraMall") that will provide NIH scientists, administrators and acquisitions staff with a more efficient way of learning about and acquiring products and services used at NIH. The objective is to develop a seamless electronic system which allows users to identify and select appropriate vendors for the acquisition of needed equipment, supplies and services and will interface with existing NIH administrative systems involved in the acquisitions process. NIH will provide information on government procurement regulations, ordering and budget processes as well as expertise on commodity and service requirements. NIH will also provide technical expertise on interfacing with existing systems and access to a software system (AMBIS) which illustrates procurement compliance requirements, ordering procedures, budget tracking and user notification. The CRADA Collaborator Applied Research and Technology, Inc. ("AR&T"), will contribute a proprietary repository of current vendor product information as well as development of the software interface necessary to provide NIH users access to the IntraMall with the interface to AMBIS (or to be developed workflow process) to deliver vendor/product ordering data using a transaction or batch processing methodology. The new collaboratively developed technology creating the NIH IntraMall will serve as a prototype for broader commercial applications. Organizations desiring more information about the CRADA, or becoming involved as a vendor in the NIH IntraMall should contact Mr. Brian Stauffer, President, Applied Research and Technology dba CyberSystem Technologies, Inc. 798 Kenilworth Drive, Suite 203, Towson, Maryland 21204, Telephone: (410) 321-6572, FAX: (410) 321-6689, E Mail: bricyb@msn.com CITE: (I-341 SN009737)