COMMERCE BUSINESS DAILY <PURPOSE>A daily list of government procurement invitations, contract awards, and sales of surplus property <PUBDATE> <DAY>WEDNESDAY <DATE>December 4, 1996 <ISSNBR>Issue No. PSA-1733 <RHEVEN>Issue No. PSA-1733; Wednesday, December 4, 1996 <RHODD>Issue No. PSA-1733; Wednesday, December 4, 1996 <BUSNEWS> <TITLE>BUSINESS NEWS <SUBJECT>COMING IN JANUARY <INFO>The official <E T='03'>Commerce Business Daily</E> will be available on an Internet-based real-time system—and access will be free! CBD<E T='03'>Net</E>—an official, state-of-the-art system—will be accessible 24 hours a day and provide not just the current CBD listings, but also hot links to documentation relating to the listings, as well as e-mail links to agency contracting officials. (The familiar paper version will continue to be available in an enhanced format.) Watch this space for more information. </BUSNEWS> <PUBINFO>The <E T='02'>Commerce Business Daily</E> (USPS 966-360) is published daily, except Saturdays, Sundays, and holidays, for $324.00 a year (1st Class mailing) or $275.00 a year (2nd Class mailing) by the U.S. Government Printing Office, Washington, DC 20402. Second Class postage paid at Washington, DC and additional mailing offices. POSTMASTER: Send address changes to Superintendent of Documents, U.S. Government Printing Office, Washington, DC 20402-9373, with entire mailing label from last issue received. <CONTENTS> <TITLE>Content <ITEM> <TITLE>Procurement of Services and Supplies <PAGE> 1 to 14 <ITEM> <TITLE>Contract Awards <PAGE> 14 to 16 <ITEM> <TITLE>Special Notices <PAGE> 16 <SUBINFO> <TITLE>SUBSCRIPTION INFORMATION <PRICE>$324 a year (1st Class mailing) $275 a year (2nd Class mailing). <PRICE>6 Month Trial Subscription: $162 (1st Class), $137.50 (2nd Class). <PRICE>Foreign Rate: $343.75 a year - $171.90 six months, plus Air Mail rates. <PRICE>Two year subscription available at above yearly rates. <ORDER>To Order. <E T='01'>Send remittance with full mailing address to the Superintendent of Documents, Government Printing Office, Washington, DC 20402-9371, Tel. 202/512-1800 or fax 202/512-2233. Purchase order must be accompanied by payment. Make check payable to Superintendent of Documents. Visa or Master Card are acceptable. Allow approximately 6 weeks for delivery of first issue.</E> <PROBLEM>Service problems. <E T='01'>Call Superintendent of Documents. Government Printing Office, Washington, DC, Tel. 202/512-1806.</E> <EXPIRE>Expiration. Subscriptions expire one year from the date of the first issue. One expiration notice is about 90 days before expiration date. <CHANGE>Address Changes. <E T='01'>Send to Superintendent of Documents, Government Printing Office, Washington, DC 20402-9373, with entire mailing label from last issue received.</E> <RGNOTE> <TITLE>Reader's Guide <NOTE>The Reader's Guide is published, in every Monday edition of the Commerce Business Daily (CBD). The Reader's Guide includes the CBD's Numbered Notes, an index of the Classified Codes and other information. If the Monday edition of the CBD is not printed because of a holiday, the Reader's Guide will appear in the next day's issue.</RGNOTE> <CONTRACT> <TITLE>U.S. GOVERNMENT PROCUREMENTS <PURPOSE>The Commerce Business Daily publishes, for Federal agencies, synopsis of proposed contract actions that exceed $25,000 in value. <SERVICES> <TITLE>Services <CLASS> <TITLE>A Research and Development <MOD SEP='NONE'> <DATE>1126 <YEAR>96 <ZIP>20892 <CLASSCOD>A—Research and Development <OFFADD>Contracts Management Branch, NICHD, National Institutes of Health, Executive Building, Suite 7A07, 6100 Executive Blvd MSC 7510, Bethesda, Maryland 20892-7510 <SUBJECT>A—SUBCONTRACTING OPPORTUNITIES FOR STUDYING PERINATAL TRANSMISSION OF HIV-1 <SOLNBR>SOL N01-HD-3-3162A <RESPDATE>DUE 010397 <CONTACT>POC Contact Mrs. Carol Nesel, 301/738-8337 <DESC>Correction: This action originally published in the CBD is amended to delete all references to study #2 entitled: Herpes simplex virus (HSV) shedding and HIV plasma viral load in HIV-seropositive/HSV-seropositive women and HIV-seropositive/HSV-seronegative women. However, the National Institute of Child Health and Human Development (NICHD) continues to seek sources for subcontracting opportunities under an ongoing contract with Westat, Inc. Through this contract NICHD sponsors a network of clinical centers which participate in clinical trials of therapies to prevent mother to child transmission of HIV infection and to treat pediatric HIV disease. NICHD plans to further assess the critical factors responsible for perinatal transmission of HIV-1 by conducting the following study: (1) The influence of ovulatory phase on the detection of HIV-1 in the vaginocervical secretions from HIV seropositive women. It is the intent of NICHD and Westat to award additional subcontracts to qualified organizations to perform this research. Organizations interested in conducting this study should submit five copies of a statement of capabilities which must include the following: (a) evidence of an existing longitudinal co-hort of HIV-1 seropositive women (b) demonstrated ability to perform intensive substudies requiring weekly interviews and gynecologic examinations for eight weeks (c) demonstrated ability to collect, process, and ship cervicovaginal secretions according to current state of the art procedures, (d) a description of staff qualifications (include CVs of the proposed Principal Investigator (PI), description of HIV-related and non-HIV-related research experience (types and number of studies including drug trials, natural history studies, etc., total patient enrollment per study); and e) a description of the physical facilities where work is to be conducted. Capability statements (limited to 10 pages exclusive of CVs) should be submitted to Ms. Carol Nesel, Associate Director, Westat, Inc., 1650 Research Boulevard, Rockville, MD 20850. The deadline for submission is 2:00pm EST January 3, 1997. <RECD>(I-337 SN007645) </MOD> <Q P='16'><PRESOL><Q P='08'> <DATE>1202 <YEAR>96 <ZIP>35898-5275 <CLASSCOD>A—Research and Development <OFFADD>Commander, U.S. Army Missile Command, RDEC Procurement Office, Redstone Arsenal, AL 35898-5275 <SUBJECT>A—DOMESTIC ULTRA-HIGH MODULUS FIBER <SOLNBR>SOL DAAH01-97-R-R004 <RESPDATE>DUE 122096 <CONTACT>POC (RDPC) Brenda King, Contract Specialist, AMSMI-AC-CRBA, 205-876-8761, or Harold Smith, Contracting Officer, AMSMI-AC-CRBA, 205-876-1470. Synopsis No. R114-96. <DESC>The contractor shall provide the personnel, expertise, resources, facilities and materials necessary to develop a domestic source for high strength, ultra-high modulus polyacrylonitrile (PAN) carbon fibers. These fibers are essential structural components for filament mound structures; woven fabric for large aerodynamic structures and surfaces, stealth, and satellite applications. Sole source to Hexcel composites. See Numbered Note(s): 22. <RECD>(I-337 SN007667) </PRESOL> <Q P='16'><MOD><Q P='08'> <DATE>1202 <YEAR>96 <ZIP>32542-6810 <CLASSCOD>A—Research and Development <OFFADD>101 West Eglin Blvd, Ste 337, Eglin AFB FL 32542-6810 <SUBJECT>A—ADVANCED AIRBREATHING DUAL RANGE MISSILE (AADRM) PROGRAM <SOLNBR>SOL PRDA NO. MNK97-0002 <RESPDATE>DUE 011397 <CONTACT>POC Lt John A. Hillman, Contract Specialist, at (904) 882-4294, ext3423, or Lorna Tedder, Contracting Officer, at (904) 882-2872. <DESC>CORRECTION: Second Amendment to the Advanced Airbreathing Dual Range Missile (AADRM) Program PRDA No. MNK-97-0002. The date for receipt of proposals has been extended from 23 December 1996 to 13 January 1997. Contract award is still anticipated to be on 1 April 1997. An Industry Day will be held 16 December 1997 at Eglin AFB FL, beginning at 0800 in Bldg 13, Rm 160. All potential offerors and interested parties are invited to attend. The Industry Day will provide a forum to discuss the intent and scope of this PRDA, address questions and provide an opportunity to review some of the literature that will be provided as GFP to the awardee. By way of clarification, during Phase I up to two concepts will be selected and subject to sponsor approval for continuation on to Phase II. The objectives of Phase II are to design and manufacture the necessary hardware to allow sufficient aerodynamic characterization (Phase III) of the concept(s) which was (were) selected in Phase I as being the most promising. Therefore, it may or may not be necessary to build two independent and distinct models. Furthermore, in Phase III an extensive wind tunnel test covering a large parameter space is not envisioned, but should be sufficient to characterize performance and stability of the vehicle(s) for the flight conditions and attitudes of interest. Each proposal should identify the scope and approach the offeror intends to take to achieve the objectives of each phase. Address any technical questions to Capt Rhett Jefferies (jefferie@eglin.af.mil), (904) 882-8876 x3332. See also http://eglinpk.eglin.af.mil/. Address any contractual issues to LT John A. Hillman (hillmanj@eglin.af.mil) (904) 882-4294x3423. <RECD>(I-337 SN007681) </MOD> <Q P='16'><PRESOL><Q P='08'> <DATE>1202 <YEAR>96 <ZIP>20375-5326 <CLASSCOD>A—Research and Development <OFFADD>Naval Research Laboratory, 4555 Overlook Ave., SW, Washington, DC 20375-5326 <SUBJECT>A—LONG RANGE SCIENTIFIC PROJECTS <SOLNBR>SOL BAA 01-97 <RESPDATE>DUE 113097 <CONTACT>POC Mrs. Pat Schaefer, Code 3204.PS, FAX (202) 767-6197 or 767-5896, E- mail schaefer@contracts.nrl.navy.mil, and internet http://www.nrl.navy.mil/BAA/baa.html. <DESC>The Naval Research Laboratory is interested in receiving proposals for long-range projects which offer potential for advancement and improvement of naval operations. Research areas of interest and responsible NRL organizational codes include: (701) Signature Reduction Technology (Code 5050), (702) Nonlinear Microwave Dielectrics (Code 5317), (703) High Frequency Radar (Code 5324), (704) Radar Technology (Code 5346), (705) Artificial Intelligence Technologies (Code 5510), (706) Research in Military Communications (Code 5520), (707) Research in Software Engineering (Code 5546), (708), Advanced Information Technology (Code 5580), (709) Scalable, Massively Parallel Solutions to Scientific Problems (Code 5590), (710) Optical Sciences R&D (Code 56XX), (711) Low Loss, Near and Mid-IR Transmitting Fibers (Code 5603), (712) Laser Threat Countermeasure Technology (Code 5630), (713) Imaging Seeker Advanced Countermeasures (Code 5631), (714) Fiber Optics Technology (Code 5670), (715) Advanced Simulation for Electronics Warfare, (Code 5707), (716) ECM Deployment Technology (Code 5712.2), (717) Electronic Warfare Optical Processing Techniques and Demonstration Modules (Code 5721), (718) Navy Airborne Electronic Warfare (Code 5730), (719) Shipboard Electronic Warfare (Code 5740), (720) High Power Microwave Technology (Code 5740), (721) Innovative Anti-Ship Missile—Electronic Warfare Simulation Technology (Code 576X), (722) Research in Treatment and Reduction of Naval Hazardous Waste (Code 6100), (723), Materials and Process Development (Code 6120), (724) Innovative Applications of Magnetic Resonance (Code 6122), (725) Surface Chemistry Sciences (Code 6170), (726) Plasma Arc Remediation of Various Waste Materials (Code 6170), (727) Spectroscopic and Immunological Assay Development for Environmental Contaminants and Drugs of Abuse (Code 6170), (728) Chemical Vapor Processing (Code 6174), (729) Development of Micromachined Sensors for Physical Chemical and Biochemical Applications (Code 6177), (730) Simulations of Condensed Phase Chemistry (Code 6179), (731) Shipboard Damage Automation for Reduced Manning (Code 6180), (732) Combustion Dynamics—Suppression (Code 6185), (733) Superconducting Materials (Code 6303), (734) Materials Performance, Processing, and Modeling (Code 6303), (735) Thick Film Ferrite Magnetic Materials (Code 6342), (736) Non-Volatile High Density Memory (Code 6345), (737) Ceramic Materials (Code 6380), (738) Non-Destructive Evaluation (NDE) (Code 6380), (739) High Performance Computing on Massively Parallel Architectures (Code 6401), (740) Energetic Processes in Condensed Systems (Code 6600), (741) Radiation Effects in Semiconductor, Superconductor and Optoelectronics (Code 6610), (742) Directed Energy Warfare Susceptibility and Hardening (Code 6650), (743) Dynamics of Solids (Code 6680), (744) Condensed Matter Theory (Code 6690), (745) Plasma Physics Division (Code 6701), (746) Analog Signal Processors (Code 6813), (747) Silicon-Germanium Microelectronics Technology (Code 6813), (748) Photodetectors and Photodetector Arrays for Optical Processing (Code 6813), (749) Development of Improved Microelectronic Integrated Circuit Electronics (Code 6813), (750) Advanced IRFPA Technology for Navy Application (Code 6818), (751) RF Vacuum Electronics (Code 684X), (752) Microwave and Millimeter Wave Ferrite-Based Control Components (Code 6850), (753) Low Cost, High Temperature Structural Ceramics (Code 6884), (754) Research in Bio/Molecular Science and Engineering (Code 6902), (755) Shallow Water Full Spectrum Ambient Noise Acoustics and Signal Processing (Code 7120), (756) Physical/Structural/Acoustics (Code 7130), (757) Structural Acoustics (Code 7130), (758) Shallow Water Tomography (Code 7140), (759) Active Classification in Shallow Water Environments (Code 7144), (760) Environmental Impact on Active Acoustics Systems (Code 7144), (761) Ocean Acoustics (Code 7170), (762) Acoustic Simulation Tactics (Code 7180), (763) Upper Troposphere and Middle Atmosphere Research (Code 7200), (764) Remote Sensors and Imaging Systems (Code 7207), (765) Optical Interferometry (Code 7210), (766) Optical Remote Sensing of the Coastal Regime (Code 7210), (767) Passive Microwave Remote Sensing (Code 7223), (768) Tropospheric and Air-Sea Interaction Modeling Research (Code 7225), (769) Coastal and Marine Aerosol Modeling Research (Code 7228), (770) Remote Sensing (Code 7240), (771) Passive Remote Sensing (Code 7240), (772) Remote Sensing of the Littoral Zone (Code 7254), (773) Oceanographic Remote Sensing (Code 7261), (774) Ocean Dynamics and Prediction (Code 7322), (775) Tactical Oceanography Warfare (Code 7406), (776) Airborne and Shipboard Data Acquisition and Analysis (Code 7420), (777) Seafloor Sciences (Code 7430), (778) Mapping, Charting, and Geodesy (Code 7440), (779) Atmospheric Effects, Analysis, and Prediction (Code 7530), (780) Research into Space—Its Imaging and Modeling (Code 7605), (781) Space Electronics (Code 8110), (782) Innovative Spaceborne Payload Technology (Code 8120), (783) Innovative Space Systems Algorithms, Data Handling and Processing (Code 8120), (784) Passive Location Systems Technology (Code 8120), (785) Global Positioning System (GPS) Applications (Code 8120). This BAA covers topics of interest to NRL at its Washington, Stennis, and Monterey sites. Award decisions will be based on competitive selection of proposals resulting from a peer and/or scientific review. Evaluations will be conducted using the following evaluation criteria: (1) Degree to which new and creative solutions to technical issues important to NRL programs are proposed. (2) Feasibility and the offeror's understanding of the approach and technical objectives. (3) The offeror's ability to implement the proposed approach as demonstrated by specific accomplishments in the technical field to be studied, by availability of qualified personnel, and by appropriate facilities. (4) The degree to which technical data and/or computer software developed under the proposed contract are to be delivered to the NRL with unrestricted rights. (5) The availability of funds, proposed cost and cost realism. The primary criteria for selecting proposals are (1) above and fund availability within criterion (5) above. Proposals involving cooperative research arrangements are welcome. Academic institutions, small disadvantaged businesses, historically black colleges and universities, minority institutions and woman owned businesses are especially encouraged to participate. It is suggested that institutions having an Office of Sponsored Research use the office as point of contact in writing requests. Requests for a printed copy of booklet BAA 01-97 MUST BE IN WRITING and transmitted by FAX, mailed to the address above, or sent by E-Mail to hunt@contracts.nrl.navy.mil (an E-Mail file of the full BAA will be returned quickly). (ONE copy of the whole hundred-page booklet will be provided. Questions should include the requester's name, E-Mail address if available, mailing address, and phone number. However, downloading in whole or in part from the World Wide Web (WWW) is strongly encouraged and will save several weeks processing/mailing time. The substantive content of the booklet as contained in E-Mail responses and the WWW is identical to the printed version. (The publication is no longer available by electronic bulletin board.) Mailing of the BAA publication will commence about 20 December. The detailed publication issue date is 2 December 1996, and IT IS EXPECTED THAT THE NEW BAA WILL BE ADDED TO THE WORLD WIDE WEB AND E-MAIL FILES BETWEEN 9 AND 13 DECEMBER. The announcement will remain open from date of publication for a period of one year. Proposals may be submitted any time during the one-year period, however, they must be in accordance with the detailed publication. <RECD>(I-337 SN007685) </PRESOL> <Q P='16'><MOD><Q P='08'> <DATE>1202 <YEAR>96 <ZIP>93524-1185 <CLASSCOD>A—Research and Development <OFFADD>AFFTC/PKA Directorate of Contracting, 5 S Wolfe Ave, Edwards AFB CA 93524-1185 <SUBJECT>A—SOLAR ORBIT TRANSFER VEHICLE CONCEPTUAL DESIGN PROGRAM RESEARCH AND DEVELOPMENT ANNOUNCEMENT (PRDA) 97-01-PKAE <SOLNBR>SOL PRDA 97-01-PKAE <RESPDATE>DUE 010397 <CONTACT>POC Martin Baca, Contract Negotiator, 805.277.3900, ext. 2278 Liliana J. Michaleski, Contracting Officer, 805.277.3900 ext. 2229 Alan Sutton, Project Manager, 805.275.5504. <DESC>The PROPOSAL PREPARATION INSTRUCTIONS, contained in the original synopsis (published 14 Nov 96), had a 100 page limit for the proposal (12 pitch or larger type, double spaced, single-sided, 8.5 by 11 inches). Since current word processing applications are more oriented towards point versus pitch, the requirement for 12 pitch or larger type is hereby replaced with 12 point or larger type. All other requirements remain unchanged, including the proposal due date of 3 Jan 97. A Statement of Work (SOW) Preparation Guide can be obtained via the AFFTC/PK homepage at: http://cpf.edwards.af.mil/contract/programs/sotv/master.html. <RECD>(I-337 SN007740) </MOD> <CLASS> <TITLE>A Research and Development—Potential Sources Sought <SRCSGT SEP='NONE'> <DATE>1120 <YEAR>96 <ZIP>28902 <CLASSCOD>A—Research and Development—Potential Sources Sought <OFFADD>Westinghouse Savannah River Company, Savannah River Site, Building 999-W, Room 384, Aiken South Carolina 29808 <SUBJECT>A—DEPTH DISCRETE SAMPLING PORT <CONTACT>POC John Olschon, Telephone 1-803-652-1823. <DESC>Westinghouse Savannah River Company (WSRC), management and operating contractor for the U.S. Department of Energy's (DOE) Savannah River Site near Aiken, South Carolina, is seeking offers from the public for possible licensing of the ``Depth Discrete Sampling Port.'' This invention is a device which enables the collection of vapor and liquid samples at different depth locations in a single well installation. Respondents will be provided with a technical brief and instructions for submission of a business plan, an integral part of the license application. Applicants will be considered based upon the quality of business plans received. Responses to this notice must be received by December 22, 1996. Please contact John Olschon, by telephone at 803-652-1823; by facsimile at 803-652-1898; or by mail at Westinghouse Savannah River Company, Savannah River Site, Building 999-W, Room 384, Aiken, SC 29808. <RECD>(M-337 SN007531) </SRCSGT> <Q P='16'><SRCSGT><Q P='08'> <DATE>1121 <YEAR>96 <ZIP>20892 <CLASSCOD>A—Research and Development—Potential Sources Sought <OFFADD>Contracts Management Branch, NICHD, National Institutes of Health, Executive Building, Suite 7A07, 6100 Executive Blvd MSC 7510, Bethesda, Maryland 20892-7510 <SUBJECT>A—SUBCONTRACTING OPPORTUNITY FOR STUDYING PERINATAL TRANSMISSION N OF HIV-1 <SOLNBR>SOL N01-HD-3-3162A <RESPDATE>DUE 122096 <CONTACT>POC Contact Mrs. Carol Nesel, 301/738-8337 <DESC>The National Institute of Child Health and Human Development (NICHD) announces subcontracting opportunities under an ongoing contract with Westat, Inc. Through this contract NICHD sponsors a network of clinical centers which participate in clinical trials of therapies to prevent mother to child transmission of HIV infection and to treat pediatric HIV disease. NICHD plans to further assess the critical factors responsible for perinatal transmission of HIV-1 by conducting the following two studies: (1) The influence of ovulatory phase on the detection of HIV-1 in the vaginocervical secretions from HIV seropositive women; and (2) Herpes simplex virus (HSV) shedding and HIV plasma viral load in HIV-seropositive/ HSV-seropositive women and HIV-seropositive/HSV-seronegative women. These studies will involve obtaining data on immunologic and virologic factors associated with HIV-1 shedding in the female genital tract. It is the intent of NICHD and Westat to award subcontracts to qualified organizations to perform this research. Organizations interested in conducting study (1) should submit five copies of a statement of capabilities which must include the following: (a) evidence of an existing longitudinal co-hort of HIV-1 seropositive women (b) demonstrated ability to perform intensive substudies requiring weekly interviews and gynecologic examinations for eight weeks (c) demonstrated ability to collect, process, and ship cervicovaginal secretions according to current state of the art procedures, (d) a description of staff qualifications (include CVs of the proposed Principal Investigator (PI), description of HIV-related and non-HIV-related research experience (types and number of studies including drug trials, natural history studies, etc., total patient enrollment per study); and e) a description of the physical facilities where work is to be conducted. Organizations interested in conducting study (2) should submit five copies of a statement of capabilities which must include the following: (a) evidence of an existing longitudinal co-hort of HIV-1 seropositive women (b) demonstrated ability to perform intensive substudies requiring daily oral and genital swab specimens and thrice weekly blood draws for four weeks (c) a description of staff qualifications (include CVs of the proposed Principal Investigator (PI), description of HIV-related and non-HIV-related research experience (types and number of studies including drug trials, natural history studies, etc., total patient enrollment per study); and d) a description of the physical facilities where work is to be conducted. Capability statements (limited to 10 pages exclusive of CVs) for performing one or both of the studies above should be submitted to Ms. Carol Nesel, Associate Director, Westat, Inc., 1650 Research Boulevard, Rockville, MD 20850. The deadline for submission is 2:00pm EST December 20, 1996. <RECD>(I-337 SN007580) </SRCSGT> <Q P='16'><SRCSGT><Q P='08'> <DATE>1202 <YEAR>96 <ZIP>07806-5000 <CLASSCOD>A—Research and Development—Potential Sources Sought <OFFADD>U.S. Army ARDEC, AMSTA-AR-PCW-D, Bldg 10, Picatinny Arsenal, New Jersey 07806-5000 <SUBJECT>A—25MM ARMOR PIERCING FIN STABILIZED, DISCARDING SABOT WITH TRACER, M919 <SOLNBR>SOL N/A <RESPDATE>DUE 121396 <CONTACT>POC Jack McDonough email=jmcdon, Contract Specialist, 201-724-4049 Beverly F. Wasniewski, Contracting Officer, 201-724-2164. <DESC>The U.S. Army TACOM-ARDEC has a requirement for the manufacture of the Cartridge 25mm Armor Piercing Fin Stabilized, Discarding Sabot with Tracer (APFSDS-T) M919. The proposed quantity is 262,500 rounds. This round will be used by the Bradley Fighting Vehicle (BFV), and is designed to defeat a specific target by the use of a Depleted Uranium (DU) higher length to diameter penetrator, and high energy propellants. The contractor shall have experience in the fabrication, handling, and ballistic testing of DU penetrator and appropriate clearances and license from the Nuclear Regulatory Commission (NRC). Interested firms should submit their qualifications for review. <RECD>(I-337 SN007746) </SRCSGT> <CLASS> <TITLE>C Architect and Engineering Services—Construction <PRESOL SEP='NONE'> <DATE>1202 <YEAR>96 <ZIP>90012-2986 <CLASSCOD>C—Architect and Engineering Services—Construction <OFFADD>Amtrak West Engineering Services, 810 North Alameda Street, Los Angeles, CA 90012-2986 <SUBJECT>C—REQUEST FOR QUALIFICATIONS FOR ARCHITECT-ENGINEER SERVICES FOR THREE RAIL MAINTENANCE FACILITIES LOCATED IN SEATTLE, OAKLAND AND LOS ANGELES <SOLNBR>SOL AW97-210 <CONTACT>POC Point of Contact: Mr. Johnny M. Johnson, PE, Director of Engineering, Telephone: (213) 683-6907 Fax: (213) 683-6787 <DESC>Services are required for design and engineering including plans, specifications and cost estimates for construction of three Passenger Rail Maintenance Facilities located in Seattle, Oakland and Los Angeles. Services will include design and engineering for the buildings only, all track work and site civil design will be performed by Amtrak. All field investigations and survey work will be performed by Amtrak and provided to the selected consultant. The purpose of this RFQ is to establish a short list of five A-E firms who will later be requested to provide a proposal for architectural and engineering services for one, two, or all three of the proposed facilities. Total construction value for the three facilities is expected to be between $120 and $180 million. The Seattle facility will consist of a main building with a service and inspection area housing two 1,100-foot long pits, a locomotive and car maintenance area with overhead bridge cranes and three two spot pit tracks, a parts storage area, offices and welfare facilities. Three separate structures will house the other parts of the operation. The six station fueling and sanding facility, and the wheel truing facility will be housed in one structure. The wash rack will be a separate structure as also will the commissary. The total floor area of all buildings is approximately 188,000 square feet. The Oakland facility consists of a service and inspection canopy over two 1,100-foot long pits, one of which has a wheel truing machine located on it and the other a mail facility; a locomotive service and repair facility with three one spot locomotive pits and a two spot car pit together with associated parts storage, office and welfare facilities. Additionally a train wash facility and a separate four spot fueling and sanding facility will be constructed. Total area of the buildings is approximately 123,000 square feet. The Los Angeles facility will upgrade the existing maintenance yard by lengthening the existing 1,000-foot long pit by 400 feet.; construct two new 1,110-foot long pits parallel to the existing pit; and, construct a canopy over approximately half of the pit area. A new four spot fueling and sanding facility and a future mail track and dock will be included in the plans. Total area of the building is approximately 60,000 square feet. All respondents to this RFQ must show their capability of meeting the following insurance requirements: (1) Workers Compensation, $500,000.00 per occurrence; (2) General Liability, $2,000,000.00; (3) Auto Liability, $1,000,000.00; (4) Railroad Protective, $2,000,000.00 per occurrence, $6,000,000.00 annual aggregate; (5) Errors and Omissions, $5,000,000.00. The following selection evaluation criteria, in relative order of importance, will be used in the evaluation of A-E firms to establish a short list for request for proposals: (1) Professional qualifications of team proposed in accomplishing design and engineering of Passenger Rail Maintenance Facilities; (2) Specialized recent experience and technical competence of proposed personnel to be assigned to the project, special attention will be given to the project manager's experience in accomplishing design and engineering of Passenger Rail Maintenance Facilities; (3) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (4) Capacity to accomplish the work in the required time; (5) Architect-Engineer firm's quality control practices/techniques; (6) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design; (7) Location in the general geographical area of the projects and knowledge of the locality, building codes, and standards of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the projects; (8) Use of Small or Small Disadvantaged or Women-owned Small Business firms shall also be considered. The Amtrak goal is 15%. Each firm's past performance and performance rating(s) will be reviewed during the evaluation process. All A-E firms which meet the requirements described in this announcement are invited to submit complete, updated Standard Forms (SF) 254, "Architect-Engineer and Related Services Questionnaire," and 255, "Architect-Engineer and Related Services Questionnaire for Specific Project" to the office and address shown above. Standard form 255 is limited to 30 single type written pages including figures and photographs. The Prime A-E shall submit 3 copies of the 254/255 and include a Standard form 254 for each subconsultant. Submissions not meeting these requirements will not be considered in the evaluation process. IN BLOCK 10 STATE WHY YOUR FIRM IS SPECIALLY QUALIFIED BASED ON EACH OF THE ABOVE SELECTION EVALUATION CRITERIA. FOR SELECTION EVALUATION CRITERION ''(2)'',PROVIDE THE FOLLOWING INFORMATION FOR ONLY THE STAFF PROPOSED FOR THIS WORK USING THESE COLUMN HEADINGS: ''NAME'', ''RELATED PROJECTS WORKED ON'', ''YEAR'', ''FIRM'', AND ''TECHNICAL ROLE''. Show the office location where work will be done and describe the experience and location of those that will do the work. Firms must submit forms to Amtrak West by 2:00 p.m. PST, 21 days after publication of this notice in the CBD. Should the date fall on a weekend or holiday, the forms will be due on the first workday thereafter. This is not a request for a proposal. <RECD>(W-337 SN007609) </PRESOL> <Q P='16'><MOD><Q P='08'> <DATE>1129 <YEAR>96 <ZIP>40202-2230 <CLASSCOD>C—Architect and Engineering Services—Construction <OFFADD>U. S. ARMY CORPS OF ENGINEERS, 600 M.L. KING, JR. PL., RM 821, LOUISVILLE KY 40202-2230 <SUBJECT>C—TOTAL ENVIRONMENTAL RESTORATION CONTRACT FOR VARIOUS CUSTOMERS WITHIN THE BOUNDARIES OF THE OHIO RIVER DIVISION, CORPS OF ENGINEERS <SOLNBR>SOL DACA27-97-R-0015 <RESPDATE>DUE 022897 <CONTACT>POC Contracting Officer Joseph L. Theobald (502) 582-6796 (Site Code DACA27) <DESC>The referenced cbd announcement published on 11/29/96 is modified as follows: You may fax your request as indicated in the last sentence, disregard the statement "no facsimile requests will be accepted". All other information remains as printed. <RECD>(I-337 SN007637) </MOD> <Q P='16'><PRESOL><Q P='08'> <DATE>1202 <YEAR>96 <ZIP>56303-2099 <CLASSCOD>C—Architect and Engineering Services—Construction <OFFADD>VA Medical Center, 4801 8th St N., St. Cloud, MN 56303-2099 <SUBJECT>C—A/E DESIGN REPLACE FIRE ALARM SYSTEM <SOLNBR>SOL 656-97-101 <RESPDATE>DUE 010697 <CONTACT>POC Carol Vassar—320-255-3609 <DESC>Provide Architect Engineer Service to design working drawings and specifications to provide services to design a replacement fire alarm system for the VA Medical Center, St. Cloud, Minnesota. The facility is a campus layout with nine patient buildings and sixteen administrative/support buildings. The intent is to replace ADT Unimode System with a new state of the art addressable fire alarm system. A/E shall retain the services of a Fire Protection Engineer (FPE). The FPE shall be a registered professional fire protection engineer, have two years experience in application and interpretation of the National Fire Protection Association (NFPA) codes, have two years experience in the design/review of fire alarm systems and have two years experience in the design of health care facilities. Selection will be based on the following criteria: Recent specialized experience of firm in type of work required; professional capacity of the firm to accomplish the contemplated work within the time and cost limitations; recent experience of firm in the design; professional qualification of the staff, subcontractor, and consultants to be assigned to the project. The estimated construction cost is $350,000. Firms desiring consideration shall submit appropriate SF 254 and 255 no later than close of business January 6, 1997. This is not a request for proposal. The Standard Industrial Classification Code is 8712. This is set-aside for small business and restricted to a firm located in a 600 mile radius of St. Cloud, Minnesota. <RECD>(I-337 SN007699) </PRESOL> <Q P='16'><PRESOL><Q P='08'> <DATE>1202 <YEAR>96 <ZIP>30305 <CLASSCOD>C—Architect and Engineering Services—Construction <OFFADD>Centers for Disease Control and Prevention (PGO), 255 East Paces Ferry Road, N.E., Room 419, Atlanta, Georgia 30305 <SUBJECT>C—DESIGN OF NEW REPLACEMENT PARKING FACILITY <SOLNBR>SOL 97-43(N) <RESPDATE>DUE 010697 <CONTACT>POC Laurie Johnson, Contract Specialist, (404) 842-6553 <DESC>Architect-Engineer services (including pre-design, schematic design, preliminary design, and final design documents) required for a new replacement parking facility for the Centers for Disease Control and Prevention (CDC). The new facility will be multi-level and include spaces for approximately 590 cars at the existing Clifton Road Campus, 1600 Clifton Road, Atlanta, Georgia. Parking facility design will include, but not be limited to site improvements; landscaping; hardscape, traffic planning; parking facility layout; security, control structures and equipment; architectural design and detailing; structural design and detailing; storm drainage and lighting design. The prime A-E firm must have considerable experience in designing parking facilities, including in-depth knowledge of the site infrastructure, landscape, hardscape, traffic planning, parking layout, parking control, security, structural, maintenance, and drainage and lighting elements of parking facility design. The design must be prepared according to the latest standards utilizing state-of-the-art processes and materials. Site work will include parking areas, driveway, public roadway interfaces, campus quadrangle, walkways, and utility extensions. The estimated construction cost is $4,860,000. The project will be designed using SI (System International) metric units of measurement. Final construction documents are required to be produced using AutoCAD Release 12 (or at the government's discretion, a more current release). Required disciplines include architectural, site planning, landscape architecture, electrical, mechanical, structural, civil engineering, cost estimating, value engineering, and parking systems consultant. Categories of evaluation criteria and associated weight factors to be applied in the selection process are as follows: (I) PROFESSIONAL QUALIFICATIONS—Relevant experience and qualifications of the A-E's key personnel as related to parking facility design (project architect—5 points; project manager—5 points; chief structural engineer—5 points; and experience of the proposed team members working together on parking facility projects—15 points). Total 30 points. (II) DESIGN EXPERTISE AND TECHNICAL ABILITY—The proposed team's specialized experience and technical competence including parking planning, engineering design and innovative architectural design. Total 20 points. (III) ORGANIZATION AND MANAGEMENT—A-E firm's demonstrated ability to manage a large project, maintain a project schedule and budget, and utilize a system of cost controls including value engineering. Total 25 points. (IV) EXPERIENCE OF FIRM—Past performance on similar contracts with Government agencies and private industry in terms of cost control, adherence to the project schedule, quality of design, and user satisfaction. Total 15 points. (V) LOCATION—The A-E firm, including major consultants, must have an active full-time production staff/business providing architectural-engineering services. The firm must also have been in business in it's current location providing A-E design and related services during the immediate past year. Firms located within 100 miles of CDC, Atlanta, Georgia will receive 10 points; Firms located within 500 miles of CDC, Atlanta, Georgia will receive 5 points; Firms located over 500 miles from CDC, Atlanta, Georgia will receive 0 points. Firms desiring consideration are invited to submit a letter of interest along with one copy each of completed SF 254 (SF 254 must be submitted for prime firm and each consultant) and SF 255. All SF 254s must be current reflecting a date not more than one year from the date of this notice. A maximum of ten sheets of supplemental information to SF 255, specifically responding to the above criteria including representative photographs or graphic examples of relevant parking facilities will be permitted. Responses are due by 2:00 p.m., local time, January 6, 1997. Firms are advised that in accordance with FAR 52.219-9, a large business successful offeror will be required to submit for approval a subcontracting plan outlining which portions of the work to be subcontracted will be awarded to small businesses, small disadvantaged businesses, and women-owned small businesses. An acceptable subcontracting plan must be agreed upon prior to contract award to any large business firm. Short-listed firms will be required to demonstrate a proactive effort to achieve the following minimum goals for subcontracted work: Small and Small Disadvantaged Business Concerns (20%), and Women-Owned Small Business Concerns (5%). Site visits will not be arranged during the submittal period. This is not a request for proposal. <RECD>(I-337 SN007718) </PRESOL> <Q P='16'><PRESOL><Q P='08'> <DATE>1202 <YEAR>96 <ZIP>40511-1093 <CLASSCOD>C—Architect and Engineering Services—Construction <OFFADD>VA Medical Center, Acquisition & Materiel Management Service, 2250 Leestown Road, Lexington, KY 40511-1093 <SUBJECT>C—CONVERT 2 WEST, AMBULATORY CARE <SOLNBR>SOL 596-20-97 <RESPDATE>DUE 011097 <CONTACT>POC Contact Point, Angie S. Napier, (606)281-3955, Contracting Officer, Joyce L. White, (606)281-3954, FAX (606)281-3971 <DESC>Services of an Architectural/Engineering firm to provide programming, schematics, fully developed preliminary design, working drawings/construction documents and construction period services for Project No. 596-318, "Convert 2 West, Ambulatory Care" at VA Medical Center, Cooper Drive Division, Lexington, KY. Services shall include all necessary site investigation. A/E shall have successful work history in health care outpatient exam clinic and inpatient/outpatient pharmacy design. Certified Industrial Hygienist shall be included on design team for asbestos assessment, removal specifications, and monitoring. Drawings shall be accomplished on "CAD" and be compatible with VA autocad system format software, Autocad Release 13. Construction cost range: Between $2,000,000 and $5,000,000. Area of consideration is restricted to businesses within 100 mile radius of VAMC, Lexington, KY. Interested firms must submit appropriate data described in Numbered Note 25 no later than January 10, 1997. With reference to the Small Business Competitiveness Demonstration Program, this solicitation is unrestricted. Standard Industrial Classification No. for this procurement is 8712. This is not a RFP. See Note(s): 25. <RECD>(I-337 SN007727) </PRESOL> <Q P='16'><PRESOL><Q P='10'> <DATE>1202 <YEAR>96 <ZIP>46805 <CLASSCOD>C—Architect and Engineering Services—Construction <OFFADD>AMM Service VA-NIHS, 2121 Lake Av, Fort Wayne, IN 46805 <SUBJECT>C—SECONDARY ELECTRIC, PHASE II <SOLNBR>SOL 610A4-3-97 <RESPDATE>DUE 010697 <CONTACT>POC Marjean Litzenberg <DESC>Provide A/E services to design project to service and expand the existing secondary electrical system supporting Building 1 of the VA Northern Indiana Health Care System (Fort Wayne campus), located at 2121 Lake Avenue, Fort Wayne, IN. The design will include the following (1) Replacement of the 5 KV switchgear with 1500 KV switchgear, (2) Replace the lighting system in the stairwells, (3) Install additional emergency exit signs and replace existing signs with LED illuminated signs, (4) Install additional 480 distribution panels, (5) Install lighting controls to interface with the Energy Management System, (6) Replace the existing clock system, and (7) Expand the emergency power system. Selected A/E will complete architectural, electrical, mechanical and other related construction drawings and specifications. A/E must retain the services of a certified industrial hygienist to provide an asbestos assessment and, if necessary, asbestos abatement design. Construction period services include submittal review, construction meetings, site visits, inspections, asbestos abatement monitoring (if required), technical assistance, etc. Drawings must be generated utilizing AUTOCAD Release 12 (or higher), or compatible software. Estimated construction cost is $421,000. Area of consideration is limited to 150 mile radius of the VA NIHCS in Fort Wayne, Indiana. This is not a request for proposal and solicitations are not available. Qualified firms interested in being considered for this project are to submit their SF254 and SF255 to the issuing office by COB January 6, 1997. Award of this solicitation is subject to the availability of funds. Notice of emerging small business applies to this solicitation in accordance with the Small Business Competitiveness Demonstration Program. The SIC code for this solicitation is 8711; the size standard is annual average gross revenue for the past three fiscal years of $1.25 million or less. <RECD>(I-337 SN007753) </PRESOL> <CLASS> <TITLE>C Architect and Engineering Services—Construction—Potential Sources Sought <SRCSGT SEP='NONE'> <DATE>1127 <YEAR>96 <ZIP>90053-2325 <CLASSCOD>C—Architect and Engineering Services—Construction—Potential Sources Sought <OFFADD>US ARMY CORPS OF ENGINEERS, CHIEF, CONTRACTING DIVISION, P.O. BOX 2711, LOS ANGELES CA 90053-2325 <SUBJECT>C—CIVIL ENGINEERING FOR CIVIL WORKS PROJECTS <SOLNBR>SOL DACW09-97-R-0012 <RESPDATE>DUE 010397 <CONTACT>POC A-E Contracting Branch, James W. Hogan, Jr. (213)452-3244 or Sandy Oquita, (213) 452-3249, Technical Information, Robert L. Hall, (213) 452-3707 (Site Code DACW09) <DESC>1. CONTRACT INFORMATION: Architect-Engineer Services (Brooks A-E Act, PL 92-582) for indefinite Delivery Contracts with emphasis on Civil Engineering for Civil Works Projects at Various Locations in the Los Angeles District (Southern California, Arizna, Southern Nevada) (Block 1 of SF 255). The majority of the work and services will be for Civil works projects. However there will be a smaller portion of the work and services for Military projects. This announcement is open to all businesses regardlessof size. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for this contract are that a minimum of 60% of the contractor's intended subcontract amount will be placed with small businesses (SB), including small disadvantaged businesses (SDB), 10%, and womn-owned businesses (WOB) 5.0% The plan is not required with this submittal. There will be two (2) indefinite delivery contracts for Architect-Engineer services. The top ranked firm will be awarded the first contract. There may be delays, not to exceed twele months, between the award of the first and second contract. Ordinarily, task orders will be placed with the top ranked firm. However, a task order may be placed with the next ranked firm for the second contract, if the top ranked contractor does not have the capability to complete the task order in the required time period, or the top ranked contractor has performed unsatisfactorily on previous task orde(s) under the awarded contract, and or significantly less work has been placed under the second contract. The General Requirements (Appendix A) are similar for both contracts. Total cumulative amount not to exceed $1,000,000.00. The contracts will include n option for extension for second and third years with each optional year not to exceed $1,000,000.00. If contract amount for the base year period or preceding option year periods has been exhausted or nearly exhausted the Government has the option to exercise contract options before the expiration of the base year period or preceding option year periods. The estimated contract start date is March 97 fo a period of 12 months (through March 98) Work is subject to availability of funds. Estimated construction cost is not applicable. 2. PROJECT INFORMATION: The work and services shall primarily consist of preparation of design analyses, engineering appendics, and plans and specifications for flood control projects. The contractor will conduct field investigations, prepare hydrology, hydraulics, geotechnical analyses reports, as well as civil, structural, architectural and landscape architecture, designs, including value engineering. Construction cost estimates must be performed using MCACES and in the civil works breakdown format structure. The Contractor wil be required to acquire the necessary software and training from the vendor. Relevant data bases will be furnished by the Los Angeles District. The firms selected for these contracts will be expected to submit a quality control/quality assurance plan and t adhere to it during the work and services required under the contract. In Block 10 of the SF 255 describe the firm's Design Quality Control Plan (DQCP), including Design Quality Assurance Plan (DQAP) of subcontractor(s) work. The plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. 3. SELECTION INFORMATION: See Note 24 for general election process. The selection criteria are listed below in descending order of importance. Criteria A through E are primary. Criteria F through H are secondary and will only be used as "tie-breakers" among technically equal firms: A. Professional Qualifiations in: (1) Civil Engineering (2) Structural engineering and (3) cost estimating. Supporting (subcontractors, if reqired) disciplines will include Mechanical and Electrical, Hydrology, Hydraulics, Geotech, Architecture and Landscape Architecture. B. Specialized Experience and Technical Competence in: (1) Civil design of urban flood control projects, including dams, levees, channels, and other flood cnveyances, (2) In the full scope of engineering of these facilities, (3) Preparation of engineering reports, for reconnaissance and feasibility studies, and design memoranda. (4) designing all facets of flood control projects in urban areas, including famiiarity with recent Corps of Engineers regulations on civil works projects. (5) preparing engineering reports, and contract drawings in a format compatible with Microstation. (6) Preparation of preliminary and final cost estimates using MCACES Gold (in the civil works breakdown structure), and (7) The capability to run the Automated Review Management Systems (ARMS). C. Capacity to accomplish the work in the rquired time and the availability of an adequate number of personnel in key disciplines. D. Past performance on DOD contracts and other contracts with respect to cost control, quality of work, and compliance with performance schedules. E. knowledge of the lcality such as geological features, climatic conditions, local material resources, and local construction methods. F. Geographic proximity (physical location) of the firm to the location of the project(s). G. Extext of the participation of SB, SDB, historically black colleges and univerities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. H. Vlume of DOD contract awards in the last 12 months as described in Note 24. All firms that submit an SF 255 shall be notified with a post card acknowledging receipt of their response. The firms which are not recommended by the Pre-Selection Board to the Selction Board for further consideration, shall also be notified with a post card. The firms which are considered by the Selection Board but are not ranked for negotiation shall notified with a post card. The firms which are ranked for negotiation but are not selected for an award shall be notified after the award of the contract. The contract award shall be announced in the Commerce Business Daily. Consisten with the Department of Defense policy of effecting an equitable distribution of contracts among qualified Architect-Engineer firms including small, disadvantaged owned firms and firms that have not had prior DOD contracts (see Note 24), qualified small diadvantaged firm will receive consideration during selection and all other selection evaluation criteria being equal, also participation in a joint venture may become a determining factor for selection. Therefore, all offerors' submittals should specifically identify in the appropriate portions of the SF 255 all proposed small disadvantaged firm participation in the proposed activity to be accomplished by thecontractor (See Note 24). The Los Angeles District and Minority Business Development Agency are working with local Business Development Centers (BDC's) to provide assistance to Small Disadvantaged Business Concerns to participate in Government contracts. 4 SUBMISSION REQUIREMENTS: Interested A-E firms having the capabilities for this work are invited to submit one (1) completed Standard Form (SF) 254 and 255, revised editions dated November 1992, Architect-Engineer and Related Services Questionnaires for the prime and one (1) SF 254 for each subcontractor/consultant, by addressing a transmittal letter to the office shown. Lengthy cover letters and geneic corporation brochures, or other presentations (such as BINDING of SF 254 and 255) beyond those to sufficiently present a complete and effective response are not desired. Phone calls and personal visits are discouraged. Response to this notice must be reeived within 30 calendar days from the date of issuance of this synopsis. If the 30th day is a weekend day or a Federal Holiday, the deadline is the close of business of the next business day. Include ACASS number of the office that will perform the work in Block 3b. Call the ACASS Center at 503-326-3459 to obtain a number. No other general notification will be made of this work. Solicitation packages re not provided for A-E contracts. Firms desiring consideration shall submit appropriate data as described in numbered Note 24. <RECD>(I-337 SN007627) </SRCSGT> <Q P='16'><SRCSGT><Q P='10'> <DATE>1202 <YEAR>96 <ZIP>92132-5187 <CLASSCOD>C—Architect and Engineering Services—Construction—Potential Sources Sought <OFFADD>SOUTHWESTNAVFACENGCOM, North Bay AFT, Code 521, 1220 Pacific Highway, San Diego, CA 92132-5187 <SUBJECT>C—A-E SERVICES FOR AN INDEFINITE QUANTITY CONTRACT FOR ENVIRONMENTAL ENGINEERING SERVICES TO IMPLEMENT THE NAVY INSTALLATION RESTORATION PROGRAM, NWS, SEAL BEACH, CALIFORNIA <SOLNBR>SOL N68711-96-D-2299 <RESPDATE>DUE 010897 <CONTACT>POC Anne Garrett/Contract Specialist, (619) 532-3708, Dottie LeStage/Contracting Officer, (619) 532-1301. <DESC>Firm Fixed Price. Indefinite Quantity Contract. The Southwest Division, Naval Facilities Engineering Command, San Diego, California is currently seeking professional services of an architect/engineering firm to provide environmental engineering services to implement the Navy Installation Program (IRP) at Naval Weapons Station, Seal Beach, California. The Navy has undertaken the IRP to identify and provide cleanup of past contamination at Naval facilities. The IRP program at Naval Weapons Station, Seal Beach (NWSSB) is an ongoing effort to investigate and remediate hazardous waste sites and achieve final closure. A-E services under this contract will provide environmental engineering services to implement the IRP at NWSSB. Professional services include performing Preliminary Assessment/Site Inspections (PA/SI), Remedial Investigation/ Feasibility Studies (RI/FS), Removal Site Evaluations (RSE), preparation of Engineering Evaluations/Cost Analysis (EE/CA), Action Memorandums, and preparing Remedial Designs (RD). Included in this contract are requirements to prepare work Project Work Plans (WP), Quality Assurance Project Plans (QAPP), Sampling and Analysis Plans (SAP), Health and Safety Plans (HSP), Community Relations Plans (CRP), conducting field investigations, field sampling, analytical testing, data validation, human health and ecological risk assessments and Construction Contract Support Services (CCSS). Other A-E services include determination of remediation goals, specifying treatment options and making recommendations, negotiating with regulatory agencies, identifying and mitigating conflicting requirements placed on NWSSB by various agencies, coordinating IRP activities with various Naval and DoD commands and environmental regulatory agencies, conducting activity briefings/meetings, preparing California Environmental Quality Act (CEQA) Initial Study Checklists, and facilitating community relations via active participation with the Restoration Advisory Board and the public (scheduling meetings, preparation of agendas, minutes, news releases, visitor days, public days, public meetings, preparation of briefings, newsletters, and factsheets). A firm fixed price, Indefinite Quantity (IQ) contract is for $1,000,000 or 365 calendar days. The government has an option to award an additional $1,000,000 or an additional 365 calendar days, whichever comes first, for a total of $2,000,000 or 730 calendar days. The individual delivery order limitation shall not exceed $200,000. The guaranteed minimum contract amount for the base year is $25,000. If the government exercises the option, the guaranteed minimum contract amount will be $25,000 for the option year. A-E Selection criteria will include (in order of importance): (1) Recent specialized experience of the firm and/or proposed consultants in the following areas of expertise: Providing professional A-E environmental engineering services for investigation of Comprehensive Environmental Response, Compensation and Liability Act (CERCLA), contaminated sites and evaluating cleanup technologies, preparing Preliminary Assessments/Site Inspections (PA/SI), Remedial Investigations/ Feasibility Studies (RI/FS), Remedial Designs (RD), Removal Site Evaluations (RSE), Engineering Evaluations/Cost Analyses (EE/CA), Restoration Advisory Board support, developing and implementing Community Relations Program, interfacing with state and local environmental regulatory agencies, and preparation of CADD-based engineering drawings or documentation, (2) Professional qualifications and capabilities of the staff to be assigned to this project must include recent specialized experience in the area of providing professional A-E environmental engineering services for investigation of Comprehensive Environmental Response. Compensation and Liability Act (CERCLA), contaminated sites and evaluating cleanup technologies, preparing Preliminary Assessments/Site Inspections (PA/SI), Remedial Investigations/Feasibility Studies (RI/FS), Remedial Designs (RD), Removal Site Evaluations (RSE), Engineering Evaluations/ Cost Analyses (EE/CA), Restoration Advisory Board support, developing and implementing Community Relations Program, interfacing with state and local environmental regulatory agencies, and preparation of CADD-based engineering drawings or documentation, (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 specifications for a construction contract or procurement of supplies cannot provide the construction or supplies. This limitation also applies to subsidiaries and affiliates of the firm. This is not a request for proposal. Telegraphic and facsimile SF 255's will not be accepted. Site visits will not be arranged during the submittal period. See Numbered Note(s): 24. <RECD>(I-337 SN007695) </SRCSGT> <CLASS> <TITLE>D Information Technology Services, including Telecommunication Services <PRESOL SEP='NONE'> <DATE>1126 <YEAR>96 <ZIP>34011-2300 <CLASSCOD>D—Information Technology Services, including Telecommunication Services <OFFADD>Panama Canal Commission, Logistical Support Division, Purchasing and Contracts Br., APO, AA 34011-2300 <SUBJECT>D-INVENTORY MANAGEMENT AND WAREHOUSING SOFTWARE PACKAGE <SOLNBR>SOL CNC-86990-CC-29 <RESPDATE>DUE 012796 <CONTACT>POC Berta Hollenberger, Contract Specialist, (507) 52-4690, Henry J. Stec, Contracting Officer, (507) 52-4690 <DESC>To support the following functions: Inventory Control and Replenishment Planning; Customer Service; Order Management and Invoicing; Distribution; Outbound and Inbound Operations. Delivery: Via Airfreight, within 180 days FOB Origin, Freight Prepaid after receipt of notice of award. When requesting solicitation, state name, address, and solicitation number. Requests will be accepted by Facsimile at 011-507-52-7661. All responsible sources may submit an offer which shall be considered by the Commission. See Note 12. <RECD>(I-337 SN007650) </PRESOL> <Q P='16'><PRESOL><Q P='10'> <DATE>1202 <YEAR>96 <ZIP>20220 <CLASSCOD>D—Information Technology Services, including Telecommunication Services <OFFADD>Department of the Treasury, Procurement Services Division, 1500 Pennsylvania Ave NW, Rm 1438, Washington, DC 20220 <SUBJECT>D—APPLICATION SYSTEMS SUPPORT <SOLNBR>SOL A-97-04 <RESPDATE>DUE 012097 <CONTACT>POC Jeffrey Shane Compton, Contract Specialist, (202) 622-1287/Wanda Murphy, Contracting Officer (202) 622-0787. <DESC>The Department of Treasury, Automated Systems Division (ASD), is seeking a contractor to perform application systems support. ASD develops and maintains a variety of application systems ranging in complexity from small administrative and/or tracking systems on personal computers, local area networks (LAN) to large and complex database, document management, workflow, statistical, and econometric systems on minicomputers. The potential contractor will be expected to be dynamic and proactive in accommodating constant changes in priorities and technological changes/advancements. ASD requires fully demonstrative experience in Oracle DBMS Version 7 with Forms 3.0, Forms 4.5, PL/SQL, SQL*Plus, SQL*Menu, Oracle Designer 2000, Oracle Developer 2000, etc., on a DEC VMS Platform, ViewStar document management and workflow software, Microsoft Visual Basic, Microsoft Access, Microsoft SQLServer and Fulcrum under Windows NT 3.5 and Novel Netware 4.1. Majority of the effort is expected to be performed on a fixed priced level of effort basis. In accordance with FAR 19.805, this acquisition is set-aside under the Small Business Administration's competitive 8(a) program. The applicable SIC code is 7371. Due to the large number of requests expected, all preliminary questions should be held until the receipt of the solicitation. The solicitation shall contain adequate information to address the majority of questions. Interested parties who have requested a copy of the solicitation under the SBA's Announcement Number 7700-96-603400 , should submit a new written request identifying the Treasury Solicitation Number A-97-04 and reference any previous request. All requests for information, copies of the solicitation, etc., should be addressed to Mr. Jeffrey Compton, Procurement Services Division, 1500 Pennsylvania Ave NW, RM 1438, Washington, DC 20220, Phone (202) 622-1287. Requests may be faxed to (202) 622-2343. <RECD>(I-337 SN007701) </PRESOL> <CLASS> <TITLE>F Natural Resources and Conservation Services <PRESOL SEP='NONE'> <DATE>1122 <YEAR>96 <ZIP>97801-3942 <CLASSCOD>F—Natural Resources and Conservation Services <OFFADD>USDA-Forest Service, Umatilla National Forest, 2517 S.W. Hailey Avenue, Pendleton, Oregon 97801-3942 <SUBJECT>F—CURRENT VEGETATIVE SURVEY REMEASUREMENT <SOLNBR>SOL R6-14-97-10 <RESPDATE>DUE 013197 <CONTACT>POC Merle Matthews, (541) 278-3843. <DESC>The Umatilla National Forest is soliciting bids for a current vegetative survey on the Umatilla and Wallowa-Whitman National Forests in Northeastern Oregon. About 300 CVS inventory plots will be remeasured in 1997. The plots are evenly spaced at about 3.4 mile intervals in all non-wilderness land. The previous inventory plot packets with photos and data can be viewed at 1411 S.E. Byers Ave., Pendleton, OR. Estimated start work date: 5/19/97. Contract time: 130 days. A 20% performance bond will be required. See Numbered Note 1. <RECD>(M-337 SN007532) </PRESOL> <CLASS> <TITLE>G Social Services <PRESOL SEP='NONE'> <DATE>1202 <YEAR>96 <ZIP>20534 <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 <SOLNBR>SOL RFP 200-376-M <RESPDATE>DUE 022896 <CONTACT>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 Roanoke, Virginia area. Estimated total number of mandays are 14,600 mandays for the base period, 8,030 mandays for the first option year, and 8,733 mandays for the second option year and 9,607 mandays for the third option year respectively. Estimated RFP issue date is o/a January 3, 1997. The 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. <RECD>(I-337 SN007700) </PRESOL> <Q P='16'><MOD><Q P='10'> <DATE>1202 <YEAR>96 <ZIP>20534 <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 <SOLNBR>SOL RFP 200-373-W <RESPDATE>DUE 020797 <CONTACT>POC Pamela C. Wrentz, Contract Specialist, (202) 307-3070. <DESC>The place of performance is corrected to read: The geographically defined area of Rock Springs, Wyoming. The geogrpahic-district incorporating the Greater Metropolitan area of Rock Springs, Wyoming is more precisely defined as follows: North: Stagecoach Boulevard—West: Sweetwater Drive to Clear View South: Quealy Road—East: Interstate #80 to Rock Springs Mun. Airport. <RECD>(I-337 SN007726) </MOD> <CLASS> <TITLE>H Quality Control, Testing and Inspection Services <PRESOL SEP='NONE'> <DATE>1112 <YEAR>96 <ZIP>20250-3700 <CLASSCOD>H—Quality Control, Testing and Inspection Services <OFFADD>USDA, Food Safety and Inspection Service, ASD, PCS, Room 2161 South Building, 1400 Independence Avenue SW, Washington, DC 20250-3700 <SUBJECT>H—SIFT TEST KITS <SOLNBR>SOL FSIS-2-W-97 <RESPDATE>DUE 010797 <CONTACT>POC Contact Point, Claudia Andrews, (202) 720-9891 <DESC>The U.S. Department of Agriculture's Food Safety and Inspection Service (FSIS) is responsible for the testing of whole, raw meat and poultry tissues and products to verify species composition in slaughter and processing plants. FSIS has developed a series of Species Identification Field Tests (SIFT), as preliminary screen tests, that could be easily performed in plants by inspectors. Tissues found to contain violative species by the initial screen test results are then subjected to final confirmation using specific SIFT test for beef, pork, poultry and sheep. The basis of each of these four SIFT test is a serological immunodiffusion identification system using prepared antigen and specific antibody as stabilized filter paper reagent discs applied to a prepared agar diffusion plate containing a positioning template. Each species test system is formatted into a complete kit containing all necessary reagent components in a stabilized condition to allow relatively long shelf life when kept under refrigerated storage. FSIS has a requirement for the development of the reagents for the production of the complete test kits. The period of performance for the contract will be one year with four additional one year option periods. Solicitation packages will be available on or about December 4, 1996. All request for the solicitation package shall be in writing. Telephone request will not be accepted. Request may be faxed to 202-690-1814. All responsible sources may submit a proposal which will be considered by the Agency. <RECD>(I-337 SN007666) </PRESOL> <Q P='16'><PRESOL><Q P='10'> <DATE>1202 <YEAR>96 <ZIP>68105 <CLASSCOD>H—Quality Control, Testing and Inspection Services <OFFADD>Department of Veterans Affairs Medical Center, 4101 Woolworth Avenue, Omaha, NE 68105 <SUBJECT>H—H—PHOTODOSIMETRY SERVICES FOR FILM BADGES <SOLNBR>SOL RFP No. 636-34-97 <RESPDATE>DUE 012397 <CONTACT>POC Karen Goodell, 402-449-0613, or Jeannine McCormick, 402-346-8800 Ext 4509 <DESC>Contractor to provide all necessary supplies and services for furnishing all radiation badge (Photodosimetry) for the measuring of personnel exposure to nuclear radiation for the Department of Veterans Affairs Medical Center, 4101 Woolworth Avenue, Omaha,Nebraska 68105, for the period commencing March 1, 1997, through February 28, 1998, and subsequent renewal periods. RFP No. 636-34-97 has been assigned to solicitation and will be available approximately December 24, 1996 and will be due back by close of business January 23, 1997. Requests for this solicitation must be made in writing and may be faxed to 402-449-0612. <RECD>(I-337 SN007737) </PRESOL> <CLASS> <TITLE>H Quality Control, Testing and Inspection Services—Potential Sources Sought <SRCSGT SEP='NONE'> <DATE>1202 <YEAR>96 <ZIP>93524-1185 <CLASSCOD>H—Quality Control, Testing and Inspection Services—Potential Sources Sought <OFFADD>AFFTC/PKAB, Directorate of Contracting, 5 S Wolfe Ave, Edwards AFB CA 93524-1185 <SUBJECT>H—WINDBLAST DYNAMIC EJECTION PRESSURE SIMULATION <SOLNBR>SOL F04611-97-R0025 <CONTACT>POC Tamia True, Contract 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 windblast testing of various aircrew equipment during simulated emergency ejections. A firm fixed price contract is anticipated. Applicable contractor screening criteria for this sources sought notice: The contractor shall possess the facilities to provide windblasts from 125 Knots Equivalent Airspeed (KEAS) to 600 KEAS. The windblast test facility must have the capability to provide high-speed color motion picture and video coverage of the simulated ejections. Data analysis of the windblast test include a high speed data acquisition system capable of capturing data at a rate of 2000 Hertz. Technical services include analysis of test results, performance of failure analysis and when required recommendations and development of engineering changes. The contract when awarded will be for a basic one-year period with four option years. All sources interested in responding to this market research notice are required to provide a capabilities statement addressing the above noted criteria. Include relevant background and experience, and points of contact/telephone numbers from previous contracts for the same or similar services. Those responding shall also include their business size and type. The SIC code is 8734; size standard is $5 Million gross revenused (average over the last three fiscal years). Responses are to be sent to Tamia A. True, at the above address, no later than 12 Dec 96. Depending on the responses received from this publication, 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. <RECD>(I-337 SN007733) </SRCSGT> <CLASS> <TITLE>J Maintenance, Repair, and Rebuilding of Equipment <MOD SEP='NONE'> <DATE>1202 <YEAR>96 <ZIP>21201-1715 <CLASSCOD>J—Maintenance, Repair, and Rebuilding of Equipment <OFFADD>Department of the Army, Baltimore District, Corps of Engineers, Room 7000, 10 South Howard Street, P.O. Box 1715, Baltimore, MD 21201-1715 <SUBJECT>J—SMOKE EVACUATION TESTING, AJCC, FORT RITCHIE, MD <SOLNBR>SOL DACW31-97-T-0033 <RESPDATE>DUE 121896 <CONTACT>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: "SIC 7382, small business size standard $9.0 million. <RECD>(I-337 SN007603) </MOD> <Q P='16'><PRESOL><Q P='10'> <DATE>1202 <YEAR>96 <ZIP>22243 <CLASSCOD>J—Maintenance, Repair, and Rebuilding of Equipment <OFFADD>Commander, Naval Air Systems Command (Code 2.0), 1421 Jefferson Davis Hwy, Arlington, Va 22243-5120 <SUBJECT>J—CONFIGURATION MANAGEMENT OF AVIONICS SYSTEMS FOR SH-60 SDLM <SOLNBR>SOL N/A <CONTACT>POC Contact, Carolyn Barrow, Phone (703)604-2000 <DESC>The Naval Air Systems Command (NAVAIRSYSCOM) has a requirement for the configuration management of avionics systems and components for SH-60 aircraft inducted into the standard depot level maintenance (SDLM) program. NAVAIRSYSCOM intends to contract with Lockheed Martin Federal Systems (LMFS), Owego, New York for this requirement because LMFS is the sole designer and developer of the SH-60 LAMPS MK III avionics subsystems. LMFS is the only company with the expertise, personnel, and facilities required to perform this effort within the required timeframe. See note No. 22—NAVAIR Synopsis No. 30181-96. <RECD>(I-337 SN007715) </PRESOL> <Q P='16'><PRESOL><Q P='10'> <DATE>1202 <YEAR>96 <ZIP>32542 <CLASSCOD>J—Maintenance, Repair, and Rebuilding of Equipment <OFFADD>AFDTC/PKOV, 205West D. Ave., Suite 541, Eglin AFB FL 32542-6862 <SUBJECT>J—MONTHLY PREVENTIVE MAINTENANCE AND UNLIMITED SERVICE CALLS DURING THE PERIOD OF 01 JANUARY 97 THROUGH 30 SEPTEMBER FOR AN ODETICS 421AT STAND ALONE APERTURE CARD DUPLICATOR (2 EA.) <SOLNBR>SOL F08651-97-Q-0919 <RESPDATE>DUE 121896 <CONTACT>POC Contact Mohammad B. Yaqub, Contract Specialist, (904)-882- 4230ext.5232, Megan K. Monaghan, Contracting Officer, (9040-882- 3519ext.5231. <DESC>The Air Force Development Test Center (AFDTC), Eglin AFB FL, intends to award a contract for maintenance of two ODETICS 421 AT Standalone Aperture Card Duplicators to Odetics Inc., Anaheim, CA. Maintenance shall consist of cleaning, lubricating, adjusting, and replacement of parts to keep the machines in good operating condition. The contractor shall furnish all parts at no additional charge except those damaged by carelessness, misuse, fire, flood, or other disaster, and consumable parts. All parts shall be new and of original manufacturer, or equal. The contractor shall perform monthly preventive maintenance inspections. Maintenance services include all service calls required to maintain the machines in good working order. The contractor shall begin work on any machine no later than 12 working hours after receipt of call for service. The Standard Industrial Classification Code (SIC Code) for this acquisition is 7629 ($5 million). Please identify whether you are a large or small business based on this SIC Code. Telephone requests for solicitation sets will not be accepted. Written requests may be sent to AFDTC/PKOO, 205 West D Ave., Suite 541, Eglin AFB FL 32542-6862. For those companies with facsimile capability, requests for solicitation sets will be accepted at machine number (904) 882-9441, Attn: AFDTC/PKOV. See Numbered Note 22. <RECD>(I-337 SN007742) </PRESOL> <Q P='16'><PRESOL><Q P='10'> <DATE>1202 <YEAR>96 <ZIP>23510-9102 <CLASSCOD>J—Maintenance, Repair, and Rebuilding of Equipment <OFFADD>Commander (v), U.S. Coast Guard, Maintenance & Logistics Command Atlantic, 300 East Main Street, Suite 600, Norfolk, VA 23510-9102 <SUBJECT>J—DRYDOCK REPAIRS USCGC POINT WARDE (WPB-82368) <SOLNBR>SOL DTCG80-97-B-3FA713 <RESPDATE>DUE 012797 <CONTACT>POC Contact Ms. Janet Martin, Contract Specialist, (757) 628-4640 or Mr. Kevin Brumfiel, Contracting Officer, (757) 628-4635 <DESC>Provide all labor, material and equipment necessary to perform drydock repairs including but not limited to the following items: (1) Welding repairs, (2) Renew longitudinal in engine room, (3) Repair eroded weld, (4) Repair bulkhead 40, (5) Fabricate and install rope guards, (6) Remove, inspect and reinstall propeller shaft, (7) Renew water-lubricated shaft, (8) Renew water-lubricated starboard shaft bearings, (9) Remove, inspect, and reinstall propeller, (10) Preserve the transducer hull ring and renew the depth indicating transducer, (11) Renew supply ventilation ducting and overhaul supply fan, (12) Overhaul, renew and test valves, (13) Inspect and overhaul sea strainers, (14) Modify generator sea chest suction valves, (15) Remove, inspect, and reinstall rudder, (16) Replace sewage tank assembly and tank level sensing system (shipalt 82C-B-127), (17) Renew joiner bulkheads and sheathing, (18) Furnish and install vertical ladder, (19) Preserve lazarette bilges, (20) Clean and inspect diesel fuel tanks, (21) Remove, dispose, and provide new fuel oil (1,000 gallons), (22) Preserve main hold bilges, (23) Preserve forward peak void, (24) Preserve Underwater body, (25) Clean, inspect, and disinfect potable water tank, (26) Preserve sewage void, (27) Renew corrosion preventive zinc anodes, (28) Provide temporary berthing, (29) Upgrade ammunition arms, and explosive storage (shipalt 82A-A-119, 82C-A-135, 82D-A-107), (30) Provide temporary logistics, (31) Ultrasonic Testing, (32) Provide temporary logistics, (33) Routine drydocking, (34) Renew bimetallic transition joint, (35) Align caterpillar main engine, (36) renew stern tube, (37) Renew propeller shaft coupling, (38) Renew shaft covering, (39) Straighten shaft, (40) Renew shaft sleeve, (41) Minor repair and recondition propeller, (42) Preserve antennas and antenna foundations, (43) Renew rudder port/housing, (44) Preserve lazarette, (45) Preserve forepeak compartment, (46) Preserve main deck, (47) Remove, dispose and provide new fuel oil (200 gallon units), (48) Preserve potable water tank. Vessel availability schedule is 03 MAR 97 for 42 calendar days. Vessel is 82 Feet and 10 inches in length and Breadth, Extreme is 17 feet and 7 inches. The vessel homeport is Wrightsville Beach, NC. This availability will be performed at the contractor's facility. A charge of $100.00 is required in the form of a certified check or money order made payable to the U.S. Coast Guard for requested drawings. The proposed contract listed here is part of the Small Business Competitiveness Demonstration Program. Plans and specifications will be issued on or after 12/19/96 from our office location, Commander (vpl-1), Maintenance & Logistics Command, Atlantic, 300 East Main Street, Suite 600, Norfolk, VA 23510-9102. All responsible sources may submit a bid which shall be considered by the United States Coast Guard. <RECD>(I-337 SN007745) </PRESOL> <CLASS> <TITLE>J Maintenance, Repair, and Rebuilding of Equipment—Potential Sources Sought <SRCSGT SEP='NONE'> <DATE>1202 <YEAR>96 <ZIP>64128-2295 <CLASSCOD>J—Maintenance, Repair, and Rebuilding of Equipment—Potential Sources Sought <OFFADD>VA Medical Center, Contracting Office (90), 4801 Linwood Blvd., Kansas City, MO 64128-2295 <SUBJECT>J—SOURCES SOUGHT FOR TESTING & CALIBRATION OF SWITCHGEAR <SOLNBR>SOL 589-97-1-088-0056 <RESPDATE>DUE 121896 <CONTACT>POC H.W. Smith, (816) 922-2063 <DESC>Switchgear testing & calibration in accordance with specifications for Electric Power Distribution equipment and systems as developed by NETA (National Electrical Testing Association). Firms having the ability to provide this service should notify the CO in writing prior to COB 12-18-96. Fax'd request will be accepted. Fax # (816) 922-3331. <RECD>(I-337 SN007665) </SRCSGT> <Q P='16'><SRCSGT><Q P='10'> <DATE>1202 <YEAR>96 <ZIP>64128-2295 <CLASSCOD>J—Maintenance, Repair, and Rebuilding of Equipment—Potential Sources Sought <OFFADD>VA Medical Center, Contracting Officer (90), 4801 Linwood Blvd., Kansas City, MO 64128-2295 <SUBJECT>J—SOURCES SOUGHT FOR PREVENTIVE MAINTENANCE SERVICE ON EPE CORE COMPUTER SYSTEM <SOLNBR>SOL 589-97-1-088-0058 <RESPDATE>DUE 121896 <CONTACT>POC Contracting Officer, H.W. Smith, (816) 922-2053 <DESC>Preventive maintenance service on UPS Core Computer System, EPE Model #UPS4037T480-208. Firms having the ability to provide this service should notify the CO in writing prior to COB 12/18/96. Fax'd requests will be accepted. Fax # (816) 922-3331. <RECD>(I-337 SN007669) </SRCSGT> <CLASS> <TITLE>K Modification of Equipment—Potential Sources Sought <SRCSGT SEP='NONE'> <DATE>1202 <YEAR>96 <ZIP>93524-1185 <CLASSCOD>K—Modification of Equipment—Potential Sources Sought <OFFADD>AFFTC/PKAB, Directorate of Contracting, 5 S Wolfe Ave, Edwards AFB CA 93524-1185 <SUBJECT>K—F-16 BLOCK 30 NIGHT VISION IMAGING SYSTEM UPGRADES <SOLNBR>SOL F04611-97R0018 <CONTACT>POC Tamia True, Contract 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 F-16 Block 30 Night Vision Imaging System (NVIS) upgrades required for three Air Force Flight Test Center aircraft. Applicable contractor screening criteria for this sources sought notice: Contractor will assist 416 FLTS personnel to modify three F-16s (four cockpits, three exteriors) with NVIS lighting. These upgrades will allow for the use of Night Vision Goggles (NVG) without degrading the ability of the pilot to use the flight instruments or reduce the visibility of the exterior navigation lights to the unaided eye. Contractor will accomplish a survey of the three aircraft planned for modification and provide a delivery schedule for each of the three kits. This survey will be performed at Edwards AFB, CA. Modifications will include kits for two single seat Block 30 aircraft, F-16C USAF S/N 80-0557 and F-16C USAF S/N 83-1120 and one two seat Block 15 Air Defense Fighter aircraft, F-16B USAF S/N 81-0817. All three aircraft will be 100% NVG compatible. Aircraft 81-0817 will be modified to duplicate the USAF Air Defense Fighter NVIS lighting capability and aircraft 80-0557 and 83-1120 will duplicate the USAF Block 30 lighting capability. All cockpit lights and exterior lights of the three aircraft will be modified. The external lighting control panel will be modified to include an option for NVIS exterior lighting. All sources interested in responding to this market research notice are required to provide a capabilities statement addressing the above noted criteria. Include relevant background and experience, and points of contact/telephone numbers from previous contracts for the same or similar services. Those responding shall also include their business size and type.SIC Code is 7389; size standard $5 Million gross revenues (average over the last three fiscal years). Responses are to be sent to Tamia A. True, at the above address, no later than 12 Dec 96. Depending on the responses received from this publication, 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. <RECD>(I-337 SN007732) </SRCSGT> <CLASS> <TITLE>M Operation of Government-Owned Facilities <MOD SEP='NONE'> <DATE>1202 <YEAR>96 <ZIP>94123 <CLASSCOD>M—Operation of Government-Owned Facilities <OFFADD>National Park Service, Golden Gate National Receration Area, Contracting Office, Building 201, Fort Mason, San Francisco, CA 94123 <SUBJECT>M—OPERATION AND MAINTENANCE OF TELECOMMUNICATIONS (TELEPHONE) SYSTEM <SOLNBR>SOL 1443RP-8140-96-014 <RESPDATE>DUE 013197 <CONTACT>POC Point of Contact-Linda Wong, Contract Specialist, 415-556-2488 <DESC>CORRECTION—The original synopsis was published April 4, 1996 and is modified as follows: The National Park Service, Golden Gate National Recreation Area, San Francisco, CA, has identified a requirement to procure services of a qualified firm to operate and maintain a telecommunications/telephone system principally located at the Presidio of San Francisco. Other areas of Golden Gate NRA, such as, but not limited to, East Fort Baker, Fort Cronkhite, Fort Barry, Fort Mason, and Fort Point, may be included in the covered areas subject to the terms of the Statement of Work, at the discretion of Golden Gate NRA. It is anticipated that contract award shall be for a base period and four (4) 1-year options, exercisable at the sole discretion of Golden Gate NRA, subject to availability of funds. The base period shall be from date of contract award through September 30, 1997. The stated purpose of this operation and maintenance service contract shall be to provide all on-site resources including staffing and equipment necessary to operate the telecommunications/telephone system, including but not limited to a Business Office with service desk, voice mail and billing system; a switching system, an outside plant, inside plant and transmission equipment. The successful offeror shall be required to provide routine and non-routine, emergency maintenance as necessary to assure continuation of uninterrupted service to serviced clients. Elements to be maintained and operated include, but are not limited to switching system equipped with AT&T 5ESS version 9.2 switch and associated optical remote switching modules, outside cable plant including fiber optic and metallic cabling, inside cable plant and installation services including cabling, LAN, instrument and equipment installation and repair, and transmission equipment infrastructure including SONET and SLC2000 systems. The following criteria will be used in the evaluation of proposals: (1) Professional qualifications of the project site manager and proposed staff, including experience in the telecommunications field; (2) Documentation of professional certification requirements for staff as set forth in the Statement of Work; (3) Specialized and recent experience of the firm including expertise with projects similar in scope and technical requirements; (4) Capacity to manage and staff multiple telephone system projects; (5) Past performance on telephone operations and maintenance projects with government agencies and private industry in terms of cost control, customer service, quality of engineering and technical work, in conformance with performance standards, service response time, and restoral time set forth in the Statement of Work; (6) Demonstrated capability of drafting standard operating procedures and technical reports with reference to sample operating procedures for a telecom business office and switching system, and workmanship manuals to be submitted as an appendix to the proposal; (7) Demonstration of financial capability necessary to staff and perform a project of this scope; and (8) local business or telephone operations center within 100 miles of the Telecommunications/Telephone Center, Building 67, Presidio of San Francisco, Golden Gate NRA. The applicable SIC Code is 8744. This solicitation is an unrestricted procurement inviting full and open competition. The National Park Service, Golden Gate NRA, welcomes and encourages small, small disadvantaged, and women-owned business concerns to participate. Solicitation documents will be available o/a 12/31/96. There is a non-refundable fee for the solicitation. Requests for the solicitation MUST be submitted in writing to the address contained herein. All interested firms will be notified of the non-refundable fee which will be established at a later date. The firms who responded to the original synopsis need not resubmit their interest. Subcontracting plans may be required from all large business concerns with their initial offers which will identify percentage goals for using small, small disadvantaged, and women-owned business concerns. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, EITHER BEFORE OR AFTER THE RFP CLOSING, WITH NO OBLIGATION TO THE OFFEROR BY THE GOVERNMENT. All responsible sources may submit a offer which shall be considered.***** <RECD>(W-337 SN007611) </MOD> <Q P='16'><PRESOL><Q P='10'> <DATE>1202 <YEAR>96 <ZIP>93524-1185 <CLASSCOD>M—Operation of Government-Owned Facilities <OFFADD>AFFTC/PKAA, Directorate of Contracting, 5 S Wolfe Ave, Edwards AFB CA 93524-1185 <SUBJECT>M—BASE SUPPLY SERVICES FOR EDWARDS AFB, CA <SOLNBR>SOL F04611-97-R-0002 <RESPDATE>DUE 060397 <CONTACT>POC Alfred Jacobson, Contracting Officer, (805) 277-3900, ext. 2221. <DESC>The Air Force Flight Test Center (AFFTC), Edwards AFB, California is conducting a cost comparison study of its base supply operation under OMB Circular A-76. The purpose of the study is to determine whether in-house (civil service) or contractor performance is more cost effective. The services are currently being performed by the Government. A contract will be awarded only if this study reveals that contractor performance is the most cost effective alternative. The requirement under study consists of the Edwards AFB supply function, to include fuels management. The Edwards AFB supply operation is part of the Air Force Standard Base Supply System as defined in Air Force Manual 23-110. Performance under any resultant contract must be interface compatible with the AF Standard Base Supply System. Services entail the ordering, receiving, storing, and distribution/delivery of various supplies and equipment required in the overall operation of Edwards AFB, including (but not limited to) administrative supplies, furniture, fixtures, test equipment, tools, computer equipment, and aircraft/weapon systems parts and equipment. Services also include the ordering, receiving, storing, and distribution of hazardous materials, including (but not limited to) paints, solvents, acids, cylinder gases, glues, cryogenics, liquid and solid rocket propellants, and ground and aviation fuels. Other responsibilities include maintaining minimum customer requirement stock levels, returning and reordering defective materials/supplies, and performing mission immediate capability (MICAP) support for multiple weapon systems. A Secret clearance is required to handle Communications Security (COMSEC) equipment and other classified items. This requirement is being set aside exclusively for small business participation. The Standard Industrial Classification (SIC) code is 8744, and the applicable size standard is $20 million (gross revenues averaged over the past three years). The AFFTC is utilizing the Internet (Address: http://cpf.edwards.af.mil/contract/) to elicit public review and comment on solicitation documents. The Internet site currently contains the preliminary draft of the Supply performance work statement (PWS). A separate PWS for the Fuels Management portion of the requirement will be added in approximately two weeks. As they are developed, sections of the solicitation itself will be added to the site incrementally until a complete draft solicitation results. The AFFTC invites potential offerors to submit questions, comments, and suggestions concerning any and all draft documents. Such input may be submitted by FAX to (805) 258-9651, attention Alfred Jacobson, or by email (Address: jacobsoj%pk@mhs.elan.af.mil). In the interest of creating the highest quality package possible, all questions and comments will be reviewed and considered by the Government. The draft documents will be revised periodically on the Internet site when considered practical. Documents may be downloaded from the Internet site; the Government does not intend to provide hard copies of any of the draft documents. <RECD>(I-337 SN007734) </PRESOL> <CLASS> <TITLE>Q Medical Services <PRESOL SEP='NONE'> <DATE>1202 <YEAR>96 <ZIP>37129 <CLASSCOD>Q—Medical Services <OFFADD>Department of Veterans Affairs, Chief, A&MMS (90C) Alvin C, York VA Medical Center Murfreesboro, TN 37129 <SUBJECT>Q—SLEEP STUDY TECHNICIAN <SOLNBR>SOL 622-24-97 <RESPDATE>DUE 010997 <CONTACT>POC Tammy W. Hahn, Contracting Officer, 615-893-1360 Ext. 3232 <DESC>The Alvin C. York VA Medical Center requires Sleep Study Technician Services for the period 6 months from date of award at the Alvin C. York VA Medical Center, 3400 Lebanon Road, Murfreesboro, Tennessee. Requests for Solicitation 622-24-97 must be requested on firm letterhead. Bid material available 12/20/96. Bid opening date is 1/9/97. Requests may be faxed to (615) 904-8848. <RECD>(I-337 SN007674) </PRESOL> <Q P='16'><PRESOL><Q P='10'> <DATE>1202 <YEAR>96 <ZIP>20857 <CLASSCOD>Q—Medical Services <OFFADD>DHHS, PSC, DAM, GAB, Room 5-101, Parklawn Building, 5600 Fishers Lane, Rockville, MD 20857 <SUBJECT>Q—OFF-SITE PHARMACY SERVICES <SOLNBR>SOL 282-97-0012 <CONTACT>POC Wendy Cottrell, Contract Specialist, Margaret M. Kelly, Contracting Officer, (301) 443-2475. <DESC>The Health Resources and Services Administration/DHHS is seeking a one year contract, with the option to renew up to four additional years to provide professional off-site pharmacy services through a mail order system to detainee patients at selected medical facilities around the country. All requests for solicitations must be in writing and reference RFP 282-97-0012. Request may be faxed (301) 443-3849. <RECD>(I-337 SN007735) </PRESOL> <CLASS> <TITLE>Q Medical Services—Potential Sources Sought <SRCSGT SEP='NONE'> <DATE>1202 <YEAR>96 <ZIP>57747 <CLASSCOD>Q—Medical Services—Potential Sources Sought <OFFADD>Dept. of Veterabs Affairs Black Hills Health Care System, 500 North 5th Street, Hot Springs, SD 57757 <SUBJECT>Q—CARDIOLOGY SERVICES <SOLNBR>SOL 568-07-97 <RESPDATE>DUE 010697 <CONTACT>POC Joann Walker, 605-745-2070 <DESC>Contractor to provide cardiology services for the VA Black Hills Health Care System located at Hot Springs and Ft. Meade, South Dakota. Contract shall be for a one year period with options to renew. Requests for the solicitation package shall be in writing. Subject to the availability of funds. Applicable SIC code is 8011. All responsible parties may submit a bid which will be considered. <RECD>(I-337 SN007754) </SRCSGT> <CLASS> <TITLE>R Professional, Administrative and Management Support Services <PRESOL SEP='NONE'> <DATE>1127 <YEAR>96 <ZIP>20410 <CLASSCOD>R—Professional, Administrative and Management Support Services <OFFADD>Department of Housing and Urban Development, Government National Mortgage Association (Ginnie Mae), Contracting Division, Room 6151, 451 Seventh Street, S.W., Washington, DC 20410. <SUBJECT>R—MASTER SUBSERVICER FOR SINGLE FAMILY HOUSING <CONTACT>POC Susan M. Taylor, Contracting Officer (202) 708-4531. <DESC>Ginnie Mae, a wholly-owned Government corporation which provides a secondary market for government insured/guaranteed loans through its Mortgage-Backed Securities programs, is soliciting for multiple contractors to provide the servicing of single family housing portfolios when Ginnie Mae either places a Ginnie Mae issuer in default or transfers its existing defaulted portfolio. Since 1986, Ginnie Mae has defaulted approximately 54 single family issuers and by so doing assumed the issuer responsibility for over $14 billion in mortgage/pools. As a result of sales of servicing rights and principal run off, the Ginnie Mae held portfolio now consists of about $767 million. The role of the master subservicers shall be to perform the complete range of services expected of a company servicing its own portfolio. RFP GNMA-97-F-01 will be issued on or about January 9. Brief written proposals limited to resumes of key personnel and past performance of the firm, and consisting of no more than 30 pages, will be due 30 days after issuance of the solicitation. Those firms which pass this portion of the competition will be invited to present an oral presentation of their technical approach. This solicitation has no restriction as to the size of a firm which may offer. SIC 7389 applies. All interested firms should submit their requests for RFP GNMA-97-F-01 in writing or by facsimile (202) 708-3239. Telephonic requests will not be honored. <RECD>(M-337 SN007613) </PRESOL> <Q P='16'><PRESOL><Q P='10'> <DATE>1127 <YEAR>96 <ZIP>95814-2922 <CLASSCOD>R—Professional, Administrative and Management Support Services <OFFADD>USACED, SACRAMENTO, OFC REC/LOAD DOCK,MF: BLOCK #4, 1325 J STREET, SACRAMENTO CA 95814-2922 <SUBJECT>R—ENVIRONMENTAL CONSULTANTS/R512 <SOLNBR>SOL DACW05-97-Q-0043 <RESPDATE>DUE 120696 <CONTACT>POC Purchasing Agent Beverly Hatfield (916) 557-5232 FAX: 916/557-5264 (Site Code DACA05) <DESC>Notice of intent to award with Jones & Stokes Associates, Inc for labor, material, and equipment necessary to provide consultant services in support of the Middle Creek, Shasta County, California, Ecosystem Restoration Reconnaissance Study. The invesigation of the potential for restoration of Middle Creek ecosystem functions and values. If interested in specifications for this quotation, firms are required to provide their name, street and mailing address, telephone number and fax number, also the quoation number of the project. request shall be mailed to USACED SACRAMENTO, ATTN: B. Hatfield, 1325 J Street, Room 878, Purchase Branch, Sacramento, CA 95814-2922 or FAX to ATTN: B. Hatfield, 916/557/5264. This request is being processed under the Simplified Acquisition Procedures. <RECD>(I-337 SN007625) </PRESOL> <Q P='16'><PRESOL><Q P='10'> <DATE>1202 <YEAR>96 <ZIP>20857 <CLASSCOD>R—Professional, Administrative and Management Support Services <OFFADD>DHHS/FDA/OFACS/ CONTRACTS OPERATIONS BRANCH, HFA-512, 5600 FISHERS LANE, PARK BUILDING, RM 3-32, ROCKVILLE, MD 20857 <SUBJECT>R—FREEZER REPOSITORY & COURIER SERVICE <SOLNBR>SOL 223-97-1382 <RESPDATE>DUE 013197 <CONTACT>POC Paul Scarborough, Contracting Officer, (301) 443-4420, FAX (301) 443-3651 <DESC>The FDA has a requirement for the maintenance and storage of approximately 25 upright ultra low temperature freezers. The storage facility must have a remote and central alarm security system with each individual freezer connected to the alarm system. The freezers contain infectious as well as non-infectious biologic materials. The contractor will also be required to provide a courier trained in safely handling and transporting biologic materials between the facility and the NIH campus located in Bethesda, Maryland. The solicitation is to be issued on or about 12/20/96 and will be available upon written or faxed request. See Note(s): 1. <RECD>(I-337 SN007683) </PRESOL> <Q P='16'><PRESOL><Q P='10'> <DATE>1202 <YEAR>96 <ZIP>23249 <CLASSCOD>R—Professional, Administrative and Management Support Services <OFFADD>Chief, A&MMS (90C), VA Medical Center, 1201 Broad Rock Boulevard, Richmond, VA 23249 <SUBJECT>R—TRANSCRIPTION SERVICES <SOLNBR>SOL RFP 652-62-97 <RESPDATE>DUE 011897 <CONTACT>POC Mary A. Moss <DESC>Provide transcription services to the VA Medical Center, Richmond, VA for the period February 1, 1997 through January 31, 1998 with the option to renew for four additional years. The contractor will be required to transcribe discharge summaries, progress reports, operative reports, procedure reports and radiology reports. Radiology reports are required to be transcribed within 24 hours of dictation. Issue o/a 12/18/96 with BOD o/a 1/18/97. All requests must be submitted in writing. See Note(s): 2. <RECD>(I-337 SN007693) </PRESOL> <Q P='16'><PRESOL><Q P='10'> <DATE>1202 <YEAR>96 <ZIP>88330-1601 <CLASSCOD>R—Professional, Administrative and Management Support Services <OFFADD>49th Contracting Squadron/LGCV, PO Drawer S, Holloman AFB NM 88330-1601 <SUBJECT>R—TELEPHONE OPERATIONS <SOLNBR>SOL F29651-97-R-0007 <RESPDATE>DUE 012297 <CONTACT>POC SSgt Jeff Quick (505)475-2093 <DESC>Services Non-Personal: Telephone Operations for Holloman AFB,NM. Operates the telephone switchboard by providing command and control and administrative telephone service for over 5,500 customers including all active duty military, Air National Guard, Reserve, Department of Defense, and non-appropriated fund organizations. Telephone operations is responsible for operating automatic and manual administrative telephone exchanges, providing long distance telephone assistance, directory assistance, development and maintenance of the base telephone directory, answering customer complaints, and providing customer education. The switchboard handles approximately 12,000-14,000 calls weekly for telephone and directory assistance. The telephone directory is published once each year and is about 71 pages, although the database containing this information is updated almost daily. Answering customer complaints and providing customer education vary according to the various situations. Various reports are required on a monthly, quarterly, semi-annual, annual, and biannual basis. Performance period is anticipated to begin on or about 1 Apr 97 through 30 Sep 97 for basic year with four (4) one (1) year options; It is contemplated that a formal solicitation will be issued on or about 23 Dec 96 with a proposal due date on or about 22 Jan 97. All responsible sources may submit a proposal which will be considered. The proposed acquisition is intended to be 100% small business set-aside. If adequate interest is not received from at least two (2) or more small business concerns, the solicitation will be issued on an unrestricted basis without further notice. The Standard Industrial Classification (SIC) code for this service is 7389 and the small business size standard applicable to the acquisition is 5.0 Million. Please include your business size, CAGE Code, phone number, and address including the 9 digit zip code and solicitation number in your written request for a solicitation package. Fax Requests may be sent to 505-475-2107. <RECD>(W-337 SN007755) </PRESOL> <CLASS> <TITLE>S Utilities and Housekeeping Services <PRESOL SEP='NONE'> <DATE>1127 <YEAR>96 <ZIP>23801-1800 <CLASSCOD>S—Utilities and Housekeeping Services <OFFADD>DEFENSE COMMISSARY AGENCY, ACQUISITION BUSINESS UNIT, 1300 E AVENUE, FORT LEE VA 23801-1800 <SUBJECT>S—CUSTODIAL SERVICES FOR FORT DRUM COMMISSARY LOCATED IN NEW YORK <SOLNBR>SOL DECA01-97-T-0156 <RESPDATE>DUE 121696 <CONTACT>POC Contract Specialist Missy Rios (804) 734-8653 FAX (804) 734-8669 (Site Code DECA01) <DESC>Written Request for Quotation (RFQ) to provide all supervision, personnel, equipment, transportation, tools, parts, and other items and services necessary to perform Custodial Services for the Fort Drum Commissary located in New York. The period of prformance will be for a base period of January 15, 1997 through December 31, 1998. This Request for Quotation (RFQ) will be issued December 16, 1996 with a tentative closing date of December 30, 1996. The anticipated award date will be January 10, 1997. Ths procurement is set aside for small business. The Standard Industrial Classification Number is 7349 and the business size standard is $12 million. All requests for copies of this RFQ must be in writing and addressed to: Defense Commissary Agency, Acquisition Business Unit, Services Division (OC/RAVS), ATTN: Missy Rios, 1300 E Avenue, Fort Lee, Virginia 23801-1800. Requests must include telephone and facsimile numers of the requestor. Facsimile requests will be accepted. <RECD>(I-337 SN007619) </PRESOL> <Q P='16'><PRESOL><Q P='10'> <DATE>1202 <YEAR>96 <ZIP>20520 <CLASSCOD>S—Utilities and Housekeeping Services <OFFADD>Building No. 979, Road 3119 (next to Al-Ahli Sports Club), Zinj District, Manama, Bahrain <SUBJECT>S—LOCAL GUARD SERVICE <SOLNBR>SOL S-BA300-97-R-0001 <RESPDATE>DUE 030197 <CONTACT>POC Lee MacTaggert, Contracting Officer, Telephone 973-273-300, extension 2161. <DESC>Operation and management of local guard service at American Embassy Manama, Bahrain. Estimated number of hours is 24,240 per year. Anticipated period of performance is 6/1/97 through 5/31/98 with four one-year optional periods of performance. All responsible offerors may submit a proposal which shall be considered. The intention is to make this solicitation available on the Internet at http://www.statebuy.Inter.net/home.htm, the Department's electronic bulletin board (703-875-4945), and by other methods only if necessary. The Government intends to issue solicitation amendments and questions and answers only via Internet and electronic bulletin board. All requests for the solicitation must be in writing; telephone requests will not be honored. See Numbered Note 26. <RECD>(I-337 SN007744) </PRESOL> <CLASS> <TITLE>U Education and Training Services <PRESOL SEP='NONE'> <DATE>1202 <YEAR>96 <ZIP>20899 <CLASSCOD>U—Education and Training Services <OFFADD>National Institute of Standards and Technology, Acquisition and Assistance Division, Bldg. 301, Room B117, Gaithersburg, MD <SUBJECT>U—OBJECT MANAGEMENT GROUP MEMBERSHIP FEE <SOLNBR>SOL 52SBNB7C1047 <CONTACT>POC Brenda K. Lee, (301) 975-6394, CO Lisa K. Jandovitz (301) 975-6344 <DESC>The National Institute of Standards and Technology intends to negotiate with Object Management Group Headquarters, 492 Old Connecticut Path, Framingham, MA 01710 on a sole source basis for 1 year Object Management Group Membership—Contributing Member Level. The period of performance is for a base year commencing from contract award date through 12 months and four option years. The Government intends to solicit one source under the authority of FAR 6.302-1. The Object Management Group (OMG) is an international organization founded to promote the theory and practice of object-oriented technology. The group is composed of information systems vendors, software developers, and end users united in the spirit of cooperation for the advancement of this critical software technology for the nineties. Object Management Group works closely with its members, standards organizations and related industry groups to develop specifications for a heterogeneous applications environment using object-oriented technology. It comprises more than 600 member companies and organizations including major industrial partners. There is no other open membership organization that has the breadth of membership with the degree of specialization in heterogeneous computing environments. Request for a solicitation package will be disregarded. Interested offerors may identify their interest and capability to respond to the requirements by submitting a capability statement. The capability statement must provide adequate information and qualification of your ability to provide the requested service in order for the Government to consider whether to open this request for competition. All capability statements received within 45 days after date of preparation of this synopsis will be considered by the Government. See Note Numbered 22 <RECD>(I-337 SN007663) </PRESOL> <CLASS> <TITLE>X Lease or Rental of Facilities <PRESOL SEP='NONE'> <DATE>1202 <YEAR>96 <ZIP>06006-0300 <CLASSCOD>X—Lease or Rental of Facilities <OFFADD>U. S. Postal Service, Facilities Service Office, PO Box 800, Winthrop, ME 04364-0800 <SUBJECT>X—SOLICITATION FOR PROPOSALS—NEWRY, ME 04261-9998 <SOLNBR>SOL 082530-97-A-0020 <RESPDATE>DUE 011797 <CONTACT>POC Terry Brooks, Real Estate Specialist, 207-377-2381. <DESC>The United States Postal Service seeks proposals to lease existing space, space to be modified, or facilities to be constructed in Newry, ME. The preferred area is Sunday River Road in Newry, ME. The space requirements are 2,000 net interior square feet; 23 parking spaces; 564 sf platform, and 39,035 sf minimum site size. The lease term is for 20 years with 3 five-year renewal options. Proposals will be received through January 17, 1997, and must be submitted by principals only on specified forms and in accordance with the official advertisement for space. Solicitation packages may be purchased by sending a non-refundable cashier's check or money order made payable to "USPS Disbursing Officer" in the amount of $25.00. Interested parties are encouraged to submit their packages by one of the methods offered by the U.S. Postal Service (First Class, Priority, or Express Mail). <RECD>(I-337 SN007697) </PRESOL> <CLASS> <TITLE>Y Construction of Structures and Facilities <PRESOL SEP='NONE'> <DATE>1202 <YEAR>96 <ZIP>70160 <CLASSCOD>Y—Construction of Structures and Facilities <OFFADD>US Army Engr Dist New Orleans, PO Box 60267, New Orleans La. 70160 <SUBJECT>Y—,MISSISSIPPI RIVER-GULF OUTLET (MRGO) BAR CHANNEL, LEASED HOPPER DREDGE (LHD) NO. 3-97, ST. BERNARD & PLAQUEMINES PARISHES, LA, OM-97-192 <SOLNBR>SOL DACW29-97-B-0036 <RESPDATE>DUE 012296 <CONTACT>POC Contract Specialist, VALERIE SANDERS, (504) 862-1493 <DESC>The work consists of furnishing one fully crewed and equipped hydraulic trailing hopper dredge on lease basis. Work on the subject contract will be performed in Mississippi River and Gulf Outlet Bar Channel in St. Bernard and Plaquemines Parishes, Louisiana. First specification is free of charge, any additional copies are $5.00 each. Unrestricted. <RECD>(I-337 SN007606) </PRESOL> <Q P='16'><MOD><Q P='10'> <DATE>1127 <YEAR>96 <ZIP>04333-0033 <CLASSCOD>Y—Construction of Structures and Facilities <OFFADD>USPFO FOR MAINE, CAMP KEYES BLDG #39, AUGUSTA ME 04333-0032 <SUBJECT>Y—UPGRADE BASE FACILITIES, BANGOR INTERNATIONAL AIRPORT (ANG), BANGOR, ME <SOLNBR>SOL DAHA17-97-B-0002 <RESPDATE>DUE 021897 <CONTACT>POC Contract Specialist Stephen E Moody (207) 626-4354 (Site Code DAHA17) <DESC>Reference CBD Notice of 18 November 1996, Construction of Upgrade of Base Facilities at Bangor International Airport (ANG), Bangor, Maine. The following changes need to be made to the project descriptions: Vehicle Maintenance Shops: Delete: steel truses on steel columns; steel ply fully adhered membrane roofing system over steel deck on open web steel joists: exterior walls are brick veneer on an insulated steel stud; Add: Prefinished metal roofing system on steel purlins; exterior walls are prefinishd metal on insulated steel studs; Delete: combination single interlock preaction, air supervised, dry pipe sprinkler system and wet pipe sprinkler system; radio frequency (RF) enclosure; Add: limited sprinkler system; Medical Training Facility: Delete: combination interlock preaction, air supervised, dry pipe sprinkler system and wet pipe sprinkler system; radio frequency (RF) shielded enclosure; Add: limited sprikler system; radiation protection; ADD/ALTER Aerospace Equipment Facility: Delete: combination single interlock, air supervised, dry pipe sprinkler system and wet pipe sprinkler system, radio frequency (RF) shielded enclosure; Add: limited sprinkler system All other information in the <RECD>(I-337 SN007631) </MOD> <Q P='16'><MOD><Q P='10'> <DATE>1127 <YEAR>96 <ZIP>04333-0033 <CLASSCOD>Y—Construction of Structures and Facilities <OFFADD>USPFO FOR MAINE, CAMP KEYES BLDG #39, AUGUSTA ME 04333-0032 <SUBJECT>Y—CONSTRUCTION OF A SQUADRON OPERATIONS/AGU FACILITY <SOLNBR>SOL DAHA17-97-B-0001 <RESPDATE>DUE 021097 <CONTACT>POC Contract Specialist Rik Phillips (207) 626-4558 (Site Code DAHA17) <DESC>Reference CBD Notice of 18 November 1996 Construction of Squadron Operations/AGU Facility at Bangor International Airport (ANG) Bangor, Maine, SOL-DAHA17-97-B-0001. The radio frequency (RF) shielded enclosure is not a requirment for this project and as been deleted from the specification. <RECD>(I-337 SN007632) </MOD> <Q P='16'><PRESOL><Q P='10'> <DATE>1129 <YEAR>96 <ZIP>39180 <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, MISSISSIPPI, DEMONSTRATION EROSION CONTROL PROJECT, COLDWATER RIVER WATERSHED, LOW DROP GRADE CONTROL STRUCTURES, PIGEON ROOST CREEK SITES NO. 4 AND 5, LD-95-04 <SOLNBR>SOL DACW38-97-B-0013 <RESPDATE>DUE 013097 <CONTACT>POC Contract Specialist O.C. MEEKS (601) 631-5341 (Site Code CW38) <DESC>The work consists of furnishing all plant, labor, materials and equipment for constructing two low drop grade control structures in Marshall County, Mississippi. Principal features of the work include clearing and grubbing, control of water, excavatin, fill, backfill, engineering fabric, filter stone, stone protection, reforestation, erosion control, grouted riprap, and environmental protection. The estimated value of the proposed work is between $250,000 and $500,000. Plans $8.40. Specifications $7.0. Issue date on or about 27 Dec 95. Bid Opening Date on or about 30 Jan 97. <RECD>(I-337 SN007633) </PRESOL> <Q P='16'><PRESOL><Q P='10'> <DATE>1202 <YEAR>96 <ZIP>31401-3640 <CLASSCOD>Y—Construction of Structures and Facilities <OFFADD>U.S. Army Engineer District, Savannah, 100 W. Oglethorpe Avenue, Savannah, GA 31402 <SUBJECT>Y—F-15E STUDENT OFFICER QUARTERS—SEYMOUR JOHNSON AFB, NC <SOLNBR>SOL DACA21-97-R-0006 <RESPDATE>DUE 012997 <CONTACT>POC Stephen Bell (Technical Questions) 912/652-6111 Randy Largeman (Contractual Questions) 912/652-5293. <DESC>Description of Work: Design and construct 1,200 sm two story Student Officers Quarters with 20 suites. Each suite will have a living/study area, a bedroom, a kitchen service area and a bathroom. Common laundry and housekeeping rooms will be included. An expansion of the existing chilled water plant is required. Other utilities to be provided from existing services. Site improvements include parking, sidewalks, pavilion and landscaping. The building will have exterior masonry walls, standing seam metal roofing and fire protection. Network Analysis System will be required. Estimated cost range of project is from $1,000,000 to $5,000,000. Charge for solicitation documents is $30. Make check payable to F&A Officer. Solicitation documents will be available December 16, 1996 (approx.). In order to receive documents in a timely manner, requests should be received by December 6, 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. <RECD>(I-337 SN007670) </PRESOL> <Q P='16'><PRESOL><Q P='10'> <DATE>1202 <YEAR>96 <ZIP>31401-3640 <CLASSCOD>Y—Construction of Structures and Facilities <OFFADD>U.S. Army Engineer District, Savannah, 100 W. Oglethorpe Avenue, Savannah, GA 31402 <SUBJECT>Y—F-15E AEROSPACE GROUND EQUIPMENT FACILITY/POD—SEYMOUR JOHNSON AFB, NC <SOLNBR>SOL DACA21-97-R-0007 <RESPDATE>DUE 012997 <CONTACT>POC Stephen Bell (Technical Questions) 912/652-6111 Randy Largeman (Contractual Questions) 912/652-5293. <DESC>Description of Work: Design and construct 3,025 sm one story building to be used for management and maintenance of 800 items of Aerospace Ground Equipment (AGE). Shop space, storage and supply space, and office space are included. Facility to have exterior masonry walls, steel frame, and standing seam metal roofing. Utilities to be provided from existing services. Site improvements include exterior parking for AGE and privately owned vehicles. Design and construct POD storage building. Building to be 375 sm pre-engineered metal building addition to existing Building No. 4711, the LANTIRN maintenance building. The addition will be used to store high value electronic counter measure (ECM) POD's for F-15E aircraft. Network Analysis System will be required. Estimated cost range of project is from $1,000,000 to $5,000,000. Charge for solicitation documents is $30. Make check payable to F&A Officer. Solicitation documents will be available December 16, 1996 (approx.). In order to receive documents in a timely manner, requests should be received by December 6, 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. <RECD>(I-337 SN007671) </PRESOL> <Q P='16'><MOD><Q P='10'> <DATE>1202 <YEAR>96 <ZIP>10278-0090 <CLASSCOD>Y—Construction of Structures and Facilities <OFFADD>US ARMY CORPS OF ENGINEERS, NEW YORK DISTRICT, Attn: CENAN-CT, 26 Federal Plaza, Rm 1843, New York, N.Y. 10278-0900 <SUBJECT>Y—UPGRADE SANITARY SEWERS PROJECTS 3, 4, 5, AND 8, AND LIFT STATIONS PROJECTS 3, 4, AND 5, PICATINNY ARSENAL, DOVER, NJ <SOLNBR>SOL DACA51-97-B-0003 <CONTACT>POC Michael McHugh, 212-264-5995. <DESC>This was first published in the Tuesday, 29 October 1996 issue of the Commerce Business Daily. This is not a small business set-aside, as was erroneously advertised by unofficial construction news sources. This is an 8(a) set-aside through the U.S. Small Business Administration, Newark, N.J. Anyone may purchase the solicitation material, but only 8(a) companies registered with the Newark, NJ office may bid as prime contractors. However, the plans and specifications will not be available until circa February 1997. Unless buyers of specs request a refund in writing, we will send the specs as they become available. No refunds will be made on requests received after specs are shipped. <RECD>(I-337 SN007672) </MOD> <Q P='16'><PRESOL><Q P='10'> <DATE>1202 <YEAR>96 <ZIP>31401-3640 <CLASSCOD>Y—Construction of Structures and Facilities <OFFADD>U.S. Army Engineer District, Savannah, 100 W. Oglethorpe Avenue, Savannah, GA 31402 <SUBJECT>Y—CONSTRUCTION OF JOINT STARS CHILD DEVELOPMENT CENTER, ROBINS AFB, GEORGIA <SOLNBR>SOL DACA21-97-B-0013 <RESPDATE>DUE 120896 <CONTACT>POC Derek Cudd, (912) 652-5688 or Elise DeLoache, Contract Specialist, (912) 652-5294. <DESC>The following solicitation was published in the December 2nd edition of the Commerce Business Daily. It is being republished in its entirety due to several omissions. Description of Work: Construction of a single story child development center with a concrete foundation, floor slab, masonry walls, structural steel frame, and standing seam metal roof system. Project also includes playground area, site work, fire protection, pavements and necessary support utilities. Network Analysis System will be required. Estimated cost range of project is from $1,000,000 to $5,000,000. Charge for solicitation documents is $45. Make check payable to F&A Officer. Solicitation documents will be available December 18, 1996 (approx.). In order to receive documents in a timely manner, requests should be received by December 10, 1996. 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. (TECHNICAL questions regarding this project should be addressed to the Project Manager, Mr. Derek Cudd, (912) 652-5688. CONTRACTUAL questions should be addressed to Ms. Elise DeLoache, (912) 652-5294.) Bidding on this solicitation is restricted to 8(a) firms serviced by the SBA Atlanta District Office pursuant to Public Law 100-656, Section 303(b). SIC code is 1542. <RECD>(I-337 SN007680) </PRESOL> <CLASS> <TITLE>Z Maintenance, Repair or Alteration of Real Property <PRESOL SEP='NONE'> <DATE>1120 <YEAR>96 <ZIP>20746 <CLASSCOD>Z—Maintenance, Repair or Alteration of Real Property <OFFADD>GSA, NCR, South Property Management Center (WPMFS), Federal Building #3, Room 1003, Suitland and Silver Hill Roads, Suitland, Maryland 20746 <SUBJECT>Z—CONCRETE AND ASPHALT WORK <SOLNBR>SOL WPMFS-97-018 <RESPDATE>DUE 123096 <CONTACT>POC Elaine Durbin, Contract Specialist, (301) 457-6000 <DESC>The South Property Management Center requires the contractor to furnish all labor, materials, supplies, equipment, and supervision to perform sidewalks, curbs, and other related concrete and asphalt work at the Suitland Federal Center, Suitland, Maryland. All work shall be accomplished in accordance with the best practices of the trade. This procurement is set-aside for emerging small business concerns under the Small Business Competitiveness Demonstration Program. All responsible, responsive sources may submit an offer which, if timely received, shall be considered by the agency. <RECD>(M-337 SN007530) </PRESOL> <Q P='16'><PRESOL><Q P='10'> <DATE>1126 <YEAR>96 <ZIP>02109-3572 <CLASSCOD>Z—Maintenance, Repair or Alteration of Real Property <OFFADD>National Park Service, New England System Support Office, 15 State Street, Boston, MA 02109-3572 <SUBJECT>Z—INTERIOR RESTORATION AT GENERAL GRANT NATIONAL MEMORIAL, MANHATTEN SITES, NEW YORK, NEW YORK. <SOLNBR>SOL 1443-IB4520-97-002 <RESPDATE>DUE 121896 <CONTACT>POC For plans and specifications contact Lisa Blair via mail at National Park Service, Contracting Division-7th floor, 15 State Street, Boston, MA 02109-3572 or via facsmile at (617) 223-5208. Technical questions will be handled by the Contracting Officer Richard J. Armenia, telephone (617) 223-5155. NO TELEPHONE REQUESTS FOR BID PACKAGES WILL BE ACCEPTED. <DESC>17. The work of this contract includes general cleaning of all marble surfaces including floors, walls, crypt ceiling, and trim. Isolated repair of damages plaster at dome, dome ring, and pendentives. Interior cleaning and painting of all finish plaster including barrel vaults, main dome, and gallery level columns. The estimated construction range of this project is $250,000.00 to $500,000.00. This solicitation will be pursuant to P.L. 100-656, Small Business Competitive Demonstration Program, and as such is open to all concerns regardless of size. all requests for solicitation packages must be made in writing, either by mailing to the above address or via fax at (617) 223-5208, attention Lisa Blair, Procurement Assistant. NO TELEPHONE REQUESTS FOR SOLICIATION PACKAGES WILL BE ACCEPTED. <RECD>(M-337 SN007577) </PRESOL> <Q P='16'><PRESOL><Q P='10'> <DATE>1202 <YEAR>96 <ZIP>22448-5000 <CLASSCOD>Z—Maintenance, Repair or Alteration of Real Property <OFFADD>OICC, Naval Surface Warfare Center, Code TKO, Building 108, Dahlgren, Virginia 22448-5000 <SUBJECT>Z—RADIO FREQUENCY TARGET SITE <SOLNBR>SOL N62477-96-B-2585 <RESPDATE>DUE 012297 <CONTACT>POC Lillian Suggs, Contracting Officer, Mimi Malone, Procurement Technician, 540/653-8671. <DESC>The work includes but is not limited to the provision of all plant, labor, materials, equipment, and performance of all work incidental to providing and installing a 135' long wooden pole, excavation, constructing a reinforced concrete slab, and constructing a reinforced concrete driveway. The estimated date for the availability of plans and specifications is December 1996. The time for completion is 150 calendar days. The estimated cost range is between $25,000 and $100,000. The SIC Code for this project is 1542. Cost of bid documents are $12.00 per set for specifications. No cash or personal checks will be accepted. Business Checks and money orders shall be made payable to the Treasurer of the United States. Payment must accompany your written request. No telephone or faxed requests will be accepted. Copies of plans and specifications are limited and will be distributed on a first come first serve basis. <RECD>(I-337 SN007602) </PRESOL> <Q P='16'><PRESOL><Q P='10'> <DATE>1129 <YEAR>96 <ZIP>19107 <CLASSCOD>Z—Maintenance, Repair or Alteration of Real Property <OFFADD>GSA Keystone Realty Svcs District (3PK), The Wanamaker Building Rm 727, 100 Penn Square East, Philadelphia, PA 19107-3396 <SUBJECT>Z—PLAZA REPAIR REPLACEMENT MOORHEAD FB PITTSBURGH, PA <SOLNBR>SOL GS03P97CDC1003 <RESPDATE>DUE 012197 <CONTACT>POC Contract Specialist, Lydia Domenech, (215) 656-6098 <DESC>Provide all labor, materials, supervision and equipment to repair and replace the existing plaza at the Wm. Moorhead Federal Building, 1000 Liberty Avenue, Pittsburgh, PA. The work shall include, but is not limited to, site preparation (e.g., removalof existing sidewalk) and site improvements (e.g., architectural, trees, plumbing, electrical and granite replacement). This project contains a base bid, three alternates, five options, and eight unit prices. This project is being issued as a small busines set-aside under the Small Business Competitiveness Demonstration Program. SIC code 1542. For copies of the specifications and drawings, please submit a written request to Ms. Donna England, GSA, Keystone Realty Services, 100 Penn Square East, Rm 725, Phila., PA 19107, or submit a fax to Ms. England on FAX number (215)656-5955. NOTE: Requests cannot be made via telephone. <RECD>(I-337 SN007614) </PRESOL> <Q P='16'><PRESOL><Q P='10'> <DATE>1127 <YEAR>96 <ZIP>28402 <CLASSCOD>Z—Maintenance, Repair or Alteration of Real Property <OFFADD>USAED WILMINGTON DISTRICT, CONTRACTING DIVISION W81LJ8, PO BOX 1890 (DARLINGTON AVE 28401-1343), WILMINGTON NC 28402-1890 <SUBJECT>Z—MAINTENANCE DREDGING IN MANTEO (SHALLOWBAG) BAY, NC (OLD HOUSE CHANNEL AND CHANNEL TO WANCHESE) <SOLNBR>SOL CEWCOD-7330-0002 <CONTACT>POC DIANE GREENE/CESAW-CO-ON (910-251-4410); HILDA D. AYERS/CONTRACT SPECIALIST (Site Code DACW54) <DESC>Work consists of maintenance dredging in Manteo (Shallowbag) Bay, NC (Old House Channel and Channel to Wanchese). Estimated quantity of material to be removed is 200,000 cubic yards. Some diking will be required. Work is to be completed within 90 day after contractor receipt of NOTICE TO PROCEED. Estimated cost range of the project is $500,000—$1,000,000. Advertising date is scheduled for 9 DEC 1996 with bid opening on or about 8 JAN 1997. Plans and specifications are $20.00 per set and will be avaiable on or about 9 DEC 1996. Specifications only are $5.00 each. Make checks or money orders payable to "FAO, USAED, WILMINGTON". No refunds will be made and material need not be returned. Evaluation Preference for Small Disadvantaged Business (SDB) Concerns in Construction Acquisition—Test Program, as set forth in DFARS 219.72 will apply to this acquisition. UNRESTRICTED. SIC CODE: 1629. <RECD>(I-337 SN007628) </PRESOL> <Q P='16'><PRESOL><Q P='10'> <DATE>1127 <YEAR>96 <ZIP>28402 <CLASSCOD>Z—Maintenance, Repair or Alteration of Real Property <OFFADD>USAED WILMINGTON DISTRICT, CONTRACTING DIVISION W81LJ8, PO BOX 1890 (DARLINGTON AVE 28401-1343), WILMINGTON NC 28402-1890 <SUBJECT>Z—MAINTENANCE DREDGING IN SILVER LAKE HARBOR, NC (TEACHES HOLE AND BIG FOOT SLOUGH), ROLLINSON CHANNEL, NC, AND RODANTHE, NC <SOLNBR>SOL CEWCOD-7330-0003 <CONTACT>POC DIANE GREENE/CESAW-CO-ON (910-251-4410); HILDA D. AYERS/CONTRACT SPECIALIST (Site Code DACW54) <DESC>Work consists of Maintenance Dredging in Silver Lake Harbor, NC (Teaches Hole and Big Foot Slough), Rollinson Channel (Hatteras to Hatteras Inlet), and Rodanthe, NC. Estimated quantity of material to be removed is 400,000 cubic yards. Some diking wil be required. Work is to be completed within 90 days after contractor receipt of NOTICE TO PROCEED. Estimated cost range of the project is $1,000,000—$5,000,000. Advertising date is scheduled for 9 DEC 1996 with bid opening on or about 8 JAN 1997. Plans nd specifications are $20.00 per set and wil be available on or about 9 DEC 1996. Specifications only are $5.00 each. Make check or money order payable to "FAO, USAED, WILMINGTON". No refunds will be made and material need not be returned. Evaluation Preference for Small Disadvantaged Business (SDB) Concerns in Construction Acquisition—Test Program,as set forth in DFARS 219.72 will apply to this acquisition. If Large Business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a SUBCONTRACTING PLAN to be submitted and approved prior to contract award. SOLICITATION NO. DACW54-97-B-0007. UNRESTRICTED. SIC CODE: 1629. <RECD>(I-337 SN007629) </PRESOL> <Q P='16'><PRESOL><Q P='10'> <DATE>1127 <YEAR>96 <ZIP>98124-3755 <CLASSCOD>Z—Maintenance, Repair or Alteration of Real Property <OFFADD>US ARMY, CORPS OF ENGINEERS, SEATTLE DISTRICT, PO BOX 3755, SEATTLE WA 98124-3755 <SUBJECT>Z—CHEMICAL DEMILITARIZATION DOPOT SUPPORT FACILITIES, UMATILLA DEPOT ACTIVITIES, HERMISTON, OR <SOLNBR>SOL DACA67-97-B-0018 <RESPDATE>DUE 072197 <CONTACT>POC Contract Specialist Rose N Porcincula (206) 764-3653 (Site Code DACA67) <DESC>Provide an approximately 2000-SF addition, including electrical and mechanical appurtenances, to an existing 10,000-SF Laundry Facility, slab-on-grade, non-combustible metal construction. Remodel existing Change House building of similar construction Provide heating to existing Mustard Storage Facility. Provide asphalt paving overlay on road shoulders and parking lot(total area approximately 18,000 SY). Provide new septic tank and pressurized drainfield to accommodate average flow of 5100 gpd and peakflow 23,400 gpd. Plans and specs available on or about 20 DEC 96 at no charge per set. No individual sheets are available. Documents will be issued on a first come, first served basis until supply is exhausted. No phone requests accepted. Refer to IFB Number DACA67-97-B0018 when ordering. Requests must be in writing and must be received before bid documents will be mailed. Requests may be FAXed to (206)764-6817 r sent via eMail to plans-room-cenps-ct@nps.usace.army.mil confirmation copy need not be mailed. Please be sure to include if you area Prime, Sub or Plans Room. Plans and specs may be picked up from the Plans Room Monday thru Friday between the hours of 7:0 A.M. and 3:30 P.M.Submit requests by 13 DEC 96. Estimated dollar value is in the range of $1,000,000.00 to $5,000,000.00 and completion period is 520 days. Standard Industrial Classification Code 1629. Project is open to both large and small business. If you are a large business and your bid or proposal will exceed $1,000,000 you will be required to submit a subcontracting plan. <RECD>(I-337 SN007630) </PRESOL> <Q P='16'><PRESOL><Q P='10'> <DATE>1129 <YEAR>96 <ZIP>32232-0019 <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 <SOLNBR>SOL DACW17-97-B-0006 <RESPDATE>DUE 013097 <CONTACT>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. 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 with allowable overdeph 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. Method of dredging is unrstricted. Magnitude of construction is between $1,000,000 to $5,000,000. Pre-Solicitation Notice will be issued on or about 29 Nov 96. Invitation DACW17-97-B-0006 will be issued on or about 30 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 ACQUISITIONIS SET-ASIDE FOR SMALL BUSINESSES. NOTE: Contracting information for the Jacksonville District is now available at our web site: <RECD>(I-337 SN007636) </PRESOL> <Q P='16'><MOD><Q P='10'> <DATE>1129 <YEAR>96 <ZIP>98124-3755 <CLASSCOD>Z—Maintenance, Repair or Alteration of Real Property <OFFADD>US ARMY, CORPS OF ENGINEERS, SEATTLE DISTRICT, PO BOX 3755, SEATTLE WA 98124-3755 <SUBJECT>Z—FY97 CRAB MITIGATION, GRAYS HARBOR, WASHINGTON <SOLNBR>SOL DACW67-97-B-0013 <RESPDATE>DUE 021497 <CONTACT>POC Contract Specialist Leslie J Lovata (206) 764-6865 (Site Code DACA67) <DESC>Correction: Project is open to both large and small business. <RECD>(I-337 SN007638) </MOD> <Q P='16'><PRESOL><Q P='10'> <DATE>1122 <YEAR>96 <ZIP>30345 <CLASSCOD>Z—Maintenance, Repair or Alteration of Real Property <OFFADD>Fish and Wildlife Service, 1875 Century Blvd., Suite 310, Atlanta, Georgia 30345 <SUBJECT>Z—REPLACEMENT OF EXISTING SPRING AND REUSE WATER PUMPS <SOLNBR>SOL FWS-4-97-3005 <RESPDATE>DUE 012197 <CONTACT>POC Contact Demetria Wilson, Procurement Technician; Wanda Purdy, Contracting Officer <DESC>Replace existing water pumps in spring pump building and reuse pump building at Erwin National Fish Hatchery, Erwin, Tennessee. This is a small business set-aside. Tentative issue date of Request for Quotes is 12/19/96, with quotations due by 4:00 p.m. on 01/21/97. Only written requests for RFQ will be accepted; they can be faxed to 404/679-4057. Request shall include RFQ number, company name, address, telephone number, facsimile number and business size. The SIC code is 1623 with a corresponding small business size standard of $17.0 million. A firm fixed price purchase order will be issued. The period of performance is 120 calendar days from receipt of purchase order. Anticipated award date is 01/28/97. <RECD>(I-337 SN007649) </PRESOL> <Q P='16'><PRESOL><Q P='10'> <DATE>1202 <YEAR>96 <ZIP>85012 <CLASSCOD>Z—Maintenance, Repair or Alteration of Real Property <OFFADD>Department of Veterans Affairs, Acquisition Division (90C), VA Medical Center, 650 East Indian School Road, Phoenix, AZ 85012 <SUBJECT>Z—REROOF SOUTHEAST CLINIC <SOLNBR>SOL IFB 644-7-97 <RESPDATE>DUE 012397 <CONTACT>POC Contracting Officer, Peggy Cook, (602)222-6405 <DESC>Reroof Southeast Clinic. Work includes the replacement of existing built-up roof system (approximately 87,000 square feet) on a single story structure. The installation of APP modified bitumen roofing membrane and granulated modified bitumen roofing memberane. Provide nonprorated 20 year warranty covering materials and workmanship. Contractor should be advised this roof has a double rock on it now. Bid packages shall be available on or about December 23, 1996. A nonmandatory prebid conference shall be held at the Williams Outpatient Satellite Clinic on January 7, 1996 at 9:00 a.m. local time, at the Williams Gateway Airport, 6001 South Power Road, Mesa, Arizona (formerly Williams Air Force Base). Estimated price range is $500,000 and $1,000,000. The Standard Industrial Classification Code for this project is 1761. All responsible sources may submit an offer which shall be considered. Only written or FAX requests for a bid package will be honored. FAX number is 602-222-6467. One set of drawings and specifications per firm. Bid packages shall be on a first come first served basis with only fifty (50) copies being available. Award is subject to the availability of funds. <RECD>(I-337 SN007690) </PRESOL> <Q P='16'><PRESOL><Q P='10'> <DATE>1202 <YEAR>96 <ZIP>19113-2090 <CLASSCOD>Z—Maintenance, Repair or Alteration of Real Property <OFFADD>Northern Division, NAVFACENGCOM, 10 Industrial Highway, Mail Stop #82, Lester, PA 19113-2090 <SUBJECT>Z—BOILER PLANT MODIFICATION, PORTSMOUTH NAVAL SHIPYARD, KITTERY, ME. <SOLNBR>SOL N62472-96-R-0451 <RESPDATE>DUE 013197 <CONTACT>POC Patti Hemingway, Contract Specilaist, 610-595-0630. <DESC>This is a Procurement Notice. The Department of the Navy intends to issue a Request for Proposals (RFP) for Boiler Plant Modifications at the Portsmouth Naval Shipyard, Kittery, ME. Proposals will be evaluated on the basis of the following evaluation factors: 1) Price, 2) Technical/Management factors including a)Experience, b)Schedule, c)Corporate Management, and d) Selected System/Products/Subcontractors. This work includes modernizing and converting the four existing field erected boilers in the boiler plant, Building #72, at the Portsmouth Naval Shipyard, to fire natural gas and #2 fuel oil as the plant fuels in lieu of the existing #6 fuel oil. It also replaces furnace refactory in three of the four boilers and brings the plant up to current environmental air emission requirements for these new fuels, and incidental related work. (NOTE: A supply of natural gas to the boiler plant from outside sources is not part of this contract.) Estimated cost range is between $5,000,000 and $10,000,000. The SIC code is 1711 and the size standard is $7.0 million are applicable to this contract. The proposed contract (solicitation) will be issued as unrestricted. There will be a $95 fee required for bidding documents. The issue date is 13 December 1996 and the date of receipt of proposals is 31 January 1997 at 4:00 p.m. at Northern Division, Naval Facilities Engineering Command, 10 Industrial Highway, Mail Stop #82, Lester, PA 19113-2090. A pre-proposal conference/site visit is scheduled for 09 January 1997. The contract completion is 1350 calendar days. Bidders/offerors interested in obtaining plans and specifications for this project must submit their request along with a business check or cashier check in the amount of $95.00 (NO FAXED REQUEST WILL BE ACCEPTED) to: Defense Printing Services Detachment Branch Office, ATTN: Ms. Donna Szlener, Philadelphia Naval Base, Building 77L, Philadelphia, PA 19112-5094. Each check must be made payable to the U.S. Treasury and annotated with the applicable solicitation number. Two sets of plans and specifications will be made available to those contractors who have tendered payment. If contract number is not annotated as required or check is not made payable to the U.S. Treasury, your check will be returned unprocessed. (No personal checks will be accepted. No plans and specifications will be issued until proper payment has been received). If you would like further information on the mailing of this solicitation package via expedited courier service please contact Ms. Donna Szlener, at 215-897-6551. For technical questions concerning the subject notice, please fax to Patricia Hemingway, at 610-595-0644, or call her at 610-595-0630. Proposals and the Solicitation is subject to evaluation criteria set forth in DFAR 252.219-7003—Notice of Evaluation Preference for Small Disadvantaged Business Concerns- Construction Acquisitions—Test Program (APR 1996). <RECD>(I-337 SN007703) </PRESOL> <Q P='16'><MOD><Q P='10'> <DATE>1202 <YEAR>96 <ZIP>32228-0157 <CLASSCOD>Z—Maintenance, Repair or Alteration of Real Property <OFFADD>Commanding Officer, Navy Public Works Center, Jacksonville, P.O. Box 30, Jacksonville, Florida 32212-0030 <SUBJECT>Z—REPLACEMENT OF REDWOOD FENCE <SOLNBR>SOL N68931-97-Q-3006 <RESPDATE>DUE 121696 <CONTACT>POC Tammy Szydolski or Vickie Hunter, Contracting Officers <DESC>CORRECTION: The deadline for the receipt of bids for this solcitiation is changed to 12/16/96. All other information publicized in the original synopsis is correct. Send to P.O. Box 157, Naval Station Mayport, Mayport Florida 32228-0157. <EMAIL> <ADDRESS>fjanosic&llmdash;at&llmdash;pwcoa@jaxmail.navy.mil <DESC>my mailbox— <RECD>(W-337 SN007706) </MOD> <Q P='16'><PRESOL><Q P='10'> <DATE>1202 <YEAR>96 <ZIP>20374-5095 <CLASSCOD>Z—Maintenance, Repair or Alteration of Real Property <OFFADD>901 M Street, S.E., Washington Navy Yard, Building 175, Washington, DC 20374-5095 <SUBJECT>Z—REPLACE EXIT FIRE DOORS, BUILDING 2106, MARINE CORP AIR FACILITY QUANTICO VA <SOLNBR>SOL N68925-96-Q-A714 <RESPDATE>DUE 010697 <CONTACT>POC Vivette Moore, Purchasing Agent, (202) 685-8236. <DESC>The work includes but is not limited to the demolition, removal and replacement of existing fire and exit doors (including hardware) of Building 2106 and incidental related work. This solicitation is unrestricted and open to participation to all interested firms. Quotes are due 6 January 1997 at 2:00pm at which time they will be privately recorded. Results will be made of the contract award upon receipt of a separate written request. Solicitations may be picked up in person from Building 166, 1st floor, Washington Navy Yard. The solicitation will be available approximately 5 December 1996. There is no charge for plans and specifications; however, only one set per firm will be issued on a first-come first-serve basis. Inquiries regarding technical clarifications must be submitted in writing to FAX (202) 685-8236. Telephone inquiries/requests will not be honored * <RECD>(I-337 SN007714) </PRESOL> <Q P='16'><PRESOL><Q P='10'> <DATE>1104 <YEAR>96 <ZIP>72079-9502 <CLASSCOD>Z—Maintenance, Repair or Alteration of Real Property <OFFADD>DHHS/FDA/NCTR, Contracts Branch, HFT-322, 3900 NCTR Road, Jefferson, Arkansas, 72079-9502 <SUBJECT>Z—MODIFICATION OF EXISTING DEMOLITION/RESTORATION CONTRACT <SOLNBR>SOL 221-95-9617 <CONTACT>POC Priscella Thomas Sullivan, Contracting Officer, 501/543-7271 <DESC>NCTR intends to negotiate on a sole source basis with Richardson Enterprises, Inc., 1312 Main St., North Little Rock, AR 72215 for an extension to the contract for demolition and restoration services of defense equipment in several buildings at the NCTR facility. The work includes but is not limited to architectural, mechanical, electrical demolition, hazardous material and asbestos removal and disposal, and demolition of defense equipment as well as architectural, mechanical and electrical restoration. Restoration work includes architectural, mechanical and electrical work, with a considerable amount of the architectural efforts involving concrete floor repair. This is not a request for competitive proposals. Interested parties may identify their interest and capabilities in their response. Responses to this announcement, referencing synopsis number 221-95-9617, may be submitted to HHS/PHS/FDA/NCTR, 3900 NCTR Road, ATTN: P. T. Sullivan, HFT322, Jefferson, AR 72079-0952. All responses received within 30 days after date of publication of this synopsis will be considered by the Government. A determination not to compete this proposed contract modification based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. <RECD>(I-337 SN007719) </PRESOL> <Q P='16'><PRESOL><Q P='10'> <DATE>1202 <YEAR>96 <ZIP>02841 <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—RE-POINT EXTERIOR WALLS, QUARTERS F, NAVAL HOSPITAL, NEWPORT, RI <SOLNBR>SOL N62472-97-Q-6904 <RESPDATE>DUE 070196 <CONTACT>POC Ms. East, Procurement Technician, 401-841-2543. <DESC>The work includes Re-pointing of Quarters F, Naval Hospital, including but not limited to, re-pointing, replacing and repair of existing exterior brick, repairing and repainting of lintels; removal and disposal of loose lead paint on the dormers, porch, etc; and incidental related work by means of a Firm Fixed Price Simplified Acquisition. The SIC code is 1741 and the small business size standard is $7.0 million. The cost range: $25,000—$100,000. This solicitation will be issued unrestricted. The date quotes are due will be indicated on the Standard Form 18 included in the solicitation package. Quoters may request solicitation packages in writing to ROICC, NAVFAC Contracts, NETC, Bldg 1, Simonpietri Dr., Newport, RI 02841-1712 or Fax (401) 841-1349 by 24 Dec 96. The solicitation packages will be available on a first come first served basis. <RECD>(I-337 SN007750) </PRESOL> <SUPPETC> <TITLE>Supplies, Equipment, and Materials <CLASS> <TITLE>10 Weapons <PRESOL SEP='NONE'> <DATE>1202 <YEAR>96 <ZIP>61299-7630 <CLASSCOD>10—Weapons <OFFADD>US Army Armament and Chemical Acquisition and Logistics Activity (ACALA) Attn: AMSTA-AC-PCC (FMU), Rock Island, IL 61299-7630 <SUBJECT>10—GUNNERS HANDSTATION <SOLNBR>SOL DAAE20-97B0013 <RESPDATE>DUE 012497 <CONTACT>POC Contract Specialist: Kathy Lannan (309) 782-6444, PCO: Allen J. Hale (309) 782-6736 <DESC>1005-01-112-1629, Part Number 12292346. Gunners Handstation Assembly consisting of left and right hand control handles with thumb switches. Includes cast aluminum housing, internal electronic control mechanism and associated wiring harness, ANSI/ISO/ASQC Q9002 or equivalent inspection reiteria required. Requirements are 209 ea gunners handstation. For use of the Bradley Fighting Vehicle. FOB is destination. All or part of this action is an unfunded FY 97 requirement. Requirement must be manufactured in the US or Canada. The proposed contract will include a 100 percent option. First Article Test is required. ANSI/ISO/ASQC Q9001 or equivalent inspection is required. Estimated issue date of this solicitation is 122496. Failure to properly address requests for solicitation in accordance with this CBD notice will result in non-receipt of the solicitation package. Failure to properly address bids/offers in accordance with solicitation instructions may result in a late bid which cannot be considered. Written, fax or electronic requests for solicitation packages are accepted. No telephone requests will be honored. Requests for copies of this solicitation should include your commercial and government entity (CAGE)(if a CAGE code has been assigned to you) along with your name, address, datafax number, and solicitation number. The fax number for requests is (309) 782-4728. Electronic requests may be accepted through the Automated Acquisition Information System (AAIS). All ACALA solicitations are available for viewing/downloading, in addition to procurement history, via the AAIS. The AAIS can be accessed electronically, 24 hours a day, using a modem set to dial (309) 782-7648. Terminal emulation should be VT100, no parity, 8 data bits and 1 stop bit. Once connected, enter "aais" at the "LOGIN" prompt. At the "PASSWORD" prompt depress the "ENTER" key. If electronic means is not possible, procurement history will be provided telephonically at (309) 782-8094 on a limited basis. <RECD>(I-337 SN007723) </PRESOL> <CLASS> <TITLE>12 Fire Control Equipment <PRESOL SEP='NONE'> <DATE>1202 <YEAR>96 <ZIP>61299-7630 <CLASSCOD>12—Fire Control Equipment <OFFADD>US Army Armament and Chemical Acquisition and Logistics Activity (ACALA) Attn: AMSTA-AC-PCC (FQV), Rock Island, IL 61299-7630 <SUBJECT>12—GUNNER'S AUXILIARY SIGHT <SOLNBR>SOL DAAE20-97R0026 <RESPDATE>DUE 012497 <CONTACT>POC Contract Specialist: Irene Mawson (309) 782-3810, PCO: Dave L. Elliott (309) 782-3814 <DESC>1240-01-370-3674, Part Number 12911760, requirements are 150 ea Gunner's Auxiliary Sight. For use of the M1A2. FOB is Origin. All or part of this action is an unfunded FY97 requirement. Limited competition between OMI Acquisition Corp., 2330 Commerce Park NE, Suite #2, Palm Bay, FL 32905, and Kollmorgen Corp., 347 King St., Northampton, MA 01060-2390. Offers from concerns other than the above are not solicited. First Article test is required. Estimated issue date of this solicitation is 122496. Failure to properly address requests for solicitation in accordance with this CBD notice will result in non-receipt of the solicitation package. Failure to properly address bids/offers in accordance with solicitation instructions may result in a late bid which cannot be considered. Written, fax or electronic requests for solicitation packages are accepted. No telephone requests will be honored. Requests for copies of this solicitation should include your commercial and government entity (CAGE)(if a CAGE code has been assigned to you) along with your name, address, datafax number, and solicitation number. The fax number for requests is (309) 782-4728. Electronic requests may be accepted through the Automated Acquisition Information System (AAIS). All ACALA solicitations are available for viewing/downloading, in addition to procurement history, via the AAIS. The AAIS can be accessed electronically, 24 hours a day, using a modem set to dial (309) 782-7648. Terminal emulation should be VT100, no parity, 8 data bits and 1 stop bit. Once connected, enter "aais" at the "LOGIN" prompt. At the "PASSWORD" prompt depress the "ENTER" key. If electronic means is not possible, procurement history will be provided telephonically at (309) 782-8094 on a limited basis. <RECD>(I-337 SN007724) </PRESOL> <CLASS> <TITLE>20 Ships and Marine Equipment <PRESOL SEP='NONE'> <DATE>1102 <YEAR>96 <ZIP>34011-2300 <CLASSCOD>20—Ships and Marine Equipment <OFFADD>Panama Canal Commission, Logistical Support Division, Inventory Management Branch, Unit 2300, APO, AA 34011-2300 <SUBJECT>20-MARINE FENDERS, RUBBERS AS PER PCC SPECS <SOLNBR>SOL IAP-768,400-01 <RESPDATE>DUE 122096 <CONTACT>POC Myrna de Arrue, Material Manager #2, (507) 272-4602, Myrna de Arrue, Contracting Officer, (507) 272-4602 <DESC>Tugboat marine rubber fenders, Side, hollow, rectangular, cross section 7 x 10 inches, bore 3-1/2 in. length 18 ft.-00 inch, straight length. Material as per PCC specs. Qty. 40 ea. Award shall be based on Price, Delivery and Past Performance. Additional information regarding the Past Performance may be required. When requesting solicitation state Name, Address, and solicitation number. Request will be accepted by facsimile at 011-507-272-7588, or telex 3034 PCCAMRM PG. All responsible sources may timely submit an offer which shall be considered by the Commission. <RECD>(I-337 SN007662) </PRESOL> <Q P='16'><PRESOL><Q P='10'> <DATE>1202 <YEAR>96 <ZIP>31547-2617 <CLASSCOD>20—Ships and Marine Equipment <OFFADD>FISC Norfolk Kings Bay Det, 930 USS Hunley Ave Rm 211, NAVSUBASE Kings Bay GA 31547- <SUBJECT>20—SUBMARINE FENDERS <SOLNBR>SOL N46450-96-Q-1538 <RESPDATE>DUE 122096 <CONTACT>POC Contact Sue Soto, Contract Specialist, 912/673-2001, extension 9331, Facsimile machine number 912/673-2131. <DESC>Commander Submarine Squadron Twenty requires various sizes and quantities of submarine fenders. Requests for solicitation must be in writing and cite the RFP/RFQ number. Requests via facsimile machine will be honored. <RECD>(I-337 SN007748) </PRESOL> <CLASS> <TITLE>23 Ground Effect Vehicles, Motor Vehicles, Trailers, and Cycles <PRESOL SEP='NONE'> <DATE>1202 <YEAR>96 <ZIP>22310-3398 <CLASSCOD>23—Ground Effect Vehicles, Motor Vehicles, Trailers, and Cycles <OFFADD>Defense Special Weapons Agency, 6801 Telegraph Rd., Alexandria, VA 22310-3398 <SUBJECT>23—MOBILE HOME/OFFICE TRAILER WITH EUROPEAN STANDARD POWER <SOLNBR>SOL N/A <CONTACT>POC Susan Benik, Negotiator, (703) 325-6962, Edward Archer, Contracting Officer, (703) 325-5028. <DESC>The Defense Special Weapons Agency (DSWA) has a requirement for a mobile home/office trailer with European Standard Power. This trailer will be provided to Kazakstan to support Strategic Offensive Arms Elimination (SOAE) as authorized by the Nunn-Lugar Cooperative Threat Reduction (CTR) legislation. This is a total small business set-aside. See Note 1. All requests for the RFP must be in writing. Faxed requests are acceptable and shall be faxed to the attention of Susan L. Benik at (703) 325-9291. If the request is faxed, no hard copy is required. Information on DSWA solicitations, already released, can be obtained by calling the DSWA Hotline at (703) 325-1173. As of 31 May 96, Acquisition Management has added "Procurement Opportunities" to the DSWA Home Page available on the World Wide Web. Information will include this synopsis and more. Please check us out at www.dswa.mil. Reference Synopsis No. 97-18 <RECD>(I-337 SN007725) </PRESOL> <CLASS> <TITLE>25 Vehicular Equipment Components <PRESOL SEP='NONE'> <DATE>1202 <YEAR>96 <ZIP>20590 <CLASSCOD>25—Vehicular Equipment Components <OFFADD>DOT, FED HWY ADMN, Office of Acquisition Management, 400 7TH ST, SW, Room 4410, Washington, DC 20590 <SUBJECT>25—LATERAL POSITIONING SYSTEM <SOLNBR>SOL DTFH61-97-Q-00033 <RESPDATE>DUE 122096 <CONTACT>POC Viola Compton, Contract Specialist, HAM-40G, (202) 366-4239. <DESC>The Federal Highway Administration (FHWA) plans to negotiate a Purchase Order with AssistWare Technology for the purchase of a Lateral Positioning System to be installed on a commercial vehicle. This is an integrated hardware/software lane position and curvature estimation system capable of tracking the road under a wide range of environmental and pavement conditions while also warning the driver when the vehicle is moving out of the lane. This system is designed to interface with an electronic steering actuation system that will allow the vehicle steering function to be fully automated. This vehicle will be used by FHWA for demonstrations of the latest Advanced Vehicle Control Systems (AVCS) technologies. This is a Simplified Acquisition. <RECD>(I-337 SN007684) </PRESOL> <CLASS> <TITLE>28 Engines, Turbines and Components <PRESOL SEP='NONE'> <DATE>0312 <YEAR>96 <ZIP>34011-5000 <CLASSCOD>28—Engines, Turbines and Components <OFFADD>Panama Canal Commission, Logistical Support Division, APO Miami, FL 34011-5000 <SUBJECT>28-VOLVO PENTA MARINE DIESEL ENGINE <SOLNBR>SOL PAC-83117-KS-29 <RESPDATE>DUE 011297 <CONTACT>POC CARLOS A. FRANKLIN, CONTRACT SPECIALIST, (507) 272-4658, GARRY M. ANDERSON, CONTRACTING OFFICER, (507) 272-4658 <DESC>VOLVO PENTA MARINE DIESEL ENGINE MODEL TAMD 61A RATED 306 HP. 2800 RPM. QUANTITY 2 EACH. DELIVERY 30 DAYS FOB JEFFERSON, LA OR 60 DAYS CIF/FOB BALBOA, REPUBLIC OF PANAMA AFTER RECEIPT OF NOTICE OF AWARD. WHEN REQUESTING SOLICITATION, STATE NAME, ADDRESS AND SOLICITATION NUMBER. REQUESTS WILL BE ACCEPTED BY FACSIMILE AT 011-507—272-7661/1512. ALL RESPONSIBLE SOURCES MAY SUBMIT AN OFFER WHICH SHALL BE CONSIDERED BY THE COMMISSION. BASIS OF AWARD MAY BE MADE ON "BEST VALUE" RATHER THAN THE LOWEST PRICE. IN DETERMINING "BEST VALUE" FACTORS SUCH AS EXPERIENCE, PAST PERFORMANCE, AND RESPONSIBILITY SHALL BE CONSIDERED TO ENSURE THAT THE PURCHASE IS ADVANTAGEOUS TO THE COMMISSION. <RECD>(I-337 SN007652) </PRESOL> <Q P='16'><PRESOL><Q P='10'> <DATE>1127 <YEAR>96 <ZIP>17055-0788 <CLASSCOD>28—Engines, Turbines and Components <OFFADD>NAVAL INVENTORY CONTROL POINT—MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 <SUBJECT>28-NOZZLE,TURBINE,NONA <SOLNBR>SOL N0010497T0814 <RESPDATE>DUE 011697 <CONTACT>POC Contact Point, Michael P Furry, 02112.12, (717)790-1470, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, James A Komaromy, 02112, (717)790-2854 <DESC>NSN 7H-2835-01-282-9089, SPEC NR TDP VER 002, Ref Nr L25690G03, Qty 9 EA, Delivery FOB Origin—All firms should include their cage code on solicitation requests. All responsible sources may submit an offer which will be considered ., See Notes 9,22 <RECD>(I-337 SN007656) </PRESOL> <Q P='16'><PRESOL><Q P='10'> <DATE>1127 <YEAR>96 <ZIP>17055-0788 <CLASSCOD>28—Engines, Turbines and Components <OFFADD>NAVAL INVENTORY CONTROL POINT—MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 <SUBJECT>28-SEAL,INTERSTAGE,TUR <SOLNBR>SOL N0010497T0815 <RESPDATE>DUE 011697 <CONTACT>POC Contact Point, Michael P Furry, 02112.12, (717)790-1470, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, James A Komaromy, 02112, (717)790-2854 <DESC>NSN 7H-2835-01-282-9008, SPEC NR TDP VER 002, Ref Nr 9311M28G05, Qty 16 EA, Delivery FOB Origin—All firms should include their cage code on solicitation requests. All responsible sources may submit an offer which will be considered ., See Notes 9,22 <RECD>(I-337 SN007657) </PRESOL> <CLASS> <TITLE>29 Engine Accessories <PRESOL SEP='NONE'> <DATE>1203 <YEAR>96 <ZIP>34011-5000 <CLASSCOD>29—Engine Accessories <OFFADD>Panama Canal Commission, Logistical Support Division, APO Miami, FL 34011-5000 <SUBJECT>29-STAINLESS STEEL REPAIR CLAMPS <SOLNBR>SOL PAP-83260-NJ-29 <RESPDATE>DUE 011297 <CONTACT>POC CARLOS A. FRANKLIN, CONTRACT SPECIALIST, (507) 272-4658, GARRY M. ANDERSON, CONTRACTING OFFICER, (507) 272-4658 <DESC>PARTS FOR MAINTENANCE AND REPAIR OF WATER SYSTEM. QUANTITY: VARIOUS. DELIVERY 30 DAYS AFTER RECEIPT OF NOTICE OF AWARD. WHEN REQUESTING SOLICITATION, STATE NAME, ADDRESS AND SOLICITATION NUMBER. REQUEST WILL BE ACCEPTED BY FACSIMILE AT 011-507-272-7661/1512. ALL RESPONSIBLE SOURCES MAY SUBMIT AN OFFER WHICH SHALL BE CONSIDERED BY THE COMMISSION. BASIS OF AWARD MAY BE MADE ON "BEST VALUE" RATHER THAN THE LOWEST PRICE. IN DETERMINING "BEST VALUE" FACTORS SUCH AS EXPERIENCE, PAST PERFORMANCE, AND RESPONSIBILITY SHALL BE CONSIDERED TO ENSURE THAT THE PURCHASE IS ADVANTAGEOUS TO THE COMMISSION. <RECD>(I-337 SN007651) </PRESOL> <CLASS> <TITLE>31 Bearings <MOD SEP='NONE'> <DATE>1202 <YEAR>96 <ZIP>63120-1798 <CLASSCOD>31—Bearings <OFFADD>U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd St. Louis, MO 63120 <SUBJECT>31—ROLLER BEARING, AIRFRAME <SOLNBR>SOL DAAJ09-97-R-0094 <RESPDATE>DUE 010397 <CONTACT>POC Phil Eatherton, Contract Specialist, 314-263-0733 or Ms. Rita Surgeon, Contracting Officer, 314-263-0742. <DESC>The previous synopsis is amended to read, "Applicable to the CH-47 Aircraft." "Required delivery after First Article Testing, 131 each, 450 DACA. Add after, Approved sources are Boeing Defense and Space Group, Roller Bearing Company of America and FAG Bearings Corporation. "Pursuant to DFARS 225.7019-1(b), please identify the place of manufacture of bearings and bearing components. Sources that provide a bearing not manufactured in the United States or Canada will not be considered for award. Only items of domestic manufacture will be considered for award." <RECD>(I-337 SN007716) </MOD> <CLASS> <TITLE>34 Metalworking Machinery—Potential Sources Sought <SRCSGT SEP='NONE'> <DATE>1129 <YEAR>96 <ZIP>98115-0070 <CLASSCOD>34—Metalworking Machinery—Potential Sources Sought <OFFADD>U. S. Department of Commerce, National Oceanic & Atmospheric Administration, Western Administrative Support Center, Acquisition Management Division, Procurement Branch, WC33, 7600 Sand Point Way NE, BIN C15700, Seattle, WA 98115-0070. <SUBJECT>34—SOLICITATION WASC7-645 FOR BRIDGEPORT EZ-PATH 2 AUTOMATED LATHE <SOLNBR>SOL WASC7-645 <RESPDATE>DUE 121896 <CONTACT>POC Bernice Robinson, Telephone number (206) 526-6043. fax (206) 526-6025. <DESC>Solicitation RFQ WASC7-645 issued by National Oceanic Atmospheric Administration, NOAA, Procurement Branch, Pacific Marine Environmental Laboratory to purchase 1386500 Bridgeport EZ-Path 2 Automated Lathe with machine options:—11865608 Steady Rest w/rollers —11865610 16" Face Plate with T-slots—12865613 10" three jaw check, w/hard jaws—11865622 Extra soft jaws, set of three (3 sets) —12865617 5C manual collect kit, air type —12865601 basic tooling package —Trade-in of Government owned lathe Monarch 10" EE Serial #42446. Quote shall be F.O.B. Destination. Delivery shall be made by January 6, 1997. Qualified vendors must provide in writing company name, address, point of contact, phone/fax numbers, technical literature and pricing information. This request for Quotation will close 12/18/96. This is a small purchase acquisition. <RECD>(I-337 SN007582) </SRCSGT> <CLASS> <TITLE>45 Plumbing, Heating and Sanitation Equipment <PRESOL SEP='NONE'> <DATE>1126 <YEAR>96 <ZIP>66027-1389 <CLASSCOD>45—Plumbing, Heating and Sanitation Equipment <OFFADD>DIRECTORATE OF CONTRACTING, ATTN: ATZL-GCC, 600 THOMAS AVENUE, BLDG 198, FT LEAVENWORTH KS 66027-1389 <SUBJECT>45—MISCELLANEOUS BOILERS AND PARTS <SOLNBR>SOL DABT19-97-B-0002 <RESPDATE>DUE 030497 <CONTACT>POC Contract Specialist GEORGIA VESTAL (913) 684-2091 Contracting Officer ELIZABETH M. BORNMAN (913) 684-2091 (Site Code DABT19) <DESC>Boilers, Hydro Therm Models AM-150, AM-300, and VGA-400 BS or EQUAL; miscellaneous parts, various quantities, FOB Destination, Ft. Leavenworth, Kansas. Requirements contract with no guaranteed minimum for the period 1 Apr 97 or date of award, whichevr is later, thru 31 Mar 98. This acquisition is Unrestricted. The size standard for a small business concern is NTE 500 employees. This is a Firm Fixed Unit Price contract. The Standard Industrial Code for this acquisition is 5074. IFB to be issued on or aout 31 Jan 97. All requests for IFB should be in writing and reference DABT19-97-B-0002. Contractor shall indicate their Taxpayer Identification Number and if they are a women-owned, minority business concern, 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 request. No telephone or faxedrequests will be accepted. <RECD>(I-337 SN007615) </PRESOL> <CLASS> <TITLE>49 Maintenance and Repair Shop Equipment <PRESOL SEP='NONE'> <DATE>1202 <YEAR>96 <ZIP>63120-1798 <CLASSCOD>49—Maintenance and Repair Shop Equipment <OFFADD>U.S. ATCOM, 4300 Goodfellow Blvd., St. Louis, MO 63120-1798 <SUBJECT>49—TOOL, INSTALLATION <SOLNBR>SOL DAAJ09-97-R-0131 <RESPDATE>DUE 122396 <CONTACT>POC Mary Deutschmann, Contract Specialist, 314-263-0515, or Daniel J. Fuller, Contracting Officer, 314-263-2555, FAX No. x9012. <DESC>NSN: 4920-01-175-5934, P/N: 70700-20129-041, 50 each, in accordance with ATCOM Procurement Package 70700-20129-041, applicable to the UH-60 Aircraft. F.O.B. Destination with deliveries to New Cumberland, PA. When calling, be prepared to state name, address, and solicitation number. This is a 100% Small Business Set-Aside. Size standard is 500 employees. All responsible sources may submit an offer which will be considered. This requirement is currently unfunded. Award will be withheld pending receipt of sufficient funds. See Note 26. See Numbered Note(s): 1. <RECD>(I-337 SN007689) </PRESOL> <CLASS> <TITLE>54 Prefabricated Structures and Scaffolding <PRESOL SEP='NONE'> <DATE>1127 <YEAR>96 <ZIP>78234-6000 <CLASSCOD>54—Prefabricated Structures and Scaffolding <OFFADD>CENTRAL CONTRACTING OFC MEDCOM, ATTN MCAA C BLDG 2015, 1105 BEEBE LOOP, FT SAM HOUSTON TX 78234-6000 <SUBJECT>54—PREFABRICATED WOOD AND METAL BUILDINGS <SOLNBR>SOL DADA10-97-R-0015 <RESPDATE>DUE 122396 <CONTACT>POC Contract Specialist Daniel Gutierrez (210) 221-0325 (Site Code DADA10) <DESC>This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR subpart 12.6 as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number is DADA10-97-R-0015 and is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect throuh Federal Acquisition Circular 90-41. This procurement is unrestricted. The small business size standard for this procurement is 500 employees. The Government seeks to award Indefinite Delivery Indefinite Quantity (IDIQ) Task Order Contracts to contractors that can provide prefabricated buildings on a turn key basis from initial design through fabrication, sitework (including grading, fill, landscaping, and utilties),installation, and exterior pavement (including asphalt, concrete, sidewalks). Contractors will provide prefabricated buildings at Government facilities in the Continental United States (CONUS), Alaska, Hawaii, and Puerto Rico. Contractors may also ned to provide prefabricated buildings outside CONUS (OCONUS). It is anticipated that multiple awards will be made under this solicitation. The contract period will be for five years, commencing with date of award. Delivery order placement will be under these contracts based upon past performance, technical capability, and price in accordance with the procedures in FAR 16.505(b)(3). The Government does not have arequirement at this time. The Government may have future requirements for buildings in (CONUS), Alaska, Hawaii, Puerto Rico, and OCONUS. The contract will have several line items as follows: Prefabricated Building, Wood; Prefabricated Building, Metal; Leas; and Lease with Purchase Option and the following incidental services: New Design Services; Redesign Services; Removal/Relocation Services; Installation Services; Warehousing Services; Transportation Services; Building Maintenance Services; Building Refurbishment Services; and Communication Support Services. Offerors are only to provide an hourly rate for design services and for redesign services with thei proposal. All other line items are unpriced until the Government has a requirement and issues a Task Order. A typical prefabricated building which can be used as General Administrative Offices, Veterinary Clinic, General Medical Clinic (to include X-Ray ad MRI), and Multipurpose Building could range in size from 1600 Square Feet (SF) to 6000 SF. The building would be constructed using high grade pine, fir, spruce, plywood, gypsum, and metal. These types of buildings would have central air and heat, as well as the appropriate insulation to meet building codes. Electrical systems will utilize copper wire. Water lines will be copper or plastic pipes.Floor systems would be of wood, steel, concrete, and carpet or a combination. Exterior finishes would be of metal, aluminum, or other suitable exterior finish. Roof systems would be constructed of wood, aluminum, steel, gypsum, or a combination of these maerials. Windows and doors would be constructed of wood, steel, and glass or a combination of these materials. Warehouse and Maintenance buildings will be constructed of steel built slab on grade and could range in size from 2000 SF to 20,000 SF. These buildings may have administrative offices and supply areas that will be constructed of wood, gypsum, metal. The office areas may require central air and heat.All buildings must meet applicable building codes to include JACHO, ADA, and NFPA for the specific installation site where the building will be located in CONUS, Alaska, Hawaii, Puerto Rico and OCONUS. Financing options such as operating leases, and Lease ith Purchase Option are required. New design services will be used when the Government does not want to modify a contractor's existing floor plan for a prefabricated building. Redesign services will be used when the Government modifies a contractor's existing floor plan. To be considered for award offerors must submit as part of their proposals information that addresses the following evaluation factors 1.) PAST PERFORMANCE: Submit a list of all buildings manufactured for installation (wood and/or metal) in CONUS, Alaska, Hawaii, and Puerto Rico, for the 12 month period October 1995 through September 1996. Offerors should submit a separate list of buildig projects completed for OCONUS (if any). The list shall indicate if buildings were designed for medical, commercial, industrial, or government projects. With the listing provide the building square footage, total cost, customer name and phone number, and site location (City & State, Puerto Rico, or OCONUS). 2.) TECHNICAL CAPABILITY: Submit a description of how your company provides a "One Stop Shopping" (ie., turnkey) service to customers who are buying prefabricated buildings. Discuss your company's capabilities from the design stage, fabrication, sitework, installation, through completion of a building project. List all your manufacturing sites. Describe our available financing options for lease and lease with purchase option. Submit a copy of the company's Standard Commercial Warranty for prefabricated buildings. Also submit a drawing of six buildings that you have installed that best depicts a floor plan which could be used for General Administrative Offices, Veterinary Clinic, General Medical Clinic (to include X-Ray and MRI), Multipurpose Building, Waehouse w/office, Maintenance Building w/office. Drawings should include square footage, specifications, and Total Cost. (Note: The drawing submittal is not "all or none". Offerors should submit drawings of completed projects particular to their industry). .) PRICE: Offeror shall submit an hourly rate for New Design Services and Redesign Services with their proposal. ORAL PRESENTATION. Offeror's key personnel must make an oral presentation and participate in a Q&A session conducted by representatives of the Government. The purpose of the oral presentation is to assess the offeror's knowledge and understanding of the Government's requirements, and to assess the fferor's capability to provide prefabricated wood and/or metal buildings. Oral presentations will be scheduled within 3 weeks after the solicitation closes with offerors whose proposals are determined best qualified to meet the Government's requirements. Dlivery and Acceptance. Buildings ordered by the Government for CONUS, Alaska, Hawaii, and Puerto Rico will be required to be designed, manufactured, and installed within 120 days after an order is issued. The time for delivery of buildings to OCONUS will be determined prior to issuance of the Delivery Orders. FAR provision 52.212.1, Instructions to Offerors-Commercial is hereby included by reference wih the following addendum: Paragraph (c) Period for acceptance of offers: The offeror agrees to hold prices in their proposal firm for 90 calendar days from the date specified for receipt of offers. FAR provision 52.212.2, Evaluation-Commercial Items is incrporated by reference with the following addendum: Paragraph (a) The following factors shall be used to evaluate offers: Past Performance, Technical Capability (includes Commercial Warranty, and Building Drawings with Specifications) and Price. Past Performance is more important than Technical Capability and both combined are significantly more important than price. FAR provision 52.212.3, Offeror Reprsentations and Certifications-Commercial Items must be completed and submitted with proposal. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items applies to this solicitation with the following addendum: Paragraphs (j) Risk of loss and (n) itle apply to the purchase of buildings. For lease and lease to purchase options, these terms will be tailored to the particular requirement and incorporated in the delivery order. 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 incorporatedby reference: 52.203-6, 52.203-10, 52.219-8, 52.219-9, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.247-64. Paragraph (c)—the following clauses are incorporated by reference: 52.222-41 and 52.222-43; clause 52.222-42 will be tailored to each actualrequirement and incorporated in the delivery order. DFAR clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition with the following addenda: Paragraph (b)—the following DFARS clauses are applicable and are incorporated by reference: 252.205-7000, 252.219-7003, 252.219-7005, 25.225-7001, 252.225-7007, 252.233-7000, and 252.249-7001. The following DFARS provision is incorporated by reference: 252.225-7006 (offerors must complete and return the certificate with their offer). DFARS provision 252.212-7000, Offeror Representations an Certifications-Commercial Items is incorporated by reference (offerors must complete and return this provision with their proposal). The following FAR clauses 52.212-1, 52.212-2, 52.212-3, 52.212-4, and 52.212-5 can be found at URL: http://www.medcom.amedd.army.mil/medcom/mcaa. Offerors shall print and complete the appropriate clause(s) and include them with their proposal to the address listed below The following additional FAR clauses apply to this acquisition and are hereby incorporated by reference: 52.0216-18 Ordering (Such orders may be issued from date of award thru the end of the five year contract period); 52.0216-19 Order Limitations ((a) $1000; (b)(1) $1,000,000, (2) $1,000,000, (3) 10 calendar days; (d) 15 calendar days); 52.228-5 Insurance-Work on a Government Installation, and 52.0216-22 Indefinite Quantity (b) designated minimum is $2,000 for each contract awarded and designated maximum is $10 million total overall, (d) 120 calendar days after end of contract period). Proposals must be received not later than 23 Dec 96, 4:00 p.m., and mus be mailed to Chief, Central Contracting Office, MEDCOM, ATTN MCAA CC, Bldg 2015, 1105 Beebe Loop, Ste 39, Fort Sam Houston, TX 78234-6039. Proposals received after the date and time stipulated shall not be accepted. For information regarding this solicitaion contact Dan Gutierrez, phone (210) 221-0584, FAX (210) 221-0259. FAX proposals shall not be accepted. <RECD>(I-337 SN007617) </PRESOL> <Q P='16'><PRESOL><Q P='10'> <DATE>1202 <YEAR>96 <ZIP>88061 <CLASSCOD>54—Prefabricated Structures and Scaffolding <OFFADD>USDA Forest Service, Gila National Forest, 3005 E. Camino Del Bosque, Silver City, NM 88061 <SUBJECT>54—BEAVERHEAD CREW QUARTERS <SOLNBR>SOL R3-6-97-04 <RESPDATE>DUE 011597 <CONTACT>POC Maria Anna Fajardo, 505/388-8340, or Diana Terrell, 505/388-8344 <DESC>The U.S.D.A. Forest, Gila National Forest, Black Range Ranger District.Catron County, New Mexico requires the construction, transport, and set up of a manufactured crew quarters building. The quarters will be constructed with 2"x 6" exterior wall studs with an overhanging eave of 16" minimum. The unit will have an estimated 1200 sq. ft. of floor area. It will contain 4-5 bedrooms with a minimum of 2 complete bathrooms; one completely universally accessibly equipped. Unit Shall be delivered to Beaverhead Administrative site, approximately 80 miles North West of Truth or Consequences, New Mexico. Plans and specifications will be available on or about December 12, 1996. <RECD>(I-337 SN007682) </PRESOL> <CLASS> <TITLE>58 Communication, Detection, and Coherent Radiation Equipment <MOD SEP='NONE'> <DATE>1202 <YEAR>96 <ZIP>01731-1620 <CLASSCOD>58—Communication, Detection, and Coherent Radiation Equipment <OFFADD>ESC/MCK, 50 Griffiss St., Hanscom AFB, MA 01731-1620 <SUBJECT>58—INFORMATION ON THE HANSCOM ELECTRONIC RFP BULLETIN BOARD (HERBB) CONCERNING THE UHF SATCOM AIRBORNE INTEGRATED TERMINAL (AIT) <SOLNBR>SOL N/A <CONTACT>POC Mr. Joseph Zimmerman, Contracting Officer, 617-271-6279. <DESC>Reference CBD announcements published 11 Aug 95, Subject: Market Survey for NDI, Airborne qualified, UHF SATCOM ANDVT/DAMA-capable Integrated Terminals, SOL F19628-96-R-0022, 8 Feb 96, Subject: NDI, Airborne Qualified, UHF SATCOM and LOS/DAMA-capable integrated terminals, SOL F19628-96-R-0022, and 26 Feb 96, NDI, Airborne Qualified, UHF SATCOM and LOS/DAMA-capable integrated terminals. UHF SATCOM Demand Assigned Multiple Access (DAMA) Terminal Program. POC Mr. Joseph Zimmerman, Contracting Officer, (617)271-6279. The UHF SATCOM Terminal Development office (ESC/MCP) at Electronics System Center, Hanscom AFB, has recently updated information on the Hanscom AFB Bulletin Board (HERBB) concerning the Ultra High Frequency (UHF) Airborne Integrated Terminal (AIT) including the draft Technical Requirements Document (TRD), Performance Specification for Air Force, ESC-INT-TERM-FS001, dated 20 Nov 96. This TRD release (draft version 3) is being reviewed by government personnel and is provided for information only. Prospective vendors will have an opportunity to provide comments to draft version 4 of the TRD, due for release to industry in Jan 97. Vendors who have responded to any of the aforementioned CBD announcements, and have no comments to the TRD, need not respond. Any questions with regard to the information on the HERBB should be addressed to ESC/MCK, Attn: Mr. Joe Zimmerman, 50 Griffiss Street, Hanscom AFB, MA 01731-1620, commercial phone (617) 271-6279. <RECD>(I-337 SN007694) </MOD> <Q P='16'><PRESOL><Q P='10'> <DATE>1202 <YEAR>96 <ZIP>61299-7630 <CLASSCOD>58—Communication, Detection, and Coherent Radiation Equipment <OFFADD>US Army Armament and Chemical Acquisition and Logistics Activity (ACALA) Attn: AMSTA-AC-PCC (FQF), Rock Island , IL 61299-7630 <SUBJECT>58—REFLECTOR, RESONANT <SOLNBR>SOL DAAE20-97QW027 <RESPDATE>DUE 012497 <CONTACT>POC Contract Specialist: Linda Maes (309) 782-3657, PCO: John E. Holmgren (309) 782-4836 <DESC>5860-01-019-3419, Part Number 10559447. Reflector, Resonant, Laser. Bond reflector to block using glass cloth. Cure 350 deg. F plus/minus 10 deg. at 100-200 PSI. Requirements are 320 ea Reflector, Resonant. For use on the M60A3 Tank. FOB is Destination. All or part of this action is an unfunded FY97 requirement. Estimated issue date of this solicitation is 122496. Failure to properly address requests for solicitations in accordance with this CBD notice will result in non-receipt of the solicitation package. Failure to properly address bids/offers in accordance with solicitation instructions may result in a late bid which cannot be considered. Written, fax or electronic requests for solicitation packages are accepted. No telephone requests will be honored. Requests for copies of this solicitation should include your commercial and government entity (CAGE) (if a CAGE code has been assigned to you) along with your name, address, datafax number, and solicitation number. The fax number for requests is (309)782-4728. Electronic requests may be accepted through the Automated Acquisition Information System (AAIS). All ACALA solicitations are available for viewing/downloading, in addition to procurement history, via the AAIS. The AAIS can be accessed electronically, 24 hours a day, using a modem set to dial (309)782-7648. Terminal emulation should be VT100, no parity, 8 data bits and 1 stop bit. Once connected, enter "aais" at the "LOGIN" prompt. At the "PASSWORD" prompt depress the "ENTER" key. If electronic means is not possible, procurement history will be provided telephonically at (309)782-8094 on a limited basis. <RECD>(I-337 SN007702) </PRESOL> <CLASS> <TITLE>58 Communication, Detection, and Coherent Radiation Equipment—Potential Sources Sought <SRCSGT SEP='NONE'> <DATE>1202 <YEAR>96 <ZIP>20670-5304 <CLASSCOD>58—Communication, Detection, and Coherent Radiation Equipment—Potential Sources Sought <OFFADD>Department of the Navy, NAWCAD Contracts, Bldg#588, MS-32 47253 Whalen Road, Patuxent River, MD 20760 <SUBJECT>58—UHF TRANSCEIVERS—MULTICOUPLER/COMBINER TECHNOLOGIES <SOLNBR>SOL N00421- <CONTACT>POC Jodi Stark, Code 25421J, Contract Specialist, (301) 342-1825 Extension 165. <DESC>The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland in conjunction with the Naval Air Systems Command seeks sources for airborne UHF Multicoupler/Combiner Technologies. The intended application for this technology is to provide several UHF Transceivers simultaneous transmit and recieve capability through 1 or 2 aircraft Satellite Communications antenna(s) in both high and low angle modes of operation or 1 of 4 selectable blade antennas. The minimum requirement for this capability is 4 simultaneous UHF signals to be transmitted and received in the 225 to 400 MHz range. This technology shall also be capable of DAMA operation. In addition to the minimum requirement, it is desired that growth for 1 to 7 additional signals be provided. Primary interest is towards Commercial Off the Shelf/Non Developmental Items technologies which can be quickly and easily integrated into existing aircraft. Full Mil-Spec hardware is not required and commercial technologies will be evaluated for application; however, ruggedization considerations apply. Specific interest is in identification of applicable technologies, integrations, space and weight required, technology limitations (i.e. loss, filtering, interference due to broadband noise and spurious signals emitted from another transmitter, transmission losses, signal reception losses, switching response times, bypasses, Havequick, interference, performance), and identification of requirements imposed by the application of the technology on the integrator of the technology into the aircraft. Current plans include the use of 3 half duplex ARC-187 transceivers and 1 full duplex RT-1273AG transceiver. Available aircraft power is 28 VDC and single/ multi-phase 115 VAC 400 Hz. This is a sources sought synopsis for information and planning purposes only, does not constitute an IFB or RFP, and is not to be construed as a commitment by the Government after information has been received. Firms possessing demonstrated experience and expertise in capabilities should include as a minimum: outline of previous qualifications, general description of facilities, personnel qualifications, and interface descriptions and brochures of candidate devices. Any response should be mailed to the Naval Air Warfare Center Aircraft Division, Contracts, Jodi Stark, Code 25421J Bldg 588, MS32, 47253 Whalen Road, Patuxent River, Maryland 20670 by January 17, 1997. Fascimile response is also acceptable and should be sent to the attention of Jodi Stark, Code 25421J at (301)342-1864. <RECD>(I-337 SN007728) </SRCSGT> <Q P='16'><SRCSGT><Q P='10'> <DATE>1202 <YEAR>96 <ZIP>07703-5008 <CLASSCOD>58—Communication, Detection, and Coherent Radiation Equipment—Potential Sources Sought <OFFADD>US Army, CECOM Acquisition Center, Ft. Monmouth, New Jersey 07703-5008 <SUBJECT>58—SPARE PARTS FOR HYDROGEN GENERATOR, AN/TMQ-42 <SOLNBR>SOL N/A <CONTACT>POC Mr. Joel Schulman, government Engineer, (908)427-5149. <DESC>The Army is seeking sources for spare parts for the AN/TMQ-42. The Government does not currently possess drawings for these parts. The following is a list of required spare parts with their associated part No. Valve Assy, A3245816; Pump Supply, A3245842; Pump, Vacuum, M46AA0101-690; Distribution Assy—Power, A3245815;Circuit Card Assy, A3245825; Electronic Control Assy, A3245814; Catalyst Hydrogen, A3245854; Amplifier Assembly—Thermocouple, A3245817; and Accessory Kit (no Part No.). This is a request for sources only; if there is any resultant solicitation, it will be publicized in accordance with FAR Part 5. Provide responses no later than 96DEC16. The address for responses to this request for sources is as follows: FAX(908)427-5665; E-Mail—schulman@doim6.monmouth.army.mil; Mailing Address—HQ, USACECOM, ATTN: AMSEL-RD-IE-SSR(J. Schulman), Fort Monmouth, NJ 07703-5211. <RECD>(I-337 SN007736) </SRCSGT> <CLASS> <TITLE>59 Electrical and Electronic Equipment Components <PRESOL SEP='NONE'> <DATE>1202 <YEAR>96 <ZIP>64106 <CLASSCOD>59—Electrical and Electronic Equipment Components <OFFADD>U. S. Department of Commerce, NOAA, Central Administratrive Support Center, 601 East 12th St., CC31:CAH, Rm. 1756, Kansas City, Missouri 64106 <SUBJECT>59—DIODE, REVERSE BLOCKING THYRISTOR (RBT) <SOLNBR>SOL 98016CH <CONTACT>POC Charles A. Hughes 816- 823-1342 <DESC>The U.S. Dept. of Commerce, NOAA, intends to purchase the following item as a commercial acquisition under the guidelines of FAR Part 13. The Government requires 150 each Diode Reverse Blocking Thyristor (RBDT), NSN: 5961-01-060-6663, Westinghouse p/n 589R131H01, Cage 97942. The item is being purchased in support of the U.S. Dept. of Commerce/NOAA, National Logistics Support Center, Kansas City, Missouri. The Government does not have drawings or specifications for these items. Any small business source, able to provide the item specified referenced herein is encouraged to respond to this announcement within 15 days after it's publication. Interested firms should submit in writing, it's name, address, point of contact, telephone number, business size and a brief statement regarding its capability to provide the specified equipment, and the name, telephone number, and point of contact for businesses or other Government agencies to which it has previously provided the equipment. This information should be submitted to the addresses stated herein or may be faxed to telephone number 816-823-3447. A Request For Quotation will be issued on or about 15 days from date of this announcement and close 10 days from date of issuance. This is not a request for proposals and there is no solicitation available at this time. The Government reserves the right to solicit bids based on receipt of affirmative responses to this notice. The Standard Industrial Classification Code is 3679 (Electronic Components, N.E.C.). The small business size standard is 500 employees. This is a small business set-aside. <RECD>(I-337 SN007605) </PRESOL> <Q P='16'><MOD><Q P='10'> <DATE>1127 <YEAR>96 <ZIP>20534 <CLASSCOD>59—Electrical and Electronic Equipment Components <OFFADD>DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET NW—Material Mgt Branch, WASHINGTON, DC 20534-0001 <SUBJECT>59—CABLE <SOLNBR>SOL 1PI-B-1921-97 <RESPDATE>DUE 122296 <CONTACT>POC Contract Specialist, STONE, BRODERICK, 202-508-8500 <DESC>Correction: UNICOR, Federal Prison Industries, Inc. wishes to amend the original advertisement publicized on 11/5/96 to reflect the following changes: Item(s) 0001—Guaranteed Minimum Quantity is changed to read 50 ea, Guaranteed Maximum Quantity ischanged to read 850 ea. 0002—Guaranteed Minimum Quantity to read 428 ea, Guaranteed Maximum Quantity to read 855 ea. 0003—Guaranteed Minimum Quantity to read 428 ea, Guaranteed Maximum Quantity to read 855 ea. 0004—Guaranteed Minimum Quantity to read428 ea, Guaranteed Maximum Quantity to read 855 ea. 0005—Guaranteed Minimum Quantity to read 428 ea, Guaranteed Maximum Quantity to read 855 ea. 0006—Guaranteed Mimimum Quantity to read 428 ea, Guaranteed Maximum Quantity to read 855 ea. 0007—Guaranteed Minuimum Quantity to read 850 ea, Guaranteed Maximum Quantity to read 1,750 ea. Delivery shall be changed to reflect the following changes: 60 days ARO for line tem 0001 and 70 days ARO for line items 0002—0007. Change fax number to read (202)347-9416. Items 0002—0007 awarded all or none. <RECD>(I-337 SN007623) </MOD> <Q P='16'><PRESOL><Q P='10'> <DATE>1127 <YEAR>96 <ZIP>17055-0788 <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 <SOLNBR>SOL N0010497QDB51 <RESPDATE>DUE 011697 <CONTACT>POC Contact Point, Michael P Furry, 02112.12, (717)790-1470, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, James A Komaromy, 02112, (717)790-2854 <DESC>NSN 7H-5998-01-310-8002, SPEC NR TDP VER 004, Ref Nr 878869-3, Qty 4 EA, Delivery FOB Origin—All firms should include their cage code on solicitation requests. All responsible sources may submit an offer which will be considered ., See Notes 9,22 <RECD>(I-337 SN007658) </PRESOL> <Q P='16'><PRESOL><Q P='10'> <DATE>1127 <YEAR>96 <ZIP>17055-0788 <CLASSCOD>59—Electrical and Electronic Equipment Components <OFFADD>NAVAL INVENTORY CONTROL POINT—MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 <SUBJECT>59-ANTENNA <SOLNBR>SOL N0010497RGA72 <RESPDATE>DUE 011697 <CONTACT>POC Contact Point, Jan E Seitz, 02152.8, (717)790-6475, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, Melanie Pepperman, 02152, (717)790-3056 <DESC>NSN 7H-5985-01-147-7376, SPEC NR TDP VER 005, Ref Nr 8006-8084-3, Qty 8 EA, Deliver to Receiving Officer Fisk Norfolk Norfolk VA, See Note 9 <RECD>(I-337 SN007659) </PRESOL> <Q P='16'><PRESOL><Q P='10'> <DATE>1202 <YEAR>96 <ZIP>37389-1332 <CLASSCOD>59—Electrical and Electronic Equipment Components <OFFADD>Arnold Engineering Development Center, ATTN: PKP, 100 Kindel Drive, Suite A332, Arnold AFB TN 37389-1332 <SUBJECT>59—ADD 161KV CIRCUIT SWITCHERS, PES <SOLNBR>SOL F40650-97-B-0008 <RESPDATE>DUE 011797 <CONTACT>POC Kimberly Williams, Contract Specialist, (615) 454-7841 <DESC>This requirement is for the manufacture, assembly, and delivery of five 169kv circuit switchers. The circuit switchers are to be added at the PES (Plenum Evacuation System) substation between the existing disconnect and transformers. Delivery shall be FOB Arnold AFB, TN and shall be required within 16 weeks after contract award. <RECD>(I-337 SN007675) </PRESOL> <Q P='16'><MOD><Q P='10'> <DATE>1202 <YEAR>96 <ZIP>32228-0157 <CLASSCOD>59—Electrical and Electronic Equipment Components <OFFADD>Commanding Officer, Navy Public Works Center, Jacksonville, P.O. Box 30, Jacksonville, Florida 32212-0030 <SUBJECT>59—CALIBRATE RELAYS, BREAKERS & METERS <SOLNBR>SOL N68931-97-Q-3007 <RESPDATE>DUE 121696 <CONTACT>POC Ms. Tammy Szydolski or Vickie Hunter (904) 270-5215 <DESC>CORRECTION: The deadline for the receipt of bids for this solicitation is changed to 12/16/96. All other information published in the original synopsis is correct. <LINK> <URL>http://cbdnet.access.gpo.gov <DESC>none <EMAIL> <ADDRESS>fjanosic&llmdash;at&llmdash;pwcoa@jaxmail.navy.mil <DESC>my mailbox <RECD>(W-337 SN007709) </MOD> <Q P='16'><PRESOL><Q P='10'> <DATE>1202 <YEAR>96 <ZIP>07703-5008 <CLASSCOD>59—Electrical and Electronic Equipment Components <OFFADD>US Army, CECOM Acquisition Center, Ft. Monmouth, New Jersey 07703-5008 <SUBJECT>59—ANTENNA, PEDESTAL <SOLNBR>SOL DAAB07-97-Q-S836 <RESPDATE>DUE 122096 <CONTACT>POC Debra Hambrecht, Purchasing Agent, (908)532-4246, Kathleen Rizzo, Contracting Officer. <DESC>NSN 5985-01-391-2720, Part No. A3197582, P/O AN/TMQ-41, 9 each Pedestal, Antenna. Delivery to Distribution Depot San Joaquin, Stockton, CA and Distribution Depot Susquehanna, New Cumberland, PA. Sole source to Environmental Technologies Group, Inc., MD IAW One Responsible Source. Solicitation will be performed by oral quote. Estimated award date is 96DEC31. See Numbered Note(s): 22. <RECD>(I-337 SN007738) </PRESOL> <CLASS> <TITLE>59 Electrical and Electronic Equipment Components—Potential Sources Sought <SRCSGT SEP='NONE'> <DATE>1202 <YEAR>96 <ZIP>07806-5000 <CLASSCOD>59—Electrical and Electronic Equipment Components—Potential Sources Sought <OFFADD>U.S. Army ARDEC, AMSTA-AR-PCW-C, Bldg 10, Picatinny Arsenal, New Jersey 07806-5000 <SUBJECT>59—PASSIVE RADIO FREQUENCY TAG AND INTERROGATOR <SOLNBR>SOL N/A <CONTACT>POC Contact Dr. Paul Willson, Project Engineer, (201) 724-2135 or Al Heller, email aheller, Contract Specialist, (201) 724-2749. <DESC>Sources sought for product information for a PASSIVE RADIO FREQUENCY TAG AND INTERROGATOR. This is a Request for Informaton on available radio frequency tags or labels which have the following characteristics: They are passive—that is, are powered from the reception of a transmitted RF signal rather than from a battery, they are small—prefer less than 2 mm by 2 mm, they are inexpensive prefer less than fifty cents apiece, they are one piece item, they have on-board read/write long store memory—the more the better, they are long lasting—numerous years, they are addressable to handle conflict resolution, communication would be limited to the interrogator, communication distance would be less than ten feet. The interrogator would work with the tags, would interface with the user to allow user input data to be stored in the tag's memory, would read out the tag's memory and display the results, would resolve conflicts between nearby tags selecting the correct one for writing to or reading from, would tell the user the identity of all the tags responding, access time plus conflict resolution plus data transfer time should be less than one second for writing or reading. Responses should include industry capability, what components already exist and where they are now being used (references), what components would need to be modified and at what cost, how long to deliver, and reliability. The information should be submitted no later than 15 working days from date of publication of this Notice to the POC and address listed. This is not a Request for Proposal or an obligation on the part of the Government to include ideas in any part of a solicitation. The Government does not intend to award a contract on the basis of this Request for Information (RFI) or otherwise pay for the information provided. No basis for claims against the Government shall arise as a result of a response to this RFI or Government use of such information. This RFI does not constitute a Solicitation for Proposal. All responses should be sent to Dr. Paul Willson, U.S. Army ARDEC, AMSTA-AR-QAT-T, Bldg 908, Picatinny Arsenal, New Jersey, 07806-5000. <RECD>(I-337 SN007747) </SRCSGT> <CLASS> <TITLE>61 Electrical Wire, and Power and Distribution Equipment <PRESOL SEP='NONE'> <DATE>1127 <YEAR>96 <ZIP>17055-0788 <CLASSCOD>61—Electrical Wire, and Power and Distribution Equipment <OFFADD>NAVAL INVENTORY CONTROL POINT—MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 <SUBJECT>61-CABLE ASSEMBLY,POWE <SOLNBR>SOL N0010496RDF55 <RESPDATE>DUE 011597 <CONTACT>POC Contact Point, Michael P Furry, 02112.12, (717)790-1470, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, James A Komaromy, 02112, (717)790-2854 <DESC>NSN 1H-6150-01-140-6943, SPEC NR TDP VER 004, Ref Nr L22466P05, Qty 102 EA, Delivery FOB Origin—All firms should include their cage code on solicitation requests. All responsible sources may submit an offer which will be considered . This item will be acquired from approved sources only. Information about the qualification requirement may be obtained from NAVSEA (Naval Sea Systems Command) code 03X32 , Washington DC 20362 ., See Note 9 <RECD>(I-337 SN007660) </PRESOL> <CLASS> <TITLE>62 Lighting Fixtures and Lamps <PRESOL SEP='NONE'> <DATE>1129 <YEAR>96 <ZIP>23297-5824 <CLASSCOD>62—Lighting Fixtures and Lamps <OFFADD>Defense Supply Center, Richmond, 8000 Jefferson Davis Highway, Richmond, Virginia 23297-5824 <SUBJECT>62—ELECTRIC LIGHT CONTROL <SOLNBR>SOL SP0441-97-R-0374 <RESPDATE>DUE 122096 <CONTACT>POC For copies of necessary enclosures to solicitation phone or write DSCR ATTN: DSCR-JFPB, ATTN: Eva Johnson, Richmond, VA 23297-5312 (804) 279-3508. Buyer: Eva Johnson/BW200 (804) 279-3508 Carolyn Altizer/Contracting Officer (804) 279-3527. <DESC>Detail Requirements Description: (1) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number is SP0441-97-R-0374 and is a request for proposals. This solicitation is issued unrestricted to establish an indefinite quantity contract, IQC, against which delivery orders may be placed for a period of one year as identified in FAR Clause 52.216-18 of this solicitation. The Government shall order at least the quantity of supplies designated as the guaranteed minimum, see FAR clause 52.216-22. In this procurement, the guaranteed minimum dollar value, total contract basis, that will be negotiated will be no less than $1,500 for each year the contract is in effect. The contract shall not exceed a total annual dollar value of $2,446,654. Award of this contract will be made on an all or none basis. It is the government's intent to issue direct delivery orders, DVD, to any location in the continental United States, CONUS. FAST PAY is applicable to individual orders less than $25,000. The solicitation contains an option to extend the term of the contract EPA for an additional three years, refer to 52.216-2, 52.217-9G13. Solicitation is to result in an indefinite quantity contract utilizing the Paperless Order Placement System (POPS). Refer to clauses 52.211-9G33, 52.211-9G45, 52.213-1, 52.216-19,—Any Combination of orders shall not exceed contractor's maximum 30-day production capability; the contractor must return unacceptable orders which exceed maximum limitations in 10 days. 52.232-25. (2) Offerors are required to submit price proposals for each of the 17 line items identified below. Offerors must provide information on standard commercial packaging, quantity unit pack, minimum order quantity, product ordering code, weight and cube for each of the 17 items listed below. Offerors will be evaluated based on prices offered for the estimated annual demand quantity for each line item. (See clause 52-216-9G09). The min/max order quantities IAW clause 52.216-19 and the estimated annual quantities are listed in information for each line item. LINE ITEM 001; NSN 6210-01-380-1906; CONTROL, ELECTRIC LI; WATT STOPPER INC; CAGE 0MCJ1; P/N CI-100-U; BRACKETS A AND B INCLUDED; U/I: MIN 1 EA./MAX 480 EA; ESTIMATED ANNUAL QUANTITY 6,700. LINE ITEM 0002; NSN 6210-01-432-2228; CONTROL, ELECTRIC LI; WATT STOPPER INC; CAGE 0MCJ1; P/N CI-100-1-U; U/I: MIN 1 EA./MAX 384 EA; ESTIMATED ANNUAL QUANTITY 1,200. LINE ITEM 0003; NSN 6210-01-432-2224; CONTROL, ELECTRIC LI; WATT STOPPER INC; CAGE 0MCJ1; P/N CI-100H-U; U/I: MIN 1 EA./MAX 384 EA; ESTIMATED ANNUAL QUANTITY 1,200. LINE ITEM 0004; NSN 6210-01-380-2142; CONTROL, ELECTRIC LI; WATT STOPPER INC; CAGE 0MCJ1; P/N DT-100L-U; BRACKETS A AND B INCLUDED; U/I: MIN 1 EA./MAX 297 EA; ESTIMATED ANNUAL QUANTITY 1,200. LINE ITEM 0005; NSN 6210-01-411-8654; CONTROL, ELECTRIC LI; WATT STOPPER INC; CAGE 0MCJ1-P/N W-1050A-U; U/I: MIN 1 EA./MAX 243 EA; ESTIMATED ANNUAL QUANTITY 4,100. LINE ITEM 0006; NSN 6210-01-411-8732; CONTROL, ELECTRIC LI; WATT STOPPER INC; CAGE 0MCJ1—P/N W-550A-U; U/I: MIN 1 EA./MAX 323 EA; ESTIMATED ANNUAL QUANTITY 3,400. LINE ITEM 0007; NSN 6210-01-432-2219; CONTROL, ELECTRIC LI; WATT STOPPER INC; CAGE 0MCJ1; P/N WPIR-U; U/I: MIN 2 EA./MAX 570 EA; ESTIMATED ANNUAL QUANTITY 1,400. LINE ITEM 0008; NSN 6210-01-411-8712; CONTROL, ELECTRIC LI; WATT STOPPER INC; CAGE 0MCJ1—P/N W-2050H-U; U/I: MIN 1 EA./MAX 384 EA; ESTIMATED ANNUAL QUANTITY 3,400. LINE ITEM 0009; NSN 6210-01-432-2216; CONTROL, ELECTRIC LI; WATT STOPPER INC; CAGE 0MCJ1; P/N CI-200-U; U/I: MIN 1 EA./MAX 90 EA; ESTIMATED ANNUAL QUANTITY 300. LINE ITEM 0010; NSN 6210-01-411-8730; CONTROL, ELECTRIC LI; WATT STOPPER INC; CAGE 0MCJ1; P/N W2050A-U; U/I: MIN 1 EA./MAX 384 EA; ESTIMATED ANNUAL QUANTITY 1,200. LINE ITEM 0011; NSN 6210-01-380-2402; POWER PACK, CONTROL, ELECTRIC LIGHT; WATT STOPPER INC; CAGE 0MCJ1; P/N A277E-P-U; U/I: MIN 3 EA./MAX 1,105 EA; ESTIMATED ANNUAL QUANTITY 19,000. LINE ITEM 0012; NSN 6210-01-382-2476; POWER PACK, CONTROL; WATT STOPPER INC; CAGE 0MCJ1; P/N A120E-P-U; U/I: MIN 4 EA./MAX 1,786 EA; ESTIMATED ANNUAL QUANTITY 6,000. LINE ITEM 0013; NSN 6210-01-380-2041; CONTROL, ELECTRIC LI; WATT STOPPER INC; CAGE 0MCJ1; P/N WA-100-U; U/I: MIN 2 EA./MAX 712 EA; ESTIMATED ANNUAL QUANTITY 4,700. LINE ITEM 0014; NSN 6210-01-432-4108; TIME SWITCH, DIGITAL; WATT STOPPER INC; CAGE 0MCJ1; P/N TS-200-U; U/I: MIN 1 EA./MAX 489 EA; ESTIMATED ANNUAL QUANTITY 700. LINE ITEM 0015; NSN 6210-01-432-7035; PLATE, SWITCH; WATT STOPPER INC; CAGE 0MCJ1; P/N ASP-211-U; U/I: MIN 1 BOX/MAX 40 BOXES; ESTIMATED ANNUAL QUANTITY 40. LINE ITEM 0016; NSN 6210-01-432-7036; PLATE, SWITCH; WATT STOPPER INC; CAGE 0MCJ1; P/N ASP-422; U/I: MIN 1 BOX/MAX 16 BOXES; ESTIMATED ANNUAL QUANTITY 16. LINE ITEM 0017; NSN 6210-01-432-7041; PLATE, SWITCH; WATT STOPPER INC; CAGE 0MCJ1; P/N ASP-432-U; U/I: MIN 1 BOX/MAX 16 BOXES; ESTIMATED ANNUAL QUANTITY 16. (3) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-41. (4) Delivery of the items in para 17(2) (a) through (9) will be required within 15 days from receipt of order. FOB will be at destination. Inspection/acceptance will be at destination. (5) This contract is a rated order under DPAS (15CFR 700). DPAS rating DO-C9 is applicable. (6) Specification, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. See note 22; trade agreement applies. See note 12. (7) Sealed offers in original and no copies for furnishing the supplies or services in the schedule will be received at the place specified in Item 7, or if handcarried, in the depository located in Reception Area, Bldg 31, until 2:00 p.m. local time 96 Dec 20. (8) Offer is to be addressed and returned to Bid Custodian Defense Supply Center, ATTN: DSCR Procurement, 8000 Jefferson Davis Highway, Richmond, VA 23297-5371. 17. Detail Requirements Description: (8) The following clauses are incorporated by reference: 52.212-1 Instructions to Offerors—Commercial Items with the following changes: (c) Period for acceptance of offers is 45 calendar days. (h) The Government intends to make award on an all-or-none basis. 52.212-3 Offeror Representations and Certifications—Commercial Items. A completed copy of the provision must be included with any offer. Evaluation Criteria: Offers will be evaluated based on prices for the base year. The contractor must accept option provision to extend the term of the contract for an additional three years, total contract period not to exceed 48 months. Provision 52.216-2, Economic Price Adjustment—Standard Supplies is applicable and the aggregate of the increases in any contract unit price under this clause shall not exceed 10% of the original contract unit price. Automated Best Value Model, 52.215-9G05; 52.214-9002, Trade Discounts; 52.216-9G09, Evaluation—Indefinite quantity Contract; 52.217-5, Evaluation of Options; 252.225-7003, Information for Duty Free Entry Evaluation apply. These provisions are available in full text upon request from the contracting officer. 52.212-4, Contract Terms and Conditions—Commercial Items is applicable with the following added provisions: 52.213-1 POPS Fast Pay Notice and 52.213-1 DSCR NOTE. DSCR NOTE is available in full text upon request from the contracting officer. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items is applicable. The following provisions apply: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity; 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; 52.219-9, Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.225-3, Buy American Act-Supplies; 52.225-9, Buy American Act—Trade Agreements Act—Balance of Payments Program. In addition, the following provisions are also applicable: 52.211-9G33, POPS—Computer Compatability, 52.211-9G45 POPS—Special Marking Instructions; 52.246-2, Inspection of Supplies—Fixed Price; 52.246-16, Responsibility for Supplies; 52.211-17, Delivery of Excess Quantities; 52.211-9G50, Ordering Office and Time of Delivery—The ordering office is the Defense Supply Center, Richmond and supplies ordered are required to be delivered to the destination cited in each delivery order 15 days after receipt of the order by the contractor; 52.211-9G50, Ordering Office and Time of Delivery ALT I; 252.246-7000, Material Inspection and Receiving Report with DSCR Note—Mail one copy to Defense Supply Center Richmond 8000 Jefferson Davis Highway Directorate of Business Operations ATTN: Inventory Control Manager Richmond, VA 23297-5862; 52.247-34 F.O.B. Destination; 52.247-9G11 Manufacturer's Loading Practices; 52.203-3, Gratuities; 52.211-5, New Material; 52.211-7, Other than new material, Residual Inventory, and Former Government Surplus Property; 52.216-19 DSCR NOTE POPS—Minimum Order Quantity—the minimum order is $50 and max order is $25,000—the limitations are in addition to the min/max quantities reflected for each line item; 52.217-9G15 Flexible Options DSCR; 52.217-9G20 Addition/Deletion of Items on Schedule; 52.225-11 Restrictions on Certain Foreign Purchases; 52.216-1 Type of Contract—The Government anticipates a fixed price with EPA contract; 52.217-9002 Conditions for Evaluation and Acceptance of Offers for Part Numbered Items; 252.212-7000 Offeror Representations and Certifications—Commercial Items and 252.212-7001 Contract Terms and Conditions Required to Implement Statutes of Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.205-7000 Provision of Information to Cooperative Agreement Holders; 252.219-7003 Small Business and Small Disadvantaged Business Subcontracting Plan 252.219-7005 Incentive for Subcontracting with Small Businesses, Small Disadvantaged Businesses, Historically Black Colleges and Universities and Minority Institutions Alternate I; 252.219-7006 Notice of Evaluation Preference for Small Disadvantaged Business Concerns ALT I 252.225-7001 Buy American Act and Balance of Payment Program; 252.225-7007 Trade Agreements; 252.233-7000 Certification of Claims and Requests for Adjustment or Relief; 252.247-7024 Notification of Transportation of Supplies by SEA; 252.249-7001 Notification of Substantial Impact on Employment. Offerors in need of any of the referenced clauses may contact the contracting officer. <RECD>(M-337 SN007612) </PRESOL> <CLASS> <TITLE>66 Instruments and Laboratory Equipment <PRESOL SEP='NONE'> <DATE>1127 <YEAR>96 <ZIP>20534 <CLASSCOD>66—Instruments and Laboratory Equipment <OFFADD>DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET NW—Material Mgt Branch, WASHINGTON, DC 20534-0001 <SUBJECT>66—CABLE TEST EQUIP <SOLNBR>SOL 1PI-R-0660-97 <RESPDATE>DUE 011797 <CONTACT>POC Contract Specialist, DAY, LISABETH, (202) 508-8419 <DESC>UNICOR, Federal Prison Industries, Inc., intends to enter into a sole source firm fixed price contract with Cabletest International, Inc., Lee's Summit, MO for one Cable Testing Systems, MPT5000. FOB Destination to FCI Loretto, PA. Delivery is requird 60 calendar days from contract award. Interested offerors may identify their interest and capability in response to the requirements or submit a proposal that will be considered by this agency. This notice of intent is not a request for competitive propoals. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose to determine whether to conduct a competitive procurement (see note 22). To obtain the solicitation, offerors shall submit a request, in writing, to UNICOR, Federal Prison Industries, nc., Material Management Branch, ATTN: Lisabeth L. Day, 320 First St., NW, Washington, DC 20534, fax (202) 347-9416. Company shall identify solicitation number, mailing address, <RECD>(I-337 SN007621) </PRESOL> <Q P='16'><PRESOL><Q P='10'> <DATE>1127 <YEAR>96 <ZIP>17055-0788 <CLASSCOD>66—Instruments and Laboratory Equipment <OFFADD>NAVAL INVENTORY CONTROL POINT—MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 <SUBJECT>66-INDICATOR,DIGITAL D <SOLNBR>SOL N0010496RDF56 <RESPDATE>DUE 011497 <CONTACT>POC Contact Point, Michael P Furry, 02112.12, (717)790-1470, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, Barbara J Klaiber, 0211, (717)790-2050 <DESC>NSN 7H-6625-01-058-1912, SPEC NR TDP VER 001, Ref Nr 792480-5, Qty 11 EA, Delivery FOB Origin—All firms should include their cage code on solicitation requests. All responsible sources may submit an offer which will be considered., See Notes 9,22 <RECD>(I-337 SN007661) </PRESOL> <CLASS> <TITLE>66 Instruments and Laboratory Equipment—Potential Sources Sought <SRCSGT SEP='NONE'> <DATE>1127 <YEAR>96 <ZIP>61299-5000 <CLASSCOD>66—Instruments and Laboratory Equipment—Potential Sources Sought <OFFADD>Rock Island Arsenal, ATTN: SIORI-CT, ROCK ISLAND, IL 61299-5000 <SUBJECT>66—INFRARED IMAGING SYSTEM FOR INSPECTION AND ANALYSIS OF RIA STEAM DISTRIBUTION SYSTEM. <SOLNBR>SOL DAAA08-97-Q-0080 <RESPDATE>DUE 122396 <CONTACT>POC Purchasing Agent Mrs. Carol J. Baumgartner (309) 782-8635 (Site Code DAAA08) <DESC>The Rock Island Arsenal is seeking possible sources and proposals for two each infrared imaging radiometer systems with the following minimum requirements. System shall be fully calibrated utilizing focal plan array technology. Description: Hand-held single piece,cordless design without battery packs;to be used in extremely confined space with harsh environment. Environmentally sealed with no fans, filters, or forced cooling. Focal array with at least 250X250 invididually calibrated detector elements.Thermal sensitivity (NETD) of less than 0.1 deg C. Image display with accuratae temperature measurement on any individual pixel.Permanent multi-point non-uniformity correction, specific for each temp range, lens and filter. Calibrated measurements from -10 deg to +425 deg C, without use of filters. Recall of stored images in field, in non- proprietary/windows standard format, utilizing embedded PCMCIA card. Standard ad S-video outputs . Fully OLE-2 compliant image processing system, operable within latest available DOS/ windows environment. NOTE: No solicitation will be issued at this time. Participation in this effort is strictly voluntary with no cost or obligation t be incurred by the Government. The Government will in no way be obligated to purchase all or any part of the supplies described above. Any of the information stated above concerning the supplies is subject to change. All information obtained from this request shall be made available for competitive bidding purposes, should the need arise. If you have any further questions please call Carol Baumgartnr, (309)782-8635. Any information to be provided should be in written or published form and submitted to Commander, Rock Island Arsenal, ATTN: SIORI-CTP/Carol Baumgartner, Rock Island, IL 61299-5000. Any information to be provided should be submitted withi 15 days of the publication of this announcement. <RECD>(I-337 SN007624) </SRCSGT> <CLASS> <TITLE>67 Photographic Equipment <PRESOL SEP='NONE'> <DATE>1127 <YEAR>96 <ZIP>85365-9106 <CLASSCOD>67—Photographic Equipment <OFFADD>COMMANDER, USAYPG, STEYP-CR/BLDG 2100, YUMA AZ 853659106 <SUBJECT>67—PHOTOGRAPHIC FILM <SOLNBR>SOL DAAD01-97-R-0008 <RESPDATE>DUE 123196 <CONTACT>POC Contract Specialist Carol L. Lewis (520) 328-6124 (Site Code DAAD01) <DESC>Notice of the Government's intent to purchase by non-competitive negotiation various High Speed Ballistic Instrumentation Film from Eastman Kodak Company, 12100 Rivera Road, Whittier, CA. It is anticipated that a requirements type contract will be awrded for a base year and one one- year option period. Film will consist of but not be limited to Eastman Kodak Catalog Numbers 164-8112, 151-4108, 152-6656, 150-4687, 181-3484, 152-6060, 120-4163, 192-8662, and 153-1441. The photo lab photographic film andpaper processors use Kodak manufactured photographic materials at this time due to hight quality, film format, special perforation, stability of film, shelf life, size, and exacting color. Kodak is the sole manufacturer of instrumenation type film and accessories necessary for compatibility and continuity with our photographic materials and present processing chemistry. USAYPG, Yuma, AZ will be the primary procuringoffice for this coordinated procurement between designated test centers. Each test center will be responsible for their own requirements. Delivery location and delivery time shall be indicated on individual delivery orders. Negotiations will be conducted wth Eastman Kokak Company on an other than full and open competition basis for solicitation DAAD01-97-R- 0008. Responses other than the above source may identify their capability to the requirement or submit a proposal in writing. See Note 22. <RECD>(I-337 SN007643) </PRESOL> <Q P='16'><MOD><Q P='10'> <DATE>1202 <YEAR>96 <ZIP>20783-1197 <CLASSCOD>67—Photographic Equipment <OFFADD>Army Research Laboratory, ALC Procurement Division, ATTN: AMSRL-CS- AL-PS, 2800 Powder Mill Road, Adelphi, Maryland 20783-1197 <SUBJECT>67—PHOTOGRAPHIC EQUIPMENT <SOLNBR>SOL DAAL01-96-R-9865 <RESPDATE>DUE 121796 <CONTACT>POC Kevin Hawk, Contract Specialist, (301) 394-3138, Kathleen M. Tennant, Contracting Officer, (301) 394-3439. <DESC>The purpose of this modification is to extend the due date for the synopsis/solicitation published 4 November 1996, issue PSA-1714. The due date for proposals is 17 December 1996 at 2:00 PM EST. <RECD>(I-337 SN007698) </MOD> <CLASS> <TITLE>70 General-Purpose Information Technology Equipment <PRESOL SEP='NONE'> <DATE>1202 <YEAR>96 <ZIP>20024 <CLASSCOD>70—General-Purpose Information Technology Equipment <OFFADD>Smithsonian Institution, Office of Contracting & Property Management 955 L'Enfant Plaza, S.W., Suite P-114, Washington, D.C., 20024 <SUBJECT>70—AUTOMATED COLLECTIONS INFORMATION SYSTEM (CIS) <SOLNBR>SOL 9736SOL0007 <CONTACT>POC Melissa D. Howard, Contract Specialist, (202) 287-3238. <DESC>The Smithsonian Institution is seeking proposals for a single ADP firm to provide an off-the-shelf, automated Collections Information System (CIS) that will be separately implemented in each of the Smithsonian's six art museums, which together house over 280,000 works of art (five of the museums are located on or near the Mall in Washington, D.C., and the sixth museum is in New York City). The general functionality the Smithsonian art museums require in a CIS are: 1) At a minimum, the application must support cataloguing, object tracking, inventory control, loan management, acquisitions, and exhibition management, all of which are museum functions; 2) At a minimum, the application must provide data entry, editing, authority control, search, and retrieval, all of which are system functions; 3) The application must have security features to control access to information by password, user group, record, function, and field; 4) The application must have some flexibility in it's "look and feel" permitting museum variations in entry screens, headings, field order, help, and local fields; 5) The application must be capable of integrating images into it's screen displays; 6) The application must have graphical user interface with standard navigational features like menus, function keys, and commands; 7) The application must have an easy to use, powerful report writer; and 8) The application must support the export of data to other systems. The Smithsonian art museums require a non-proprietary solution that runs in a Novell 3.X or 4.X environment and utilizes the installed base o IBM-compatible PCs at the 486 or higher level as well as a smaller number of MacIntosh computers. It is important to note that the proposed system must not be based on the Mac System 7 operating system. Offerors are requested to recommend an appropriate server for each of the six museums that takes into account each of the museum's data requirements and existing hardware, and network configurations. The successful Offeror will be responsible for procuring and installing new hardware (server) and software. Copies of the Solicitation No. 9736SOL0007 are available upon written request mailed or faxed to Smithsonian Institution, Office of Contracting & Property Management, 955 L'Enfant Plaza, S.W., Suite P-114, Washington, D.C., 20027, Attention: Melissa D. Howard (Fax No. 202-287-2008). Firms desiring to be considered for this requirement will be required to submit Business/Cost and Technical proposals which will be evaluated in accordance with the evaluation criteria stipulated in the solicitation. <RECD>(I-337 SN007673) </PRESOL> <Q P='16'><PRESOL><Q P='10'> <DATE>1025 <YEAR>96 <ZIP>20536 <CLASSCOD>70—General-Purpose Information Technology Equipment <OFFADD>Immigration & Naturalization Service, Procurement Division, 425 I Street, N.W., Room 2208, Washington, DC 20536 <SUBJECT>70—PC DIRECT ACCESS <SOLNBR>SOL SID-7F-00028 <RESPDATE>DUE 111296 <CONTACT>POC Jackie Francis, Procurement Technician, 202-616-2062; Lesa Scott, Contracting Officer, 202-616-2062. <DESC>The INS intends to issue a sole source award to Mergent International, Frederick, MD, to provide annual service and access control for its personal computers and local area networks. This service includes technological improvements, support and updates. This proposed award is for services, this notice of intent is not a request for competitive proposals. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Please fax responses to 202-616-7876, Attn. Jackie Francis, SID-7-00028. See Numbered Note(s): 1. <RECD>(I-337 SN007712) </PRESOL> <Q P='16'><PRESOL><Q P='10'> <DATE>1202 <YEAR>96 <ZIP>44135 <CLASSCOD>70—General-Purpose Information Technology Equipment <OFFADD>NASA Lewis Research Center, 21000 Brookpark Road, Cleveland, Ohio 44135 <SUBJECT>70—GEARSEARCH THERMAL ANALYSIS SOFTWARE <SOLNBR>SOL RFQ3-066134 <CONTACT>POC Syreeta Stewart, Contracting Officer, (216) 433-8673, or Internet E- Mail: Syreeta.Stewart@lerc.nasa.gov. <DESC>Requests for copies of the solicitation will be accepted via mail, fax at (216) 433-5185, or Internet E-Mail: solicitation.requests@lerc.nasa.gov. Requests shall include the solicitation no. RFQ3-066134 and your company's name, phone no., and mailing address. NASA Lewis Research Center intends to continue the development of TARGRN thermal analysis program. Final selection for award will be based on offer providing its best value to the Government, price and other factors considered. Delivery to Cleveland, OH 44135. Delivery schedule is 30 calendar days after contract award. This notice is for information only. NASA-Lewis intends to contract with: GEARESEARCH ASSOCIATES. 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. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-37. The Standard Industrial Classification (SIC) Code for this acquisition is 7372. The Small Business Size Standards is $18.0. This procurement is being conducted under the Simplified Acquisition Threshold (SAT) portion of the Federal Acquisition Streamlining Act (FASA). The following provisions apply to this acquisition: 52.212-1—Instructions to Offerors—Commercial, 52.212-4—Contract Terms and Conditions and 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executives Orders—Commercial Items. Offerors must include a completed copy of the provision 52.212-3—Offeror Representations and Certifications—Commercial Items with their offer. All documents related to this procurement will be available via the NASA Internet Acquisition Service (NAIS). The documents will reside on a World Wide Web server, which may be accessed using client browsers, such as MOSAIC or Netscape. The WWW address, or Uniform Resource Locator (URL) of the Lewis Research Center Procurement Home Page is http://www.lerc.nasa.gov/WWW/Procure/home.htm. Award shall be made on best value to the Government, with consideration given to price, delivery, past performance, warranties and other considerations of value. It is anticipated that an award will be made within 10 business days after the date for submission of quotes. See Numbered Note(s): 1 and 26. <RECD>(I-337 SN007743) </PRESOL> <CLASS> <TITLE>76 Books, Maps and Other Publications <PRESOL SEP='NONE'> <DATE>1127 <YEAR>96 <ZIP>20816-5003 <CLASSCOD>76—Books, Maps and Other Publications <OFFADD>National Imagery and Mapping Agency, Attn: PCO-E MS D-5, 4600 Sangamore Road, Bethesda, MD 20816-5003 <SUBJECT>76—COLOR SEPARATION PRODUCTS; VIDEO DISC RESTOCK <SOLNBR>SOL Multiple <RESPDATE>DUE 122396 <CONTACT>POC Contact Tim Hughes, Contracting Officer, 301-227-1904, FAX 301-227-4793 <DESC>The National Imagery and Mapping Agency, Bethesda, MD requires for DMA800-94-R-5053 2AA/2AB, Corrected Reprint Charts, plotting Notice to Mariners corrections and color separation of charts approximately twenty-five (25) charts unclassified; 3AG, 1:100,000 Scale, Topographic Line Map, compilation and color separation approximately two (2) sheets classified SECRET; 3CB, City Graphic, compilation and color separation approximately one (1) sheet classified SECRET. For DMA600-91-R-5009 3DR, Video Disc Restock approximately 2 unclassified double-sided restock packages. The National Imagery and Mapping Agency, St. Louis, MO requires for DMA800-94-R-5053 4AA, one (1) ATC200 combo; 3AG, one (1) 1:100 combo; 1AE, two (2) JOG-A combo, 1AE, two (2) JOG-A; 4AA,four (4) ATC 200; 3AG, one (1) 1:100; 1AC, three (3) JNC. This notification is directed to contractors who currently qualify as Basic Ordering Agreement holders under this Solicitation. Source materials at Bethesda, MD will be available for mandatory inspection from 09-13 December 1996 between the hours of 7:00 AM until 3:00 PM local time and St. Louis, MO 63102-3399. Offers must be received no later than 12:00PM, local time 23 December 1996 at the National Imagery and Mapping Agency, PCO-E, MS D-5, 4600 Sangamore Road, Bethesda, MD 20816-5003 and offers resulting for the St. Louis, MO source exhibit must be received no later than 1:00 PM local time 16 December 1996 at the National Imagery and Mapping Agency, PCO-W, MS L-13, Building D, Suite B, 2665 Scott, St. Louis, MO 63103. Delivery shall be FOB destination. Contractors who wish to view the source material shall contact Tim Hughes (PCO-E) one week prior to mandatory source inspection. No Foreign Nationals are allowed to participate on MC&G products. Contractors who have an interest in becoming a Basic Ordering Agreement may contact in writing the Contracting Officer for a copy of the solicitation. This requirement is subject to the availability of funds. See note(s): 23. <RECD>(I-337 SN007710) </PRESOL> <CLASS> <TITLE>81 Containers, Packaging and Packing Supplies <PRESOL SEP='NONE'> <DATE>1127 <YEAR>96 <ZIP>20534 <CLASSCOD>81—Containers, Packaging and Packing Supplies <OFFADD>DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET NW—Material Mgt Branch, WASHINGTON, DC 20534-0001 <SUBJECT>81—CELLULOSE PERFORATED PADS <SOLNBR>SOL 1PI-B-1943-97 <RESPDATE>DUE 011797 <CONTACT>POC Contract Specialist, MACALUSO, PETER, 202/508-3958 <DESC>Deliveries shall be made within 30 days after the receipt of an order to: UNICOR FPI, Lompoc Federal Correctional Institution, 3901 Klein, Lompoc, CA 93436. The contract's duration will be one year. The quantities are estimates in units of "rolls" folowing the description. Item: Pad, cellulose, perforated, 1/8"(T) X 48"(W) X 600'(L), 1,200. Written or faxed requests only (202 347-9416). Please indicate business size. See Note 1. <RECD>(I-337 SN007622) </PRESOL> <CLASS> <TITLE>83 Textiles, Leather, Furs, Apparel and Shoe Findings, Tents and Flags <PRESOL SEP='NONE'> <DATE>1201 <YEAR>96 <ZIP>55417 <CLASSCOD>83—Textiles, Leather, Furs, Apparel and Shoe Findings, Tents and Flags <OFFADD>Chief, Acquisition and Materiel Management (90C), VA Medical Center, One Veterans Drive, Minneapolis, MN 55417 <SUBJECT>83—TEXTILES <SOLNBR>SOL RFQ 17-CM-97 <RESPDATE>DUE 121696 <CONTACT>POC Carol Murphy, Contracting Officer (612) 725-2190 <DESC>This is amendment number one to combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, published in the CBD on November 26, 1996. Request for Quotation RFQ 17-CM-97 issued for 100% cotton Bedspread/Blanket. See November 26, 1996 CBD for complete announcement. Amendment number one changes only the date for receipt of offers. Date for receipt of offers is extended to December 16, 1996 at 4:30 p.m. <RECD>(I-337 SN007691) </PRESOL> <CLASS> <TITLE>84 Clothing, Individual Equipment and Insignia <PRESOL SEP='NONE'> <DATE>1127 <YEAR>96 <ZIP>01760-5011 <CLASSCOD>84—Clothing, Individual Equipment and Insignia <OFFADD>U.S. ARMY SOLDIER SYSTEMS COMMAND, ACQUISITION DIRECTORATE, ATTN AMSSC-AD, NATICK MA 01760-5011 <SUBJECT>84—BOOT, INFANTRY COMBAT <SOLNBR>SOL DAAK60-97-R-9610 <RESPDATE>DUE 011597 <CONTACT>POC Contract Specialist NELDA CASAVANT (508) 233-4029 (Site Code DAAK60) <DESC>for the USMC to include the following characteristics: weight less than 2.5 lbs per boot including lining; Gore-Tex 4-ply Bootie with Cambrelle lining; Vibram Kletterlift No 148 or Sierra Design No 1276 outsole, Part No 148; Polyurethane midsole—aproximately 3/4 inch thickness in heel area tapering to approximately 3/8 inch thickness in toe area; Re-soleable by common commercial cobblers; Full grain black leather and RTS Cordura, water resistant breathable uppers (must meet W.L. Gore whole boot MVTRstandards and pass Centrifugal Boot Leakage Test), welt or stitchdown or DMS construction; Laces—nylon; Lacing system—toe up speedlace—closed loop eyelets; Insole insert—manufacturers choice, RTS cordura sides; Danner model lasts No 516 with wider toe box (Increased box size); Fungicide—Those approved in MIL-L-3122 are known to meet the requirements; Padded collar—manufacturers choice; leather pull loopon back; Shanks—steel or fiberglass; Height 8 1/2" plus or minus 1/2" from top of welt to top of boot. These boots if adopted as standard will be procured in the full size range to fit the 5th percentile female to the 95th percentile male Marine. Item 001 (60 days after contract award) will require delivery of 2000 pairs of boots in various sizes ranging from men's size 6 regular to 16 wide. Upon successful completion of Item 0001 field evaluation, 35,000 pairs of the boots in various sizes from men's 6 regular to 16 wide will be procured (120 days after notification from Contracting Officer). Four options for 50,000 pair each are included. The USMC Infantry ombat Boot will be made in strict accordance with the Purchase Description which will be included in the solicitation. Technical data is also required. Delivery will be to multiple locations as specified in the solicitation package. Production Demonstratio Models are due thirty (30) days after award of the contract and production quantities thirty (30) days after acceptance of the Production Demonstration Models. The Government reserves the right to consider a small or small disadvantaged business set-aside based on the responses hereto. Interested firms must submit within 15 days following the publication of this synopsis, information on their previous relted experience, personnel resumes, list of facilities, and any other specified information the firm believes demonstrates it's ability to perform the proposed work. Firms responding shall indicate whether or not they are a small business concern. For the prposes of this requirement, any concern employing 500 or less employees is considered a small business. <RECD>(I-337 SN007616) </PRESOL> <Q P='16'><PRESOL><Q P='10'> <DATE>1202 <YEAR>96 <ZIP>93555-6100 <CLASSCOD>84—Clothing, Individual Equipment and Insignia <OFFADD>Commander, Naval Air Warfare Center Weapons Division, Code 230000D, 1 Administration Circle, China Lake, CA 93555-6100 <SUBJECT>84—FLANE RESISTANT COVERALL <SOLNBR>SOL N68936-97-Q-0475 <RESPDATE>DUE 121996 <CONTACT>POC Shelli Burt, Purchasing Agent, (619) 939-4236 or Susan Rizzardini, Contracting Officer, (619) 939-9653. <DESC>The Naval Air Warfare Center, Weapons Division, China Lake, CA intends to procure on a competitive basis Anti Static Flame Resistant Coveralls in various sizes. Quantities, sizes, made of Indura brand 100% cotton and specifications will be issued with RFQ. This procurement is a small purchase, small business set-aside. The SIC for this procurement is 2326, 500 employees. All responsible sources may submit an offer which will be considered by the agency. Request for Quotation will be issued on or about 19 Dec 96. All request for quotation shall be in writing to Shelli Burt at the above address, or faxed to (619)927-3488. Award will be on or about 06 Jan 97. This procurement will be awarded under FAR Part 12 procedures, see Notes 1 and 26. <RECD>(I-337 SN007678) </PRESOL> <CLASS> <TITLE>99 Miscellaneous <PRESOL SEP='NONE'> <DATE>1202 <YEAR>96 <ZIP>07703-5008 <CLASSCOD>99—Miscellaneous <OFFADD>US Army, CECOM Acquisition Center, Ft. Monmouth, New Jersey 07703-5008 <SUBJECT>99—ON CALL DEPOT LEVEL ENGINEERING FIELD SUPPORT SERVICES <SOLNBR>SOL DAAB07-97-R-A253 <RESPDATE>DUE 011597 <CONTACT>POC Victoria Lane, Contract Specialist (908) 532-5538. <DESC>Provide for on-call depot level engineering maintenance and repair service and preseason inspections for FY 97 through FY00 covering the HD-1185/GSC, HD-1185A/GSC, HD-1186/FSC and HD-1186A/FSC Antenna Deicing Set. A non-competitive negotiation is proposed with Walton Enteprises, Riverside, CA IAW FAR 6.302-1(b)(1). Only One Responsible Source. See Numbered Note 22. <RECD>(I-337 SN007686) </PRESOL> <Q P='16'><PRESOL><Q P='10'> <DATE>1202 <YEAR>96 <ZIP>22202 <CLASSCOD>99—Miscellaneous <OFFADD>Drug Enforcement Administration, 700 Army Navy Drive, Arlington, Virginia 22202 <SUBJECT>99—MSA WORKMASK II SELF CONTAINED BREATHING APPARATUS-THE DEA INTENDS ON PURCHASING ON A BRAND NAME BASIS NEW MINE SAFETY APPLICANCE (MSA) WORKMASK II SELF CONTAINED BREATHING APPARATUS <SOLNBR>SOL DEA-97SAP0195 <RESPDATE>DUE 121396 <CONTACT>POC Bobbie Revell, Contracting Officer, (202) 307-7809. <DESC>The DEA intends on purchasing on a brand name basis new Mine Safety Appliance (MSA) Workmask II Self Contained Breathing Apparatus (SCBA) containing the following basic components: Ultravue Face piece with breathing tube; regulator; Audi-Larm, Low-Pressure Warning Device; durable nylon harness and carrier assembly; and air cylinder. Color: Black Hycar Rubber Model Number: BWB5111A211, size small 4 ea.; BWB5111M211, size medium, 26ea; BWB5111L211, size large, 20 ea. FOB Destination is San Diego, CA. A Brand Name Justification has been approved for this acquisition. Only authorized MSA dealers need respond. Masks must arrive at Destination San Diego, CA no later than Jan. 6, 1997.88888 <RECD>(I-337 SN007741) </PRESOL> <CONTRAWD> <TITLE>CONTRACT AWARDS <PURPOSE>The Commerce Business Daily publishes, for Federal Agencies, synopsis of contract awards that exceed $25,000 that are likely to result in the award of any subcontracts. <SERVICES> <TITLE>Services <CLASS> <TITLE>A Research and Development <AWARD SEP='NONE'> <DATE>1202 <YEAR>96 <ZIP>20590 <CLASSCOD>A—Research and Development <OFFADD>DOT, Fed Hwy Admin, Office Of Acquisition Management, 400 7th St, SW, Room 4410, Washington, DC 20590 <SUBJECT>A—IN-VEHICLE INFORMATION SYSTEMS BEHAVIORAL MODEL AND DESIGN SUPPORT <CONTACT>POC Valentine Serafini, Contract Specialist, (202) 366-4231 <AWDNBR>CNT DTFH61-96-R-00071 <AWDAMT>AMT $963,537 <AWDDATE>DTD 091796 <AWARDEE>TO Virginia Tech, Center for Transportation Research, 1700 Kraft Drive, Suite 2000, Blacksburg, VA 24061-0536 <RECD>(W-337 SN007535) </AWARD> <Q P='16'><AWARD><Q P='10'> <DATE>1202 <YEAR>96 <ZIP>20590 <CLASSCOD>A—Research and Development <OFFADD>DOT, Fed Hwy Admin, Office Of Acquisition Management, 400 7th St, SW, Room 4410, Washington, DC 20590 <SUBJECT>A—DETECTION, ANALYSIS AND TREATMENT OF MATERIALS-RELATED DISTRESS IN CONCRETE PAVEMENTS <CONTACT>POC Lise Lyles, Contract Specialist, (202) 366-4229 <AWDNBR>CNT DTFH61-96-C-00073 <AWDAMT>AMT $400,913 <AWDDATE>DTD 091996 <AWARDEE>TO Michigan Technological University, Research Services, 14000 Townsend Drive, Houghton, MI 49931-1295 <RECD>(W-337 SN007540) </AWARD> <Q P='16'><AWARD><Q P='10'> <DATE>1202 <YEAR>96 <ZIP>20590 <CLASSCOD>A—Research and Development <OFFADD>DOT, Fed Hwy Admin, Office Of Acquisition Management, 400 7th St, SW, Room 4410, Washington, DC 20590 <SUBJECT>A—A STUDY ENTITLED "ACCIDENT MODELS FOR INTERSECTIONS" <CONTACT>POC Jeff Thomas, Contract Specialist, (202) 366-4226 <AWDNBR>CNT DTFH61-96-C-00076 <AWDAMT>AMT $361,601 <AWDDATE>DTD 092696 <AWARDEE>TO Pragmatics, Inc., 8301 Greensboro Drive, Suite 225, McLean, VA 22102 <RECD>(W-337 SN007541) </AWARD> <Q P='16'><AWARD><Q P='10'> <DATE>1129 <YEAR>96 <ZIP>61826-9005 <CLASSCOD>A—Research and Development <OFFADD>U.S. ARMY CONSTR ENGRG RES LAB, ATTN: CONTRACTS OFFICE, P.O. BOX 9005, CHAMPAIGN IL 61826-9005 <SUBJECT>A—A—INDEFINITE DELIVERY CONTRACT TO PROVIDE RESEARCH SERVICES IN THE AREA OF MILITARY LAND AND NATURAL RESOURCES PROTECTION AND IMPACT MITIGATION. <CONTACT>POC Contracting Officer Deloras J. Adamson (217) 373-7297 (Site Code DACA88) <AWDNBR>CNT DACA88-97-D-0001 Solicitation Number DACA88-95-R-0 <AWDAMT>AMT $1,000,000 <AWDDATE>DTD 111596 <AWARDEE>TO JOHN CARROLL UNIVERSITY, BELINDA PESTI GRANTS ADMINISTRATOR, 20700 NORTH PARK BOULEVARD, UNIVERSITY HEIGHTS, OH 44118 <RECD>(I-337 SN007639) </AWARD> <Q P='16'><AWARD><Q P='10'> <DATE>1129 <YEAR>96 <ZIP>61826-9005 <CLASSCOD>A—Research and Development <OFFADD>U.S. ARMY CONSTR ENGRG RES LAB, ATTN: CONTRACTS OFFICE, P.O. BOX 9005, CHAMPAIGN IL 61826-9005 <SUBJECT>A—A—INDEFINITE DELIVERY CONTRACT TO PROVIDE RESEARCH SERVICES IN THE AREA OF MILITARY LAND AND NATURAL RESOURCES PROTECTION AND IMPACT MITIGATION. <CONTACT>POC Contracting Officer Deloras J. Adamson (217) 373-7297 (Site Code DACA88) <AWDNBR>CNT DACA88-97-D-0002 Solicitation Number DACA88-95-R-0 <AWDAMT>AMT $1,000,000 <AWDDATE>DTD 111596 <AWARDEE>TO PACIFIC MERIDIAN RESOURCES, 5915 HOLLIS STREET BLDG B, EMERYVILLE, CA 94608 <RECD>(I-337 SN007640) </AWARD> <Q P='16'><AWARD><Q P='10'> <DATE>1129 <YEAR>96 <ZIP>61826-9005 <CLASSCOD>A—Research and Development <OFFADD>U.S. ARMY CONSTR ENGRG RES LAB, ATTN: CONTRACTS OFFICE, P.O. BOX 9005, CHAMPAIGN IL 61826-9005 <SUBJECT>A—A—INDEFINITE DELIVERY CONTRACT TO PROVIDE RESEARCH SERVICES IN THE AREA OF MILITARY LAND AND NATURAL RESOURCES PROTECTION AND IMPACT MITIGATION. <CONTACT>POC Contracting Officer Deloras J. Adamson (217) 373-7297 (Site Code DACA88) <AWDNBR>CNT DACA88-97-D-0003 Solicitation Number DACA88-95-R-0 <AWDAMT>AMT $1,000,000 <AWDDATE>DTD 111596 <AWARDEE>TO DAMES & MOORE, ATTN MR JOSEF UDWARI, 7101 WISCONSIN AVENUE SUITE 700, BETHESDA, MD 20814-4870 <RECD>(I-337 SN007641) </AWARD> <Q P='16'><AWARD><Q P='10'> <DATE>1129 <YEAR>96 <ZIP>61826-9005 <CLASSCOD>A—Research and Development <OFFADD>U.S. ARMY CONSTR ENGRG RES LAB, ATTN: CONTRACTS OFFICE, P.O. BOX 9005, CHAMPAIGN IL 61826-9005 <SUBJECT>A—A—INDEFINITE DELIVERY CONTRACT TO PROVIDE RESEARCH SERVICES IN THE AREA OF MILITARY LAND AND NATURAL RESOURCES PROTECTION AND IMPACT MITIGATION. <CONTACT>POC Contracting Officer Deloras J. Adamson (217) 373-7297 (Site Code DACA88) <AWDNBR>CNT DACA88-97-D-0004 Solicitation Number DACA88-95-R-0 <AWDAMT>AMT $2,000,000 <AWDDATE>DTD 111596 <AWARDEE>TO THE BOARD OF TRUSTEES OF THE, UNIVERSITY OF ILLINOIS, 801 SOUTH WRIGHT STREET/ 109 COBLE HALL, CHAMPAIGN, IL 61820-6242 <RECD>(I-337 SN007642) </AWARD> <Q P='16'><AWARD><Q P='10'> <DATE>1202 <YEAR>96 <ZIP>93555-6100 <CLASSCOD>A—Research and Development <OFFADD>Commander, Naval Air Warfare Center Weapons Division, Code 210000D, 1 Administration Circle, China Lake, CA 93555-6100 <SUBJECT>A—ADVANCED TECHNOLOGY DEMONSTRATION FOR A LCMS <CONTACT>POC Linda Long, Contract Specialist, (619) 939-4232 or Doreen Paul, Contracting Officer, (619) 939-9665. <AWDNBR>CNT N68936-97-C-0060 <AWDAMT>AMT $8,018,620.00 <LINENBR>LINE 0001, 0002 <AWDDATE>DTD 112796 <AWARDEE>TO Rockwell Intl Corp—Autonetics & Missile Systems Div 1800 Satellite Blvd Duluth GA 30155 <RECD>(I-337 SN007679) </AWARD> <Q P='16'><AWARD><Q P='10'> <DATE>1202 <YEAR>96 <ZIP>35898-5280 <CLASSCOD>A—Research and Development <OFFADD>Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, Al 35898-5280 <SUBJECT>A—TMDE ENGINEERING/PROGRAM MANAGEMENT SUPPORT SERVICES <CONTACT>POC (PCF) Stephen W. Hayes, Contract Specialist, AMSMI-AC-CFHC, (205) 842- 7404; Barbara K. Jones, Contracting Officer, AMSMI-AC-CFHC, (205) 876- 4926. <AWDNBR>CNT DAAH01-94-C-S245/P00024 <AWDAMT>AMT $204,518.96 <LINENBR>LINE N/A <AWDDATE>DTD 112596 <AWARDEE>TO U S Small Business Administration, MEVATEC Corporation 1525 Perimeter Parkway, Huntsville, AL, 35806 <RECD>(I-337 SN007730) </AWARD> <CLASS> <TITLE>C Architect and Engineering Services—Construction <AWARD SEP='NONE'> <DATE>1129 <YEAR>96 <ZIP>96858-5440 <CLASSCOD>C—Architect and Engineering Services—Construction <OFFADD>DEPARTMENT OF ARMY, PACIFIC OCEAN DIV, CORPS OF ENGINEERS, ATTN: CEPOD-CT BLDG S230, FT SHAFTER HI 96858-5440 <SUBJECT>C—C-DESIGN OF PALAU COMPACT ROAD, PKG A (WEST ROUTE), REPUBLIC OF PALAU <CONTACT>POC Contracting Officer DAVID Y. KAM Ch, Procurement (808) 438-8586 Contact Kent Tamai (808)438-8593 (Site Code XXCA83) <AWDNBR>CNT DACW83-97-C-0002 /DACW83-96-R-0012 <AWDAMT>AMT $981,909 <AWDDATE>DTD 111496 <AWARDEE>TO BELT COLLINS HAWAII, 680 ALA MOANA BLVD FIRST FLOOR, HONOLULU, HI 96813 <RECD>(I-337 SN007634) </AWARD> <Q P='16'><AWARD><Q P='10'> <DATE>1129 <YEAR>96 <ZIP>96858-5440 <CLASSCOD>C—Architect and Engineering Services—Construction <OFFADD>DEPARTMENT OF ARMY, PACIFIC OCEAN DIV, CORPS OF ENGINEERS, ATTN: CEPOD-CT BLDG S230, FT SHAFTER HI 96858-5440 <SUBJECT>C—C-DESIGN OF PALAU COMPACT ROAD, PKG C (EAST & WEST ROUTE), REPUBLIC OF PALAU <CONTACT>POC Contracting Officer DAVID Y. KAM Ch, Procurement (808) 438-8586 Contact Kent Tamai (808)438-8593 (Site Code XXCA83) <AWDNBR>CNT DACW83-97-C-0006 /DACW83-96-R-0012 <AWDAMT>AMT $1,244,458 <AWDDATE>DTD 111496 <AWARDEE>TO PARSONS BRINCKERHOFF QUADE & DOUGLAS INC, PACIFIC TOWER SUITE 3000, 1001 BISHOP STREET, HONOLULU, HI 96813 <RECD>(I-337 SN007635) </AWARD> <CLASS> <TITLE>D Information Technology Services, including Telecommunication Services <AWARD SEP='NONE'> <DATE>1202 <YEAR>96 <ZIP>20590 <CLASSCOD>D—Information Technology Services, including Telecommunication Services <OFFADD>DOT, Fed Hwy Admin, Office Of Acquisition Management, 400 7th St, SW, Room 4410, Washington, DC 20590 <SUBJECT>D—HUMAN FACTORS COMPUTER AIDED DESIGN TOOL FOR TRAFFIC MANAGEMENT CENTERS <CONTACT>POC Sarah Fahy, Contract Specialist, (202) 366-4106 <AWDNBR>CNT DTFH61-96-C-00066 <AWDAMT>AMT $2,473,492 <AWDDATE>DTD 091896 <AWARDEE>TO Georgia Tech Research Corporation, Georgia Institute of Technology, 400 Tenth Street, NW. Atlanta, GA 30332-0420 <RECD>(W-337 SN007536) </AWARD> <CLASS> <TITLE>J Maintenance, Repair, and Rebuilding of Equipment <AWARD SEP='NONE'> <DATE>1129 <YEAR>96 <ZIP>98201-3518 <CLASSCOD>J—Maintenance, Repair, and Rebuilding of Equipment <OFFADD>Supervisor of Shipbuilding Conversion and Repair, USN, 2802 Wetmore Ave, Suite 500, Everett, WA <SUBJECT>J—USS DAVID R. RAY (DD-971) <AWDNBR>CNT N00024-94-H-8691, J.O. 977M07 <AWDAMT>AMT $95,025.00 <LINENBR>LINE 0001 <AWDDATE>DTD 112796 <AWARDEE>TO Walashek Industrial & Marine, 3236 16th Ave, Seattle WA 98134 <RECD>(I-337 SN007583) </AWARD> <Q P='16'><AWARD><Q P='10'> <DATE>1129 <YEAR>96 <ZIP>98201-3518 <CLASSCOD>J—Maintenance, Repair, and Rebuilding of Equipment <OFFADD>Supervisor of Shipbuilding Conversion and Repair, USN, 2802 Wetmore Ave, Suite 500, Everett, WA <SUBJECT>J—BATTLE POINT YTT-10 <AWDNBR>CNT N00024-92-H-8622, J.O. 977M06 <AWDAMT>AMT $497,654.00 <LINENBR>LINE 0001 <AWDDATE>DTD 112796 <AWARDEE>TO Maritime Contractors Inc., 201 Harris Ave., Bellingham, WA 98225 <RECD>(I-337 SN007584) </AWARD> <Q P='16'><AWARD><Q P='10'> <DATE>1129 <YEAR>96 <ZIP>98201-3518 <CLASSCOD>J—Maintenance, Repair, and Rebuilding of Equipment <OFFADD>Supervisor of Shipbuilding Conversion and Repair, USN, 2802 Wetmore Ave, Suite 500, Everett, WA <SUBJECT>J—USS INGRAHAM <AWDNBR>CNT N00024-94-H-8691, J.O. 977M03 <AWDAMT>AMT $21,160.00 <LINENBR>LINE 0001 <AWDDATE>DTD 111596 <AWARDEE>TO Walashek Industrial & Marine, 3236 16th Ave.,S.W., Seattle, WA <RECD>(I-337 SN007585) </AWARD> <Q P='16'><AWARD><Q P='10'> <DATE>1129 <YEAR>96 <ZIP>98201-3518 <CLASSCOD>J—Maintenance, Repair, and Rebuilding of Equipment <OFFADD>Supervisor of Shipbuilding Conversion and Repair, USN, 2802 Wetmore Ave, Suite 500, Everett, WA <SUBJECT>J—USS CALLAGHAN <AWDNBR>CNT N00024-94-H-8690, J.O. 977M02 <AWDAMT>AMT $3,721.00 <LINENBR>LINE 0001 <AWDDATE>DTD 111596 <AWARDEE>TO Fraser Incorporated, P.O. Box 80905, Seattle, WA 98108-0905 <RECD>(I-337 SN007586) </AWARD> <Q P='16'><AWARD><Q P='10'> <DATE>1129 <YEAR>96 <ZIP>98201-3518 <CLASSCOD>J—Maintenance, Repair, and Rebuilding of Equipment <OFFADD>Supervisor of Shipbuilding Conversion and Repair, USN, 2802 Wetmore Ave, Suite 500, Everett, WA <SUBJECT>J—USS DAVID R. RAY <AWDNBR>CNT N00024-92-H-8627, J.O. 977M01 <AWDAMT>AMT $3,407.00 <LINENBR>LINE 0001 <AWDDATE>DTD 101896 <AWARDEE>TO Todd Pacific Shipyards, P.O. Box 3806, Seattle, WA 98124 <RECD>(I-337 SN007587) </AWARD> <Q P='16'><AWARD><Q P='10'> <DATE>1129 <YEAR>96 <ZIP>98201-3518 <CLASSCOD>J—Maintenance, Repair, and Rebuilding of Equipment <OFFADD>Supervisor of Shipbuilding Conversion and Repair, USN, 2802 Wetmore Ave, Suite 500, Everett, WA <SUBJECT>J—USS FORD <AWDNBR>CNT N00024-92-H-8622, J.O. 977M04 <AWDAMT>AMT $18,245.00 <LINENBR>LINE 0001 <AWDDATE>DTD 111596 <AWARDEE>TO Maritime Contractors, 201 Harris, Bellingham, WA 98225 <RECD>(I-337 SN007588) </AWARD> <Q P='16'><AWARD><Q P='10'> <DATE>1129 <YEAR>96 <ZIP>98201-3518 <CLASSCOD>J—Maintenance, Repair, and Rebuilding of Equipment <OFFADD>Supervisor of Shipbuilding Conversion and Repair, USN, 2802 Wetmore Ave, Suite 500, Everett, WA <SUBJECT>J—USS PAUL FOSTER <AWDNBR>CNT N00024-94-H-8690, J.O. 977M05 <AWDAMT>AMT $73,447.00 <LINENBR>LINE 0001 <AWDDATE>DTD 111896 <AWARDEE>TO Fraser Inc., P.O. Box 80905, Seattle, WA 98108 <RECD>(I-337 SN007589) </AWARD> <Q P='16'><AWARD><Q P='10'> <DATE>1129 <YEAR>96 <ZIP>98201-3518 <CLASSCOD>J—Maintenance, Repair, and Rebuilding of Equipment <OFFADD>Supervisor of Shipbuilding Conversion and Repair, USN, 2802 Wetmore Ave, Suite 500, Everett, WA <SUBJECT>J—USS CHANDLER <AWDNBR>CNT N00024-96-H-8710, J.O. 967M23 <AWDAMT>AMT $29,750.00 <LINENBR>LINE 0001 <AWDDATE>DTD 092996 <AWARDEE>TO Propulsion Controls Engineering, 1705 South 93rd St. F-10, Seattle, WA 98108 <RECD>(I-337 SN007590) </AWARD> <Q P='16'><AWARD><Q P='10'> <DATE>1129 <YEAR>96 <ZIP>98201-3518 <CLASSCOD>J—Maintenance, Repair, and Rebuilding of Equipment <OFFADD>Supervisor of Shipbuilding Conversion and Repair, USN, 2802 Wetmore Ave, Suite 500, Everett, WA <SUBJECT>J—MECOSTA <AWDNBR>CNT N00024-92-H-8618, J.O. 967M22 <AWDAMT>AMT $177,199.00 <LINENBR>LINE 0001 <AWDDATE>DTD 092696 <AWARDEE>TO Foss Shipyard, 660 W. Ewing St., Seattle, WA 98119-1587 <RECD>(I-337 SN007591) </AWARD> <Q P='16'><AWARD><Q P='10'> <DATE>1202 <YEAR>96 <ZIP>07002 <CLASSCOD>J—Maintenance, Repair, and Rebuilding of Equipment <OFFADD>Commander, Military Sealift Command, Atlantic, Military Ocean Terminal, Bayonne, NJ 07002-5399 <SUBJECT>J—UPKEEP <CONTACT>POC Yolanda Lamela, Contract Specialist, 201-823-6671. <AWDNBR>CNT Contract No. N62381-97-C-0053—- 27 Nov 1996 - <AWDAMT>AMT $57,076.00 <LINENBR>LINE N/A <AWDDATE>DTD 112796 <AWARDEE>TO Dreadnought Marine, Inc., 3200 E. Princess Anne Road, Norfolk, VA 23501 <RECD>(I-337 SN007711) </AWARD> <CLASS> <TITLE>Q Medical Services <AWARD SEP='NONE'> <DATE>1202 <YEAR>96 <ZIP>85723 <CLASSCOD>Q—Medical Services <OFFADD>VA Medical Center (90C), 3601 South Sixth Avenue, Tucson, AZ 85723 <SUBJECT>Q—DURABLE MEDICAL EQUIPMENT AND HOME OXYGEN <CONTACT>POC Vivian Beasley, Contract Specialist, (520) 629-4600 <AWDNBR>CNT V678P-3951 <AWDAMT>AMT $534,751 <LINENBR>LINE 29 <AWDDATE>DTD 120196 <AWARDEE>TO American Medical Home Care Inc., 2424 E. Grant Road, Tucson, AZ 85719 <RECD>(I-337 SN007687) </AWARD> <Q P='16'><AWARD><Q P='10'> <DATE>1202 <YEAR>96 <ZIP>85723 <CLASSCOD>Q—Medical Services <OFFADD>VA Medical Center (90C), 3601 South Sixth Avenue, Tucson, AZ 85723 <SUBJECT>Q—HAND THERAPY <CONTACT>POC Vivian Beasley, Contract Specialist, (520) 629-4600 <AWDNBR>CNT V678P-3640 <AWDAMT>AMT $126,580 <LINENBR>LINE 5 <AWDDATE>DTD 120196 <AWARDEE>TO University Medical Center, 1501 North Campbell Avenue, Tucson, AZ 85724 <RECD>(I-337 SN007688) </AWARD> <CLASS> <TITLE>R Professional, Administrative and Management Support Services <AWARD SEP='NONE'> <DATE>1202 <YEAR>96 <ZIP>20705 <CLASSCOD>R—Professional, Administrative and Management Support Services <OFFADD>USDA, ARS, FMOD, BA, Contracting Section, Bldg. 003, Rm. 329, 10300 Baltimore Ave., Beltsville, Maryland 20705-2350 <SUBJECT>R-A/E LANDSCAPE SERVICES <CONTACT>POC Donna Hardy, (301) 504-5073 <AWDNBR>CNT Contract Numbers 53-3K47-7-003 and 53-3K47-7-004 <AWDAMT>AMT IDIQ—minimum $1,000; maximum $300,000 base year <LINENBR>LINE N/A <AWDDATE>DTD 112096 <AWARDEE>TO Environmental Planning & Design, 100 Ross Street, Pittsburg, PA 15219; and Rhodeside & Harwell, Inc., 320 King St., Suite 202, Alexandria, VA 22314 <RECD>(W-337 SN007610) </AWARD> <Q P='12'><AWARD><Q P='10'> <DATE>1127 <YEAR>96 <ZIP>90053-2325 <CLASSCOD>R—Professional, Administrative and Management Support Services <OFFADD>US ARMY CORPS OF ENGINEERS, CHIEF, CONTRACTING DIVISION, P.O. BOX 2711, LOS ANGELES CA 90053-2325 <SUBJECT>R—INDEFINITE DELIVERY TYPE CONTRACT FOR MISCELLANEOUS ENVIRONMENTAL STUDIES FOR MILITARY PROJECTS WITHIN SOUTHERN CALIFORNIA, SOUTHERN NEVADA, SOUTHWESTERN UTAH AND ARIZONA <CONTACT>POC James W. Hogan Jr. (213) 452-3244 (Site Code DACW09) <AWDNBR>CNT DACA09-96-D-0008 <AWDAMT>AMT $724,430 <AWDDATE>DTD 091196 <AWARDEE>TO LARRY MUNSEY INTERNATIONAL, 17310 REDHILL STE 200, IRVINE, CA 92714 <RECD>(I-337 SN007626) </AWARD> <Q P='12'><AWARD><Q P='10'> <DATE>1202 <YEAR>96 <ZIP>80401 <CLASSCOD>R—Professional, Administrative and Management Support Services <OFFADD>U.S. DOE, Western Area Power Administration, P.O. Box 3402, Golden, CO 80401 ATN:A1500 <SUBJECT>R—SUPPORT SERVICES FOR UGP REGION <CONTACT>POC Robert Dobson, Contract Specialist, (303) 275-1502, Robert Dobson, Contracting Officer, (303) 275-1502. <AWDNBR>CNT DE-AC65-96WB03561 <AWDAMT>AMT $2,723,656.00 <LINENBR>LINE 001 <AWDDATE>DTD 112296 <AWARDEE>TO Rentech Services, Inc., 804 Middle Ground Blvd., Newport News, VA 23606 <RECD>(I-337 SN007696) </AWARD> <Q P='12'><AWARD><Q P='10'> <DATE>1202 <YEAR>96 <ZIP>35898-5280 <CLASSCOD>R—Professional, Administrative and Management Support Services <OFFADD>Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, Al 35898-5280 <SUBJECT>R—INTERNATIONAL PATRIOT SUPPORT FOR NATO MAINTENANCE AND SUPPLY AGENCY <CONTACT>POC (PCF) John Caudle, Contract Specialist, AMSMI-AC-CFHA, (205) 876-8063, Janice A. Daniels, Contracting Officer, AMSMI-AC-CFHA, (205) 876-7321. <AWDNBR>CNT DAAH01-97-C-0073 <AWDAMT>AMT $29,726.00 <LINENBR>LINE N/A <AWDDATE>DTD 112696 <AWARDEE>TO CAS Incorporated 650 Discovery Drive, Huntsville, AL, 35814 <RECD>(I-337 SN007729) </AWARD> <Q P='12'><AWARD><Q P='10'> <DATE>1202 <YEAR>96 <ZIP>80202-3607 <CLASSCOD>R—Professional, Administrative and Management Support Services <OFFADD>U.S. Department of HUD, Denver ASC, Denver Contracting Branch (8AACO), 633 17th Street, Denver, CO 80202-3607 <SUBJECT>R—PROVIDE ADVERTISING SERVICES FOR THE DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT (HUD), FRESNO CALIFORNIA OFFICE <CONTACT>POC Ms. Gay Julian, Contract Specialist, (303) 672-5281. <AWDNBR>CNT H08C97000900000 <AWDAMT>AMT $500,000.00 <LINENBR>LINE N/A <AWDDATE>DTD 112796 <AWARDEE>TO Staples-Hutchinson and Assoicates 14695 W. Lisbon Rd. Brookfield, WI 53005 <RECD>(I-337 SN007752) </AWARD> <CLASS> <TITLE>S Utilities and Housekeeping Services <AWARD SEP='NONE'> <DATE>1127 <YEAR>96 <ZIP>98433-9500 <CLASSCOD>S—Utilities and Housekeeping Services <OFFADD>DIRECTORATE OF CONTRACTING, BLDG 9507 MS 19, BOX 339500, FORT LEWIS WA 98433-9500 <SUBJECT>S—PROVIDE DINING FACILITY ATTENDANTS FOR THE DINING FACILITIES AT YAKIMA TRAINING CENTER, YAKIMA, WASHINGTON <CONTACT>POC Contracting Officer R.S. ANDERSON (206) 967-2151 (Site Code DAKF57) <AWDNBR>CNT DAKF57-97-D-0003 <AWDAMT>AMT $106,472 <AWDDATE>DTD 112796 <AWARDEE>TO D E W MANAGEMENT SERVICES INC, 6812 74TH DRIVE NE, MARYSVILLE, WA 98270 <RECD>(I-337 SN007620) </AWARD> <Q P='12'><AWARD><Q P='10'> <DATE>1129 <YEAR>96 <ZIP>80225-0546 <CLASSCOD>S—Utilities and Housekeeping Services <OFFADD>General Services Administration (8PW),PBS, WY/UT Service Ctr,P. O. Box 25546 ,Denver,CO 80225-0546 <SUBJECT>S-CUSTODIAL & RELATED SERVICES <CONTACT>POC Contact,Tracy L. McGrady,303/236-7230,Contracting Officer,Tracy McGrady-Bar nes,303/236-7230 <AWDNBR>CNT GS-08P-96-JDC-0508 <AWDAMT>AMT $214317 <AWDDATE>DTD 110796 <AWARDEE>TO Trident Maintenance Inc.,75 Essex St.,Hackensack,NJ 07601 <RECD>(I-337 SN007646) </AWARD> <Q P='12'><AWARD><Q P='10'> <DATE>1202 <YEAR>96 <ZIP>30305 <CLASSCOD>S—Utilities and Housekeeping Services <OFFADD>Centers for Disease Control and Prevention (PGO), 255 East Paces Ferry Road, N.E., Room 419, Atlanta, Georgia 30305 <SUBJECT>S—PICK-UP AND TREATMENT/DISPOSAL OF HAZARDOUS CHEMICAL WASTE AND RECYCLABLES <CONTACT>POC Johnnie M. Thomas, Contract Specialist, (404) 842-6766 <AWDNBR>CNT 200-97-0007 <AWDAMT>AMT $96,494 <LINENBR>LINE All <AWDDATE>DTD 112796 <AWARDEE>TO Laidlaw Environmental Services, Inc., 208 Watlington Industrial Drive, Reidsville, NC 27320 <RECD>(I-337 SN007668) </AWARD> <CLASS> <TITLE>Z Maintenance, Repair or Alteration of Real Property <AWARD SEP='NONE'> <DATE>1202 <YEAR>96 <ZIP>20743-5018 <CLASSCOD>Z—Maintenance, Repair or Alteration of Real Property <OFFADD>Commanding Officer, EFA Chesapeake, Naval Facilities Engineering Command, 901 M Street, SE, Building 212, Washington Navy Yard, Washington, DC 20374-5018 <SUBJECT>Z—SELECTIVE DEMOLITION, CENTRAL HEATING PLANT, BUILDING 2012, MARINE CORPS BASE, QUANTICO, VIRGINIA <AWDNBR>CNT N62477-95-C-1074 <AWDAMT>AMT $938,000.00 <AWDDATE>DTD 112596 <AWARDEE>TO W.M. Schlosser Co., Inc; 2400 51st Place; Hyattsville, Maryland 20781; POC: Andrew Schlosser, phone (301)773-1300 <RECD>(I-337 SN007581) </AWARD> <Q P='12'><AWARD><Q P='10'> <DATE>1127 <YEAR>96 <ZIP>32232-0019 <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—MAINTENANCE DREDGING, 33-FOOT PROJECT, PALM BEACH HARBOR, FL AND MAINTENANCE DREDGING, 28-AND 30- FT PROJECT, FORT PIERCE HARBOR, FL <CONTACT>POC Contracting Officer Claudia H. Hundley (904) 232-1147 (Site Code DACW17) <AWDNBR>CNT DACW17-97-C-0030 <AWDAMT>AMT $1,448,480 <AWDDATE>DTD 112396 <AWARDEE>TO GULF COAST TRAILING COMPANY, SUITE 130, 100 JAMES DRIVE, ST ROSE, LA 70087 <RECD>(I-337 SN007618) </AWARD> <Q P='12'><AWARD><Q P='10'> <DATE>1129 <YEAR>96 <ZIP>80225-0546 <CLASSCOD>Z—Maintenance, Repair or Alteration of Real Property <OFFADD>General Services Administration (8PW),PBS, WY/UT Service Ctr,P. O. Box 25546 ,Denver,CO 80225-0546 <SUBJECT>Z-GUARD SERVIC0. N/A <CONTACT>POC Contact,Tracy L. McGrady,303/236-7230,Contracting Officer,Tracy McGrady-Bar nes,303/236-7230 <AWDNBR>CNT GS-08P-96-JDC-0507 <AWDAMT>AMT $929220 <AWDDATE>DTD 091796 <AWARDEE>TO Diamond Detective Agency,,1651 South Halsted,Chicago Heights,IL 60411 <RECD>(I-337 SN007647) </AWARD> <Q P='12'><AWARD><Q P='10'> <DATE>1129 <YEAR>96 <ZIP>80225-0546 <CLASSCOD>Z—Maintenance, Repair or Alteration of Real Property <OFFADD>General Services Administration (8PW),PBS, WY/UT Service Ctr,P. O. Box 25546 ,Denver,CO 80225-0546 <SUBJECT>Z-GUARD SERVICES <CONTACT>POC Contact,Tracy L. McGrady,303/236-7230,Contracting Officer,Tracy McGrady-Bar nes,303/236-7230 <AWDNBR>CNT GS-08P-96-JDC-0509 <AWDAMT>AMT $241306 <AWDDATE>DTD 092596 <AWARDEE>TO K&M International, Inc.,1240 East 800 North,Orem,UT 84057 <RECD>(I-337 SN007648) </AWARD> <Q P='12'><AWARD><Q P='10'> <DATE>1202 <YEAR>96 <ZIP>32542-6862 <CLASSCOD>Z—Maintenance, Repair or Alteration of Real Property <OFFADD>Operational Contracts Division, AFDTC/PKO, 205 West D Avenue, Suite 541,Eglin AFB FL 32542-6862 <SUBJECT>Z—REROOFING OF BEN'S LAKE HOUSING UNITS, EGLIN AFB, FL <CONTACT>POC BERTHA M.BURNS, SPECIALIST, CECILE A. RAMOS, CONTRACTING OFFICER, 904-882-5628, EXT 5268 <AWDNBR>CNT F08651-96-C-0052 <AWDAMT>AMT $2,234,341 <AWDDATE>DTD 112796 <AWARDEE>TO ERCON Corporation, 221 Thruway Park, Broussard, LA 70518 <RECD>(W-337 SN007707) </AWARD> <Q P='12'><AWARD><Q P='10'> <DATE>1202 <YEAR>96 <ZIP>45433-5309 <CLASSCOD>Z—Maintenance, Repair or Alteration of Real Property <OFFADD>Operational Contracting Division, 1940 Allbrook Dr, Ste 3 Bldg 1, WPAFB OH 45433-5309 <SUBJECT>Z—REPAIR/REPLACE AIRFIELD LIGHTING CABLE <CONTACT>POC For Copy, ASC/PKWO, Attn: Bldg 260, 1940 Allbrook Dr, Ste 3, WPAFB OH 45433-5309 POC: K Schneder, 937-257-6571, Fax No 937-257-3926. <AWDNBR>CNT F33601-97-C-W002, F33601-96-B-9016 <AWDAMT>AMT $730,773.00 <LINENBR>LINE N/A <AWDDATE>DTD 112096 <AWARDEE>TO JACO Electric, Inc., 1071 Greensboro Road, Ealonton, GA 31024 <RECD>(I-337 SN007713) </AWARD> <Q P='12'><AWARD><Q P='10'> <DATE>1202 <YEAR>96 <ZIP>32542-6862 <CLASSCOD>Z—Maintenance, Repair or Alteration of Real Property <OFFADD>AFDTC/PKO, 205 W. D Ave, Suite 541, Eglin AFB Fl 32542-6862 <SUBJECT>Z—Z-REROOFING OF BEN'S LAKE HOUSING UNITS, EGLIN AFB, FL <CONTACT>POC Contact Bertha Burns, Contract Specialist, 904-882-5628, Ext 5268, Cecile A. Ramos. <AWDNBR>CNT F08651-97-C-0052 <AWDAMT>AMT $2,234,341.00 <LINENBR>LINE N/A <AWDDATE>DTD 112796 <AWARDEE>TO ERCON Corporation, 221 Thruway Park, Broussard, LA 70518 <RECD>(I-337 SN007749) </AWARD> <SUPPETC> <TITLE>Supplies, Equipment, and Materials <CLASS> <TITLE>16 Aircraft Components and Accessories <AWARD SEP='NONE'> <DATE>1202 <YEAR>96 <ZIP>63120-1798 <CLASSCOD>16—Aircraft Components and Accessories <OFFADD>U.S. Army Aviation & Troop Command, 4300 Goodfellow Blvd, St. Louis, MO 63120-1798 <SUBJECT>16—HOUSING ASSEMBLY, NSN: 1615-01-235-5845, P/N: 7-311411215-13, QTY: 1760 <CONTACT>POC John Heilman, Contract Specialist, AMSAT-A-PLBB, 314-263-0741, or Beverly H. Ratliff, Contracting Officer, AMSAT-A-PLBB, 314-263-0769. <AWDNBR>CNT DAAJ09-97-C-0392 <AWDAMT>AMT $ 10,556,480.00 <LINENBR>LINE 0001AA <AWDDATE>DTD 092796 <AWARDEE>TO Fenn Manufacturing Company 300 Fenn Road Newington CT 06111 <RECD>(I-337 SN007677) </AWARD> <CLASS> <TITLE>19 Ships, Small Craft, Pontoons, and Floating Docks <AWARD SEP='NONE'> <DATE>1202 <YEAR>96 <ZIP>23705-0215 <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—USS NICHOLSON (DD-982) SSP 066-97, TAV <AWDNBR>CNT Job Order 7030 <AWDAMT>AMT $82,150.00 <LINENBR>LINE 0001, 0002, 0003 <AWDDATE>DTD 112296 <AWARDEE>TO Holmes Brothers Enterprises, Inc., P. O. Box 3246, Portsmouth, VA 23701 <RECD>(I-337 SN007604) </AWARD> <CLASS> <TITLE>25 Vehicular Equipment Components <AWARD SEP='NONE'> <DATE>1127 <YEAR>96 <ZIP>61299-7630 <CLASSCOD>25—Vehicular Equipment Components <OFFADD>US Army Armament and Chemical Acquisition and Logistics Activity (ACALA) Attn: AMSTA-AC-PCC (FQP), Rock Island , IL 61299-7630 <SUBJECT>25—AMMO BOX <CONTACT>POC Contract Specialist: Vicki Simpson (309) 782-6931, PCO: Dave L. Elliott (309) 782-3814 <AWDNBR>CNT DAAE20-97C0060/DAAE20-96R0208 <AWDAMT>AMT $132,300 <LINENBR>LINE N/A <AWDDATE>DTD 112796 <AWARDEE>TO AC Inc., 1085 Jordan Road, Huntsville, AL 35810-7069 <RECD>(I-337 SN007720) </AWARD> <MAILER2><ISSNBR>Issue No. PSA-1733; Wednesday, December 4, 1996 <MAILDATE>MAILED ON 12-03-96 <MANRESP><TITLE>MANAGEMENT RESPONSIBILITY <PURPOSE>The U.S. Department of Commerce and U.S. Government Printing Office are responsible for only the publication of the Commerce Business Daily (CBD). For information concerning a notice published in the CBD, please contact the office that has issued the notice. The appropriate office is usually identified in bold face at the beginning of the notice. For instructions on how to submit synopses of proposed contract actions to the CBD see Part 5 of the Federal Acquisition Regulation. For other information please call the U.S. Government Printing Office at (888) 293-6498-0632. <CLASS> <TITLE>42 Fire Fighting, Rescue and Safety Equipment <AWARD SEP='NONE'> <DATE>1202 <YEAR>96 <ZIP>61299-7630 <CLASSCOD>42—Fire Fighting, Rescue and Safety Equipment <OFFADD>US Army Armament and Chemical Acquisition and Logistics Activity (ACALA) Attn: AMSTA-AC-PCC (HR6), Rock Island , IL 61299-7630 <SUBJECT>42—CONTROL MODULE, SYSTEM <CONTACT>POC Contract Specialist: Jan Franks (309) 782-5476, POC: Robert C. Tedell (309) 782-3811 <AWDNBR>CNT DAAE20-96C0052 <AWDAMT>AMT $37,920 <LINENBR>LINE N/A <AWDDATE>DTD 112796 <AWARDEE>TO Rodelco Electronics Corp., 111 Haynes Court, Ronkonkoma, NY 11779 <RECD>(I-337 SN007721) </AWARD> <Q P='12'> <CLASS> <TITLE>49 Maintenance and Repair Shop Equipment <AWARD SEP='NONE'> <DATE>1202 <YEAR>96 <ZIP>61299-7630 <CLASSCOD>49—Maintenance and Repair Shop Equipment <OFFADD>US Army Armament and Chemical Acquisition and Logistics Activity (ACALA) Attn: AMSTA-AC-PCC (HT1), Rock Island , IL 61299-7630 <SUBJECT>49—RADIATOR TEST STAND <CONTACT>POC POC: Judy R. Pagliaro, (309) 782-5086 <AWDNBR>CNT DAAE20-97C0047 <AWDAMT>AMT $116,080 <LINENBR>LINE N/A <AWDDATE>DTD 112796 <AWARDEE>TO Hydraulic Technology, Inc., 3833 Cincinnati Avenue, Rocklin, CA 95765 <RECD>(I-337 SN007722) </AWARD> <Q P='12'> <CLASS> <TITLE>58 Communication, Detection, and Coherent Radiation Equipment <AWARD SEP='NONE'> <DATE>1127 <YEAR>96 <ZIP>17055-0788 <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-RECEIVER,SONAR —AND OTHER REPLACEMENT PARTS <CONTACT>POC Contact Point, Richard G Basila, 02131.15, (717)790-3598, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, John G Labosh, 02131, (717)790-2844 <AWDNBR>CNT N0010495G02025044, NIIN 144533018 <AWDAMT>AMT $261,360 <AWDDATE>DTD 120796 <AWARDEE>TO Raytheon , Portsmouth ,RI 02871-1087 <RECD>(I-337 SN007653) </AWARD> <Q P='12'> <CLASS> <TITLE>66 Instruments and Laboratory Equipment <AWARD SEP='NONE'> <DATE>1202 <YEAR>96 <ZIP>30305 <CLASSCOD>66—Instruments and Laboratory Equipment <OFFADD>Centers for Disease Control and Prevention (PGO), 255 East Paces Ferry Road, N.E., Room 419, Atlanta, Georgia 30305 <SUBJECT>66—DECONTAMINATION AND REPLACEMENT OF EQUIPMENT PARTS <CONTACT>POC Lisa Brown, Contract Specialist, (404) 842-6768 <AWDNBR>CNT 200-97-0015 <AWDAMT>AMT $331,750 <LINENBR>LINE All <AWDDATE>DTD 112796 <AWARDEE>TO ENV Services, Inc., 1016 West Eighth Avenue, King of Prussia, PA 19406 <RECD>(I-337 SN007717) </AWARD> <AWARD> <DATE>1202 <YEAR>96 <ZIP>35898-5280 <CLASSCOD>66—Instruments and Laboratory Equipment <OFFADD>Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280 <SUBJECT>66—SOLDIER'S PORTABLE ON-SYSTEM REPAIR TOOL (SPORT) <CONTACT>POC Contact Debra Long, Contract Specialist, (205) 876-3037, Bob Gibson, Contracting Officer, (205) 876-4153. (PCF). <AWDNBR>CNT DAAH01-96-D-0021, Order 0002, solicitation no. DAA <AWDAMT>AMT $3,261,976.39 <LINENBR>LINE N/A <AWDDATE>DTD 112696 <AWARDEE>TO Miltope Corporation, 500 Richardson Road, Hope Hull, Alabama <RECD>(I-337 SN007731) </AWARD> <AWARD> <DATE>1202 <YEAR>96 <ZIP>29419-9022 <CLASSCOD>66—Instruments and Laboratory Equipment <OFFADD>NISE East Charleston, Contracts Division, P.O. Box 190022, N. Charleston, S.C. 29419-9022 <SUBJECT>66—MULTIBEAM SONAR SYSTEM <CONTACT>POC Contact Nancy Gartner, Code 1113NG, (803)743-4720/Contracting Officer, Jean C. Duncan. <AWDNBR>CNT N65236-97-C-3015/N65236-96-R-0194 <AWDAMT>AMT $636,205.00 <LINENBR>LINE N/A <AWDDATE>DTD 112996 <AWARDEE>TO Simrad, Inc. (L), 19210 33rd Avenue West, Lynnwood, WA 98036-4707 <RECD>(I-337 SN007739) </AWARD> <Q P='12'> <CLASS> <TITLE>70 General-Purpose Information Technology Equipment <AWARD SEP='NONE'> <DATE>1202 <YEAR>96 <ZIP>20395-5720 <CLASSCOD>70—General-Purpose Information Technology Equipment <OFFADD>Office of Naval Intelligence, 4251 Suitland Rd., Washington, D.C. 20395-5720 <SUBJECT>70—GENERAL PURPOSE INFORMATION TECHNOLOGY EQUIPMENT <CONTACT>POC Imy Niemiec, Purchasing Agent, 301-669-4042. <AWDNBR>CNT N0001597M2074 <AWDAMT>AMT $45,500.37 <LINENBR>LINE N/A <AWDDATE>DTD 120296 <AWARDEE>TO MicroAge Computermart, 1138 S. Diamond Bar Blvd., Diamond Bar, CA 91765 <RECD>(I-337 SN007751) </AWARD> <Q P='12'> <CLASS> <TITLE>99 Miscellaneous <AWARD SEP='NONE'> <DATE>1127 <YEAR>96 <ZIP>17055-0788 <CLASSCOD>99—Miscellaneous <OFFADD>NAVAL INVENTORY CONTROL POINT—MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 <SUBJECT>99-LCP,2SSDG <CONTACT>POC Contact Point, Charles A Gensemer, 02131.14, (717)790-3853, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, John G Labosh, 02131, (717)790-2844 <AWDNBR>CNT N0010495G02015021, Sol Nr N00104-96-Q-JA09, NIIN L <AWDAMT>AMT $269,000 <AWDDATE>DTD 120796 <AWARDEE>TO Lockheed Martin Tactical Systems , Manassas ,VA 22110-4121 <RECD>(I-337 SN007654) </AWARD> <AWARD> <DATE>1127 <YEAR>96 <ZIP>17055-0788 <CLASSCOD>99—Miscellaneous <OFFADD>NAVAL INVENTORY CONTROL POINT—MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 <SUBJECT>99-LCP,1BSSDG <CONTACT>POC Contact Point, Charles A Gensemer, 02131.14, (717)790-3853, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, John G Labosh, 02131, (717)790-2844 <AWDNBR>CNT N0010495G02015022, Sol Nr N00104-96-Q-JA08, NIIN L <AWDAMT>AMT $269,000 <AWDDATE>DTD 120796 <AWARDEE>TO Lockheed Martin Tactical Systems , Manassas ,VA 22110-4121 <RECD>(I-337 SN007655) </AWARD> <SPECNOTE> <TITLE>SPECIAL NOTICES <SNOTE SEP='NONE'> <DATE>1129 <YEAR>96 <SUBJECT>SDB/MBE/WOB OPPORTUNITY FAIR, MONDAY,DECEMBER 16,1996 <DESC>Sverdrup 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. <LINK> <URL>http://www.mno.gov <DESC>Business Opportunity Fair <EMAIL> <ADDRESS>mcclodms@sverdrup.com <DESC>Business Opportunity Fair <RECD>(D-337 SN007575) </SNOTE> <SNOTE> <DATE>1202 <YEAR>96 <ZIP>20591 <OFFADD>Federal Aviation Administration, 800 Independence Avenue, S.W., Washington, D.C. 20591 <SUBJECT>SPECIAL NOTICE <DESC>As of April 1, 1996, for the most part, FAA procurements over $50,000 will be publicly announced on the Internet. Internet will be the primary avenue for FAA to use. Other selected means of announcement may also be considered. Publication in the CBD will be considered but is no longer mandatory. This is pursuant to Section 348 of the FY 1996 Department of Transportation Appropriations Act (Public Law 104-50), requiring the FAA to develop an Acquisition Management System (AMS) that provides for more timely and cost-effective acquisitions. The requirement for advertising does not apply to emergency single source actions, purchases from any established Qualified List (QVL), exercise of options or changes. For actions under $50,000 a public announcement is optional. For announcements of contract opportunities for FAA Headquarters, and certain related FAA contracting activities, visit the home page of FAA Headquarters, Office of Acquisitions, Contracts Division, at http://www.faa.gov/asu/cd/cdhome.htm. <LINK> <URL>http://www.faa.gov/asu/cd/cdhome.htm. <DESC>Federal Aviation Administration <RECD>(I-337 SN007576) </SNOTE> <SNOTE> <DATE>1202 <YEAR>96 <SUBJECT>SPECIAL NOTICE <DESC>Engineering Field Activity (EFA) Chesapeake will no longer provide automatic mailing of solicitations to local trade associations, display/plan rooms, or any communication media. All advance notices and announcements will continue to be published in the Commerce Business Daily. Trade associations and display/plan rooms must request plans and specifications following the directions for the individual solicitation, including payment if there is a charge for the solicitation. Those solicitations where there is no charge, individual plans and specifications may be requested, but will be issued on a first-come first-serve basis. Questions may be addressed to Steven Moody at the above address, (202) 685-3221, or smoody@efaches.navfac.navy.mil. <EMAIL> <ADDRESS>smoody@efaches.navfac.navy.mil <DESC>Steven Moody, Contracting Officer <RECD>(W-337 SN007608) </SNOTE> <SNOTE> <DATE>1202 <YEAR>96 <SUBJECT>N/A—ATCOM COMPETITION ADVOCATE'S SHOPPING LIST (CASL) WORKSHOP AND PARTS SYMPOSIUM <DESC>The U.S. Army Aviation and Troop Command (ATCOM) invites your organization to attend its Competition Advocate's Shopping List (CASL) Workshop and Parts Symposium in St. Louis, Missouri on Tuesday and Wednesday, January 28 and 29, 1997, at the Stouffer Renaissance Hotel. There will be an opportunity to obtain details relative to ATCOM's CASL Program. Firtst Article Testing, Flight Safety Parts, Maintenance/Overhaul, Acquisition Reform, Technical Data Repository, Small and Disadvantaged Business Utilization Office, Spare Technical Data Packages, and other subjects of pertinent interest and value to contractors interested in becoming new sources of supply for ATCOM, or pursuing additional business opportunities with ATCOM. It is noted that the annual Joseph P. Cribbins product Support Symposium, sponsored by the Lindbergh Chapter of the Army Aviation Association Of America (AAAA), will immediately follow the CASL symposium and Workshop on 30-31 January 1997 at the Stouffer Renaissance Hotel. For information relative to the AAAA Symposium, which is a Level 1 Advance Planning Briefing to Industry (APBI), Contact Nancy Vermillion (Industry) at (314) 427-6707, Fax (314) 427-2501 or Susan Barnes (Government) at (314) 263-5311, Fax (314) 263-5315. <RECD>(I-337 SN007676) </SNOTE> <SNOTE> <DATE>1202 <YEAR>96 <SUBJECT>N/A—RHESUS MONKEY COLONY <DESC>The Food and Drug Administration intends to offer for 'sale' a colony of Rhesus monkeys (Macaca mulatta). The approximate size of the colony is 4,500 animals. Currently the colony is maintained in a free ranging environment located on Morgan Island, South Carolina. It is the intent of the Government to request bids for the 'sale' of the entire colony. The Government will select the offeror who has submitted the highest priced bid, and whose bid meets all related technical factors. Once the successful bidder has been selected, discussion to transfer the colony will be based on an in kind transfer of monkeys to the Government. The payment will consist of transferring a 'to be negotiated' number of monkeys over a period of time. Full payment will be considered complete when the worth of the monkeys transferred to the Government equals the total worth of the original bid. A package explaining the transfer process as well as more specific information on the colony will be available on or about 12/20/96. Written or faxed requests for the package should be submitted to the address above. <RECD>(I-337 SN007692) </SNOTE>